Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
C2017-018 - 1/10/2017 - Approved
2017-018 1/10/17 M2017-001 Associated Construction Partners 00 52 23 AGREEMENT This Agreement,for the Project awarded on January 10, 2017 , 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: Staples Street Pumping Station Improvements Project No. E12004 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Urban Engineering 2725 Swantner Corpus Christi,TX 78404 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 210 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 240 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 Agreement 00 52 23-1 4 Staples Street Pumping Station Improvements—Project No. E12004 Rev 06-22-2016 INDEXED CERTIFICATE OF INTERESTED PARTIES FORM 1295 l of l Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2.3.5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing farm,and the city,state and country of the business entity's place Certificate Number: of business. 2016-140668 Associated Construction Partners Ltd Boerne,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 11129/2016 being filed. City of Corpus Christi Date Acknowledged: Aimee Alco—Reed l��^^^" ✓�" /(�.`�, 2017.01.1917:12:09-06'00' 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. E12004 Staples Street Pumping Station Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary Simpson,Jill Boerne,TX United States X 5 Check only if there is NO Interested Party. 0 fi AFFIDAVIT I swear,or affirm,under alty of pil that the above disclosure is true and correct. RENEE RIEBER Notary"i lit: STATS C F TEAS _,'rr'y,`�± `fly Tamm,Exp-�Aarch 19 2e1 Signature of a Awzheh agent of ontracting business entity AFFIX NOTARY STAMP 1 SEAL ABOVE Sworn to and subscribed before me,by the said this the.. f , day of 20—�L_,to certify which,witness my hand acid al of of e. 6L,1, C S l gnature ofilofficer administering oath Pri ted name officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.6.277 CONTRACT DOCUMENTS FOR CONSTRUCTION OF STAPLES STREET PUMPING STATION IMPROVEMENTS PROJECT NUMBER E12004 ... �7Fyr.�ra�earr►Mr►r`r�•wr+.rE.Z• `nY' 11. 09355 J,f}QtJCLAS MCMlJL1.AN� "N ,f. 91068 s��UN �1 rr City of108599 Am Corpus �.. ..........nn....... ..�+ s.q• Christi p�L rb j,D1 IV URIMMAN ENGINEERING IIIL a _.. ■ 2725 Swantner Corpus Christi,TX 78444 (361)854-3101 TEXAS FIRM REGISTRATION NO.F•829 5650 S.STAPLES,SUITE 110 TBPE FIRM No.: 145 CORPUS CHRISTI,TX 78411 TBPLS FIRM No.: 10032400 (361)992-2284 OCTOBER 2016 Record Drawing Number 434 UE Job No.:33760.131.03 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 (RevOl-13-2016) 00 30 00 Bid Acknowledgment Form(Rev01-13-2016) 00 30 01 Bid Form (Rev01-13-2016) 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 004516 Statement of Experience(Rev 06-22-2016) 00 52 23 Agreement(Rev0&-22-2016) 006113 Performance Bond(RevOl-13-2016) 006116 Payment Bond(Rev 01-13-2016) 00 72 00 General Conditions (Rev 3-23-2615) 00 72 01 Insurance Requirements(Revo6-22-2016) 00 72 02 Wage Rate Requirements(Rev0&-12-2015) 00 72 03 Minority/MBE S DBE Participation Policy(Rev 01-13-2016) 00 73 00 Supplementary Conditions Division 01 General Requirements 011100 Summary of Work(Rev 01-13-2016) 01 23 10 Alternates and Allowances 012900 Application for Payment Procedures(Rev03-11-2015) 012901 Measurement and Basis for Payment(Rev01-13-2016) 013100 Project Management and Coordination (RevOl-13-2016) 013113 Project Coordination 013114 Change Management 013300 Document Management 013301 Submittal Register(Rev 713,12014) 013302 Shop Drawings 013303 Record Data 013304 Construction Progress Schedule 013305 Video and Photographic Documentation 013500 Special Procedures Table of Contents 000100-1 Staples Street Pumping Station Improvements—Project No. E12004 Rev 06-22-2016 Division Title Section 014000 Quality Management 015000 Temporary Facilities and Controls 015700 Temporary Controls 017000 Execution and Closeout Requirements Part S Standard Specifications-NONE Part T Technical Specifications Technical Special Provisions 01000 Scope of Work 01011 Equipment Documentation Requirements 01200 Existing Obstructions 01614 Delivery,Storage and Handling of Materials and Equipment 01650 Requirements for Start-up of Equipment 02225 Structural Excavation and Backfill 02226 Pipe Trench Excavation and Backfill 02620 Storm Water Pollution Prevention 02802 Seeding 03100 Concrete Formwork 03200 Reinforcing Steel 03300 Normal Weight Aggregate Concrete 03800 Concrete Structures 09910 Painting 11060 Equipment Installation 11110 Horizontal Split Case Centrifugal Pumps 11440 Ultrasonic Flow Measuring Equipment(In-Line Pressure Pipe) 15060 Ductile Iron Pipe and Fittings 15065 Installation of Process Piping 15065 Testing of Process Piping 15090 Pipe Hangers&Supports 15095 Pipe Labeling 15100 Miscellaneous Valves and Gauges 15101 Check Valves(Slant Disc) 15103 Butterfly Valves(Water Service) Table of Contents 000100-2 Staples Street Pumping Station Improvements—Project No. E12004 Rev 06-22-2016 Division Title Section 15104 Plastic Valves and Strainers 15107 Air Release Valve 15010 Basic Mechanical Requirements 15140 Supports and Anchors 15731 Packaged Outdoor Air Handling Units 15810 Mechanical Insulation 15820 Duct Accessories 15855 Diffusers, Registers and Grilles 15890 Ductwork 15990 Test,Adjusting and Balancing 16010 Electrical General Requirements 16051 Electrical Demolition Work 16053 Identification For Electrical Systems 16150 Adjustable Frequency Drives 16170 Ground And Bonding 16220 AC Motors 16402 Electrical Wiring Systems 16490 Safety Disconnect Switches 16536 Cable Trays for Electrical System 16573 Overcurrent Protective Device Coordination Study 260519 Low-Voltage Electrical Power Conductors and Cables 271323 Communications Optical Fiber Backbone Cabling 409000 Instrumentation And Control For Process Systems 409001 Instrumentation 409002 Supervisory Control and Data Acquisition 409002.1 User Requirements Specification 409003 SCADA Instrumentation Testing Instrument Index Staples Street. Appendix Title 1 Geotechnical Report END OF SECTION Table of Contents 000100-3 Staples Street Pumping Station Improvements—Project No. E12004 Rev 06-22-2016 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS ARTICLE 1—DEFINED TERMS 1.01 Terms used in this Invitation to Bid and Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. ARTICLE 2—GENERAL NOTICE 2.01 The City of Corpus Christi,Texas(Owner) is requesting Bids for the construction of the following Project: Staples Street Pumping Station Improvements Project No. E12004 A. The project consists of the installation of three(3)7.5 MGD horizontal split case pumps and motors,suction and discharge pipe,valves and fittings,variable speed drives, electrical feed to support the new pumps, HVAC to maintain humidity and temperature in the pumping Station electrical and control rooms, upgrade of the process monitoring and control instrumentation,demolition of existing analytical panels, demolition of existing 5 MGD pumps, motors, bases and suction/discharge pipes, installation of analytical instrument panels, control system integration and an upgrade of the SCADA system to Utility Department Standard Hardware/Software Platform. 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is$2,050,200. The Project is to be substantially complete and ready for operation within 180 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 SIDS 3.01 Bids must be received no later than 2:00 pm,Wednesday, November 15, 2015,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 Staples Street Pumping Station Improvements-Project No. E12004 Rev 01-13-2016 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—Staples Street Pumping Station Improvements—Project No. E12004 All envelopes and packages(including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package,the project name and number and that bid documents are enclosed. 3.05 Bids will be publicly opened and read aloud at 2:00 pm,Wednesday, November 16, 2016, at the following location: City Hall Building— City of Corpus Christi First Floor City Council Staff Room or Council Chambers 1201 Leopard Street Corpus Christi,Texas 78401 3.05 The Owner will read aloud the names of the Bidders and the apparent Bid amounts shown on the Bid Summary for all Bids received in time to be considered. ARTICLE 4—PRE-BID CONFERENCE 4.01 A non-mandatory pre-bid conference for the Project will be held on Tuesday, November 1, 2015 at 2:00 pm,at the following location: City Hall Building—Engineering Services Conference Room 1 or 2 3`d floor, Engineering Services 1201 Leopard Street, Corpus Christi,Texas 78401 ARTICLE S—COPIES OF CONTRACT DOCUMENTS 5.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. 5.02 Use complete sets of Contract Documents in preparing Bids; Bidder assumes sole responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. Invitation to Bid and Instructions to Bidders 002113-2 Staples Street Pumping Station Improvements-Project No. E12004 Rev 01-13-2016 5.03 OPT makes copies of Contract Documents available for the sole purpose of obtaining Bids for completion of the Project and does not confer a license or grant permission or authorization for any other use. ARTICLE 6 EXAMINATION OF CONTRACT DOCUMENTS 6.01 Before submitting a Bid: A. Examine and carefully study the Contract Documents, including any Addenda and related supplemental data. B. Become familiar with all federal, state, and local Laws and Regulations that may affect cost, progress,or the completion of Work. C. Carefully study and correlate the information available to the Bidder with the Contract Documents,Addenda,and the related supplemental data. D. Notify the OAR of all conflicts,errors, ambiguities,or discrepancies that the Bidder discovers in the Contract Documents,Addenda,and the related supplemental data. E. Determine that the Contract Documents,Addenda,and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. 6.02 The submission of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article 5,that without exception the Bid is premised upon completion of Work required by the Contract Documents,Addenda, and the related supplemental data,that the Bidder has given the OAR written notice of all conflicts, errors,ambiguities,and discrepancies that the Bidder has discovered in the Contract Documents,Addenda,and the related supplemental data and the written resolutions provided by the OAR are acceptable to the Bidder,and that the Contract Documents,Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. ARTICLE 7—INTERPRETATIONS AND ALTERNATE BIDS 7.01 Submit all questions about the meaning or intent of the Contract Documents,Addenda, and the related supplemental data using the Owner's Bidding Website at www.civcastusa.com. Responses to questions submitted will be posted on the website by the Owner for the benefit of all Bidders. Responses will be posted for questions submitted by 5:00 p.m.seven (7)days prior to the date of the bid opening. Inquiries made after this period may not be addressed. 7.02 Submit any offer of alternate terms and conditions,or offer of Work not in strict compliance with the Contract Documents to the OAR no later than 14 days prior to the date for opening of Bids. OAR and Designer will issue Addenda as appropriate if any of the proposed changes to the Contract Documents are accepted. A Bid submitted with clarifications or taking exceptions to the Contract Documents,except as modified by Addenda, may be considered non-responsive. 7.03 Addenda may be issued to clarify, correct,or change the Contract Documents,Addenda or the related supplemental data as deemed advisable by the Owner or Designer. Modifications to the Contract Documents prior to the award of contract can only be made by Addenda. Only Invitation to Bid and Instructions to Bidders 002113-3 Staples Street Pumping Station Improvements-Project No. E12004 Rev 01-13-2016 answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. ARTICLE 8—BID SECURITY 8.01 Bidders must submit an acceptable Bid Security with their Bid as a guarantee that the Bidder will enter into a contract for the Project with the Owner within 10 days of Notice of Award of the Contract. The security must be payable to the City of Corpus Christi,Texas in the amount of 5 percent(5%)of the greatest amount bid. 8.012 Bid Security may be in the form of a Bid Bond or a cashier's check, certified check, money order, or bank draft from a chartered financial institution authorized to operate in the State of Texas. Bidders submitting bids electronically through the CivCast System at www.CivCastUSA.com shall scan and upload a copy of Bid Bond as an attachment to their bid. Cashier's check, certified check, money order or bank draft must be enclosed in a sealed envelope, plainly identified on the outside as containing bid documents,the bidder's name and the job name and number and delivered as required in Article 3. 8.03 Bid Bond Requirements: 1. A Bid Bond must guarantee,without qualification or condition,that the Owner will be paid a sum equal to 5 percent(5%)of the greatest amount bid if, within 10 calendar days of Notice of Award of the Contract,the Bidder/Principal: a. fails to enter into a contract for the Project with the Owner; or b. fails to provide the required Performance and Payment Bonds. 2. A Bid Bond may not limit the sum payable to the Owner to be the difference between the Bidder/Principal's bid and the next highest bidder. 3. The Bid Bond must reference the Project by name as identified in Article 1. 4. Bidders may provide their surety's standard bid bond form if revised to meet these Bid Bond Requirements. 8.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 8.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. 8.06 Owner may annul the Notice of Award and the Bid Security of the Bidder will be forfeited if the apparent Selected Bidder fails to execute and deliver the Agreement or Amendments to the Agreement. The Bid Security of other Bidders whom the Owner believes to have a reasonable chance of receiving the award may be retained by the Owner until the earlier of 7 days after the Effective Date of the Contract or 90 days after the date Bids are opened. 8.07 Bid Securities are to remain in effect until the Contract is executed. The Bid Securities of all but the three lowest responsible Bidders will be returned within 14 days of the opening of Bids. Bid Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. Invitation to Bid and Instructions to Bidders 002113-4 Staples Street Pumping Station Improvements-Project No. E12004 Rev 01-13-2016 ARTICLE 9—PREPARATION OF BID 9.01 The Bid Form is included with the Contract Documents and has been made available at the Owner's Bidding Website. Complete all blanks on the Bid Form by typing or printing in ink. Indicate Bid prices for each Bid item or alternate shown. 9.012 Execute the Bid Acknowledgement Form as indicated in the document and include evidence of authority to sign. 9.03 Acknowledge receipt of all Addenda by filling in the number and date of each Addendum. Provide a signature as indicated to verify that the Addenda were received. A Bid that does not acknowledge the receipt of all Addenda may be considered non-responsive. 9.04 Provide the name,address,email, and telephone number of the individual to be contacted for any communications regarding the Bid in the Bid Acknowledgement Form. 9.05 Provide evidence of the Bidder's authority and qualification to do business in the State of Texas or covenant to obtain such qualification prior to award of the Contract. ARTICLE 10—CONFIDENTIALITY OF BID INFORMATION 10.01 In accordance with Texas Government Code 552.110,trade secrets and confidential information in Bids are not open for public inspection. Bids will be opened in a manner that avoids disclosure of confidential information to competing Bidders and keeps the Bids from the public during considerations. All Bids are open for public inspection after the Contract is awarded, but trade secrets and confidential information in Bids are not typically open for public inspection. The Owner will protect this information to the extent allowed by Laws and Regulations. Clearly indicate which specific documents are considered to be trade secrets or confidential information by stamping or watermarking all such documents with the word "confidential" prominently on each page or sheet or on the cover of bound documents. Place"confidential" stamps or watermarks so that they do not obscure any of the required information on the document, either in the original or in a way that would obscure any of the required information in a photocopy of the document. Photocopies of"confidential"documents will be made only for the convenience of the selection committee and will be destroyed after the Effective Date of the Contract. Original confidential documents will be returned to the Bidder after the Effective Date of the Contract if the Bidder indicates that the information is to be returned with the Bid, and arrangements for its return are provided by the Bidder. ARTICLE 11—MODIFICATION OR WITHDRAWAL OF BID 11.01 A Bid may be withdrawn by a Bidder, provided an authorized individual of the Bidder submits a written request to withdraw the Bid prior to the time set for opening the Bids. 11.02 A Bidder may withdraw its Bid within 24 hours after Bids are opened if the Bidder files a signed written notice with the Owner and promptly, but no later than 3 days,thereafter demonstrates to the reasonable satisfaction of the Owner that there was a material and substantial mistake in the preparation of its Bid. The Bid Security will be returned if it is clearly demonstrated to the Owner that there was a material and substantial mistake in its Bid. A Bidder that requests to withdraw its Bid under these conditions may be disqualified from responding to a reissued invitation to Bid for the Work to be furnished under these Contract Documents. Invitation to Bid and Instructions to Bidders 002113-5 Staples Street Pumping Station Improvements-Project No. E12004 Rev 01-13-2016 ARTICLE 12—BIDS REMAIN SUBJECT TO ACCEPTANCE 12.01 All Bids will remain subject to acceptance for 90 days, but the Owner may, at its sole discretion, release any Bid and return the Bid Security prior to the end of this period. ARTICLE 13—STATEMENT OF EXPERIENCE 13.01 The three lowest Bidders must submit the information required in SECTION 00 45 16 STATEMENT OF EXPERIENCE within 5 days of the date Bids are due to demonstrate that the Bidder meets the minimum requirements to complete the Work. ARTICLE 14—EVALUATION OF BIDS 14.01 The Owner will consider the amount bid,the Bidder's responsibilities,the Bidder's safety record, the Bidder's indebtedness to Owner,the Bidder's capacity to perform the work and/or whether the Bidder has met the minimum specific project experience requirements. 14.02 Owner may conduct such investigations as it deems necessary to establish the responsibility of the Bidder and any Subcontractors, individuals,or entities proposed to furnish parts of the Work in accordance with the Contract Documents. 14.03 Submission of a Bid indicates the Bidder's acceptance of the evaluation technique and methodology as well as the Bidder's recognition that some subjective judgments must be made by the Owner during the evaluation. Each Bidder agrees to waive any claim it has or may have against the OPT and their respective employees, arising out of or in connection with the administration, evaluation,or recommendation of any Bid. ARTICLE 15—AWARD OF CONTRACT 15.01 The Bidder selected for award of the Contract will be the lowest responsible Bidder that submits a responsive bid. Owner reserves the right to reject any and all Bids, including without limitation, non-conforming, non-responsive or conditional Bids. The Owner reserves the right to adopt the most advantageous interpretation of the Bids submitted in the case of ambiguity or lack of clearness in stating Bid prices and/or waive any or all formalities. 15.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work shall be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. ARTICLE 16—MINORITY/ MBE/DBE PARTICIPATION POLICY 16.01 Selected Contractor is required to comply with the Owner's Minority/MBE/DBE Participation Policy as indicated in SECTION 00 72 03 MINORITY/MBE/DBE PARTICIPATION POLICY. 16.02 Minority participation goal for this Project has been established to be 45%. 16.03 Minority Business Enterprise participation goal for this Project has been established to be 15%. Invitation to Bid and Instructions to Bidders 002113-6 Staples Street Pumping Station Improvements-Project No. E12004 Rev 01-13-2016 ARTICLE 17—BONDS AND INSURANCE 17.01 Article 6 of the General Conditions and SECTION 00 72 01 INSURANCE REQUIREMENTS sets forth the Owner's requirements as to Bonds and insurance. When the Selected Bidder delivers the executed Agreement to the Owner, it must be accompanied by the required Bonds and evidence of insurance. 17.02 Provide Performance and Payment Bonds for this Project that fully comply with the provisions of Texas Government Code Chapter 2253. Administration of Bonds will conform to Texas Government Code Chapter 2253 and the provisions of these Contract Documents. ARTICLE 18—SIGNING OF AGREEMENT 18.01 The City Engineer or Director of Capital Programs will submit recommendation for award to the City Council for those project awards requiring City Council action. The Selected Bidder will be required to deliver the required Bonds and insurance certificates and endorsements along with the required number of counterparts(1)of the Agreement and attached documents to the Owner within 14 days.The Contract will be signed by the City Manager or his/her designee after award and the Bidder's submission of required documentation and signed counterparts. The Contract will not be binding upon Owner until it has been executed by both parties. Owner will process the Contract expeditiously. However, Owner will not be liable for any delays prior to the award or execution of Contract. ARTICLE 19—SALES AND USE TAXES 19.01 The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any City or State sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Assume responsibility for including any applicable sales taxes in the Contract Price and assume responsibility for complying with all applicable statutes and rulings of the State of Texas Comptroller. 19.02 It is the Owner's intent to have this Contract qualify as a "separated contract." ARTICLE 20—WAGE RATES 20.01 This Contract is subject to Texas Government Code Chapter 2258 concerning payment of prevailing wage rates. Requirements for paying the prevailing wage rates are discussed in SECTION 00 72 02 WAGE RATE REQUIREMENTS. Bidders must pay not less than the minimum wage shown on this list and comply with all statutes and rulings of the State of Texas Comptroller. ARTICLE 21—BIDDER's CERTIFICATION OF NO LOBBYING 21.01 In submitting its Bid, Bidder certifies that it has not lobbied the City or its officials, managers, employees,consultants, or contractors in such a manner as to influence or to attempt to influence the bidding process. In the event it reasonably appears that the Bidder influenced or attempted to influence the bidding process,the City may, in its discretion, reject the Bid. Invitation to Bid and Instructions to Bidders 002113-7 Staples Street Pumping Station Improvements-Project No. E12004 Rev 01-13-2016 ARTICLE 22—CONFLICT OF INTEREST 22.01 Bidder agrees to comply with Chapter 175 of the Texas Local Government Code and file Form CIQ with the City of Corpus Christi City Secretary's Office, if required. For more information on Form CICS and to determine if you need to file a Farm CICS, please review the information on the City Secretary's website at http://www.cctexas.com/government/city-secretary/conflict- disclosure/index. ARTICLE 23—CERTIFICATE OF INTERESTED PARTIES 23.01 Bidder agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this contract, if required. For more information, please review the information on the Texas Ethics Commission website at https://www.ethics.state.tx.us. ARTICLE 24- REJECTION OF BID 24.01 The following will be cause to reject a Bid: A. Bids which are not signed by an individual empowered to bind the Bidder. B. Bids which do not have an acceptable Bid Security,with Power of Attorney,submitted as required by Article 7. C. More than one Bid for same Work from an individual,firm, partnership or corporation. D. Evidence of collusion among Bidders. E. Sworn testimony or discovery in pending litigation with Owner which discloses misconduct or willful refusal by bidder to comply with subject contract or instructions of Owner. F. Failure to have an authorized agent of the Bidder attend the mandatory Pre-Bid Conference, if applicable. G. Bids received from a Bidder who has been debarred or suspended by Owner. H. Bids received from a Bidder when Bidder or principals are currently debarred or suspended by Federal,State or City governmental agencies. 24.02 The following may be cause to reject a Bid or cause to deem a Bid non-responsive or irregular. The City reserves the right to waive any irregularities and any or all formalities: A. Poor performance in execution of work under a previous City of Corpus Christi contract. B. Failure to achieve reasonable progress on an existing City of Corpus Christi contract. Evidence of Bidder's recurring failure to complete an item of work within a timeframe acceptable to the City or in accordance with a City-accepted schedule is evidence of Bidder's failure to achieve reasonable progress under this subsection. C. Default on previous contracts or failure to execute Contract after award. D. Evidence of failure to pay Subcontractors,Suppliers or employees in accordance with Contract requirements. E. Bids containing omissions, alterations of form, additions, qualifications or conditions not called for by Owner, or incomplete Bids may be rejected. In any case of ambiguity or lack of clarity in the Bid,OWNER reserves right to determine most advantageous Bid or to reject the Bid. Invitation to Bid and Instructions to Bidders 002113-8 Staples Street Pumping Station Improvements-Project No. E12004 Rev 01-13-2016 F. Failure to acknowledge receipt of Addenda. G. Failure to submit post-Bid information specified in Section 00 45 15 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 15 STATEMENT OF EXPERIENCE, if that Section is included in the bidding documents. L. Evidence of Bidder's lack of sufficient resources,workforce, equipment or supervision, if required by inclusion of appropriate requirements in Section 00 45 15 STATEMENT OF EXPERIENCE. M. Evidence of poor performance on previous Projects as documented in Owner's project performance evaluations. N. Unbalanced Unit Price Bid: "Unbalanced Bid" means a Bid, which includes a Bid that is based on unit prices which are significantly less than cost for some Bid items and significantly more than cost for others. This may be evidenced by submission of unit price Bid items where the cost are significantly higher/lower than the cost of the same Bid items submitted by other Bidders on the project. 0. Evidence of Bidder's lack of capacity to perform the Work. Evidence of Bidder's lack of capacity. Evidence of capacity to perform the Work will include a factual review of{i}all remaining work or incomplete work items under any existing city or non-city contract; (ii) ability to perform the Work with remaining sufficient resources,workforce,equipment and supervision/supervisory staff; (iii) ability in the past to timely complete the same or similar work in a good and workmanlike manner utilizing same or similar remaining resources or under the same or similar conditions. Evidence of incomplete work items under any existing City-awarded IDIQ or other contract for similar work may constitute a lack of capacity to perform the Work. END OF SECTION Invitation to Bid and Instructions to Bidders 002113-9 Staples Street Pumping Station Improvements-Project No. E12004 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, November 15,2015 at 3:00 pm,for Staples Street Pumping Station Improvements—Project No. E12004. 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—Staples Street Pumping Station Improvements—Project No. E12004 All envelopes and packages{including FEDEX envelopes} must clearly identify,on the OUTSIDE of the package,the project name and number and that bid documents are enclosed. ARTICLE 2—BIDDERS'S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees, if this Bid is accepted,to enter into an Agreement with Owner on the form included in the Contract Documents,to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.02 Bidder accepts all of the terms and conditions of SECTION 00 2113 INVITATION AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.04 Bidder acknowledges receipt of the following Addenda: Addendum No. Addendum Date Signature Acknowledging Receipt Bid Acknowledgement Form 003000-1 Staples Street Pumping Station Improvements—Project No. E12004 Rev 01-13-2016 ARTICLE 3—BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has Visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site;and D. The Contract Documents. 3.05 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information,observations,and documents on: A. The cost, progress,and performance of the Work; B. The means, methods,techniques,sequences,and procedures of construction to be employed by Bidder;and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations, explorations,tests, studies, or data are necessary for the performance of the Work at the Contract Price,within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents,and Bid Acknowledgement Form 003000-2 Staples Street Pumping Station Improvements—Project No. E12004 Rev 01-13-2016 all additional examinations, investigations, explorations,tests,studies, and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts,errors,ambiguities,or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4—BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in the BID FORM. A. Extended amounts have been computed in accordance with Paragraph 13.03 of the General Conditions. B. Bidder acknowledges that the estimated quantities are not guaranteed, and final payment for all Unit Price items will be based on actual quantities provided, measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price. ARTICLE 5—EVALUATION OF BIDDERS 5.01 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner. The Owner will consider the amount bid,the Bidder's responsibility,the Bidder's safety record,the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder.The Owner reserves the right to waive any and all irregularities in determining the Bidders' responsibility or value, and whether the Bidder has met the minimum specific project experience requirements,and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid, reject any and all Bids,to waive any and all irregularities in the Bids, or to reject non-conforming, non-responsive or conditional Bids. In addition,the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner, changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally,the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Bid Acknowledgement Form 003000-3 Staples Street Pumping Station Improvements—Project No. E12004 Rev 01-13-2016 ARTICLE 6—TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 150 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 180 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 7.01 In compliance with the Bid Requirements in SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS,the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. SECTION 00 30 01 BID FORM. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 05 DISCLOSURE OF INTEREST. F. SECTION 00 30 06 NON-COLLUSION CERTIFICATION. ARTICLE 8—DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. ARTICLE 9—VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County,Texas for any legal action. ARTICLE 10—SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name,state of residency,and federal tax identification number in the Bid Form. 10.02 The Bidder, or the Bidder's authorized representative, shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s) signing the Bid must have the authority to bind the Bidder to a contract,and if required, shall attach documentation of signatory authority to the Bid Form. Bid Acknowledgement Form 003000-4 Staples Street Pumping Station Improvements—Project No. E12004 Rev 01-13-2016 10.03 Bidders who are individuals ("natural persons"as defined by the Texas Business Organizations Code§1.002), but who will not be signing the Bid Form personally,shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the individual(s) authorized to execute documents on behalf of the Bidder. Bidders using an assumed name(an"alias") shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency,or as otherwise existing. ARTICLE 11—BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: (typed or 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,orjoint venture.) END OF SECTION Bid Acknowledgement Form 003000-5 Staples Street Pumping Station Improvements—Project No. E12004 Rev 01-13-2016 Bid Acknowledgement Form 003000-6 Staples Street Pumping Station Improvements—Project No. E12004 Rev 01-13-2016 00 30 01 BID FORM Project Name: Staples Street Pumping Station Improvements Project Number: I E12004 Owner: City of Corpus Christi Bidder: OAR: Designer: Urban Engineering Basis of Bid Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT Base gid Part A-General(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Al IMobilization I L5 1 1 SUBTOTAL PART A-GENERAL(Items Al) Part B-WATER IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 18-inch, 20-inch, and 24-inch Suction Valves and Piping LS 1 B2 16-inch and 20-inch Discharge Valves and Piping LS 1 B3 7.5 MGD Pump, Base and Motor EA 3 B4 1.6-inch Slant Check Valve EA 3 B5 20-inch Panametric Flow Meter EA 3 B6 20-inch Flow Meter S.S. Flow Tube EA 3 67 Electrical (2 50 HP VFD's, Breaker and Misc. Cond/Cable) LS 1 68 HVAC LS 1 69 Demolition of 5 MGD Pumps, Piping and other items LS 1 B10 Instrumentation and Integration LS 1 B11 Tie- Into 48 Inch Suction EA 3 B12 Tie- Into 42 Inch Discharge EA 3 B13 Air Release Valve Assembly EA 3 Miscellanceous Concrete (Pump Bases, Pipe Supports 614 and Sidewalk) LS 1 B15 Trench Safety LF 50 B16 Preconstruction Exploratory Excavation LS 1 B17 SWPPP LS 1 B18 Seeding for Grass Restoration SY 300 619 Iconcrete Pavement I SF 1890 SUBTOTAL PART B-WATER IMPROVEMENTS(Item B1 THRU B19) Part C-ALLOWANCES(per SECTION 0123 10 ALTERNATES AND ALLOWANCES) C1 I Utility Allowance ILS 1 $20,000.00 $ 20,000.00 SUBTOTAL PART C-ALLOWANCES (Item C1) $ 20,000.00 Bid Form Page 1 of 2 Staples Street Pumping Station Improvements-Project No. E12004 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT BID SUMMARY SUBTOTAL PART A-GENERAL(Items Al) SUBTOTAL PART B-WATER IMPROVEMENTS(Items B1 thru B19) SUBTOTAL PART C-ALLOWANCES(Item Cl) $ 20,000.00 TOTAL PROJECT BASE BID(PARTS A THRU C) Contract Times Bidder agrees to reach Substantial Completion in 180 days Bidder agrees to reach 'Final Completion in 1 210 Idays Bid Form Page 2 of 2 Staples Street Pumping Station Improvements-Project No. E12004 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 Staples Street Pumping Station Improvements—Project No. E12004 11-25-2013 00 30 05 City of Corpus Christi Disclosure of Interest ,nASUPPLIER NUMBER TO BE ASSIGNED BY CrrY- PURMASING I]IVI~SION City of CITY OF CORPUS CHRISTI Chn r; DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112,as amended,requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: P.O.BOX.: STREET ADDRESS: CITY: ZIP: - FIRM IS: 1. Corporation ❑ 2. Partnership ❑ 3. Sole Owner E]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%n or more of the ownership in the above named"firm" Name Consultant City of Corpus Christi 003005-1 Disclosure of Interest 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:. Title: (T�W-rr-t) 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 temps 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 NU ECES OWNER: City of Corpus Christi,Texas 1201 Leopard Street Corpus Christi,Texas 78401 CONTRACT: Staples Street Pumping Station Improvements Project No. E12004 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 Staples Street Pumping Station Improvements—Project No. E12004 11-25-2013 00 45 16 STATEMENT OF EXPERIENCE ARTICLE 1—REQUIREMENT TO PROVIDE A STATEMENT OF EXPERIENCE 1.01 To be considered a responsive Bidder, the three lowest Bidders must complete and submit the Statement of Experience within 5 days after the date Bids are due to demonstrate the Bidders'responsibility and ability to meet the minimum requirements to complete the Work. Failure to submit the required information in the Statement of Experience may result in the Owner considering the Bid non-responsive and result in rejection of the Bid by the Owner. The Bid Security of the Bidder will be forfeited if Bidder fails to deliver the Statement of Experience in an attempt to be released from its Bid. Bidders may be required to provide supplemental information if requested by the Owner to clarify,enhance or supplement the information provided in the Statement of Experience. 1.02 Bidders must provide the information requested in this Statement of Experience using the forms attached to this Section. A copy of these forms can be provided in Microsoft Word to assist with the preparation of the Statement of Experience. Information in these forms must be provided completely and in detail. Information that cannot be totally incorporated in the farm 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 Z. 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 mare 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 qualification. Failure to provide the proposed Key Personnel may result in the disqualification of the Bidder and may void the award of the Contract. Statement of Experience 004516-1 Staples Street Pumping Station Improvements—Project No. E12004 Rev 06-22-2016 C. Provide information for each primary and alternate candidate that includes: technical experience, managerial experience,education and formal training and a work history which describes project experience, including the roles and responsibilities for each assignment. Additional information demonstrating experience that meets the minimum requirements should also be included. D. The Project Manager and Project Superintendent must have at least 5 years of recent experience in the management and oversight of projects of a similar size and complexity to this Project. This experience must include scheduling of manpower and materials, safety, coordination of Subcontractors, experience with the submittal process, Federal and State wage rate requirements and contract close-out procedures. The Project Superintendent is to be present at the Site at all times that Work is being performed. Foremen must have at least 5 years of recent experience in similar work and be subordinate to the Project Superintendent. Foremen cannot act as a superintendent without prior written approval from the Owner. 2.06 Provide information on the project experience and past performance of the organization. A. Provide information on projects that have been awarded to the Organization in the last 5 years in Table 3. Attach additional pages if necessary. Experience must include the satisfactory completion of at least five similar projects within the last 5 years for the Bidder's organization that are equal to or greater in size and magnitude than the current Project. B. In determining the responsibility of the Bidder,the Owner will consider the Bidder's past projects and any substandard quality of workmanship on completed projects. The Owner will consider whether the Bidder's past project experience shows substandard quality of workmanship, issues related to a substandard appearance of the completed work,the amount of warranty or rework required, problems with durability and maintainability of the completed project, and problems with the lack of quality of documentation provided. In addition to the work produced,the Owner may consider issues related to the quality of construction practices, responsiveness to the owner's needs during construction, an inability to work in the spirit of partnering and any non-responsiveness of the Bidder to make warranty corrections. Information to make this determination will come from Owner's interviews with references provided for this project. By listing reference contact information in this Statement of Experience, Bidder indicates its approval for OPT to contact the individuals listed as a reference. ARTICLE 3—SAFETY EXPERIENCE REQUIREMENTS 3.01 The Bidder agrees that pursuant to Section 2 52.043 5 of the Local Government Code,the Owner will consider the safety record of the Bidder prior to awarding contracts. The Owner has adopted the following written definitions and criteria for determining the Bidder's safety record. 3.02 The Bidder's safety record will be used to determine if the Bidder can be deemed responsible. 3.03 Provide general information about the safety record of the organization as required in Table 4. A. For purposes of providing this information,the following terms shall have the following meanings: 1. "Bidder" includes the firm,corporation, partnership,or other legal entity represented by the Bidder or anyone acting for such firm,corporation, partnership,or other legal entity submitting the bid. 2. "Citations" include notices of violation, notices of enforcement, suspension/revocation of state or federal licenses or registrations,fines assessed pending criminal complaints, indictments, convictions, administrative orders, draft orders,final orders,and judicial final judgments. Notice of Violations and Notice of Enforcement received from the TCEQ shall include those classified as major violations and moderate violations under the TCEQ's regulations far documentation of Compliance History,30 Texas Administrative Code, Chapter 60.2 (c) (1)and (2). 3. "Environmental Protection Agency" includes, but is not limited to the Texas Commission on Environmental Quality(the "TCEQ"),the United States Environmental Protection Agency(the"EPA"), the U.S. Fish and Wildlife Service,the U.S.Army Corps of Engineers,the Texas Department of State Statement of Experience 004516-2 Staples Street Pumping Station Improvements—Project No. E12004 Rev 06-22-2016 Health Services,the Texas Parks and Wildlife Department,the Structural Pest Control Service,agencies of local governments responsible for enforcing environmental protection laws or regulations, and similar regulatory agencies of other states of the United States. B. In determining the responsibility of the Bidder,the Owner will consider the following in regards to Table 4: 1. Whether the Bidder's response in reveals more than two(2) cases in which final orders have been entered by the Occupational Safety and Health Review Commission (the"OSHRC") against the Bidder for serious violations of Occupational Safety and Health Administration("OSHA") regulations within the past five(5)years. 2. Whether the Bidder's response reveals more than one(1) case in which Bidder has received a citation or for which final orders have been entered from an environmental protection agency for violations within the past five (5)years. 3. Whether the Bidder's response reveals that the Bidder has been convicted of a criminal offense or has been subject to a judgment for a negligent act or omission,which resulted in serious bodily injury or death,within the past ten (10)years. C. The Owner may consider the responses to each question in Table 4 separately when determining the responsibility of the Bidder.The Owner may also consider the cumulative impact of the information generated by the Bidder's responses. ARTICLE 4—PROVIDE INFORMATION TO DEMONSTRATE THE ABILITY OF THE BIDDER TO PROVIDE SUBCONTRACTING OPPORTUNITIES THAT WILL MEET THE OWNER'S ESTABLISHED GOALS FOR MINORITY, MBE,AND DBE PARTICIPATION IN THE PROJECT. LIST ALL WORK TO BE PERFORMED BY QUALIFIED MINORITY, MBE AND DBE-PROPOSED SUBCONTRACTORS OR SUPPLIERS IN TABLE 5. INCLUDE PERCENTAGES OF WORK SUBCONTRACTED TO EACH TO DEMONSTRATE COMPLIANCE WITH OWNER'S STATED GOALS.STATEMENT OF EXPERIENCE REQUIREMENTS 4.01 Provide one printed copy of the Statement of Experience using the referenced tables and narrative descriptions as described in Article 2. Pages are to be 8-1/2 x 11 pages using a minimum font size of 10. A limited number of 11 x 17 sheets may be used,and must be folded to the size of an 8-1/2 x 11 page. 4.02 Provide a digital copy of the Statement of Experience in Portable Document Format(PDF)on a CD, portable drive, or other digital recording device. This digital copy is to include all information required to evaluate the Bid and should match the content of the printed copy of the Bid. When creating the digital copy: A. Create PDF documents from native format files. B. Rotate pages so that the top of the document appears at the top of the file when opened in PDF viewing software. C. Submit PDF documents with adequate resolution to allow documents to be printed in a format equivalent to the original documents. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. D. Submit color PDF documents if color is used in the printed version of the documents. Statement of Experience 004516-3 Staples Street Pumping Station Improvements—Project No. E12004 Rev 06-22-2016 Table 1—Organization Information Organization doing business as: Business Address of Principal Office Telephone No. I Website Form of Business(check one) ❑ Corporation ❑ Partnership ❑ Individual If a Corporation State of Incorporation Date of Incorporation Chief Executive Officer's Name President's Name Vice President's Name(s) Secretary's Name Treasurer's Name If a Partnership Date of Organization Form of Partnership: ❑ General ❑ Limited If an Individual Name Ownership of Organization List of companies,firms,or organizations that own any part of the organization. Names of Companies, Firms,or Organizations Percent Ownership Organization History List of names that this organization currently, has,or anticipates operating under including the names of related companies presently doing business. Names of Organizations From Date To Date Indicators of Organization Size Average number of current full-time employees Average estimate of revenue for the current year Statement of Experience 004516-4 Staples Street Pumping Station Improvements—Project No. E12004 Rev 06-22-2016 Table 1—Organization Information Organization doing business as: Previous History with City of Corpus Christi List the 5 most recent projects that have been completed with the City of Corpus Christi. Project 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 FMR. 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 Staples Street Pumping Station Improvements—Project No. E12004 Rev 06-22-2016 Table 2—Project Information Organization doing business as: Proposed Project Organization Provide a brief description of the organizational structure proposed for this project indicating the names and functional roles of proposed key personnel and alternates. Provide resumes for Project Manager,Superintendent, Safety Manager and Quality Con trod Manager. Position Primary Alternate Project Manager Superintendent Safety Manager Quality Control Manager Division of work between Bidder and Proposed Subcontractor and Suppliers Provide a list of Work to be self-performed by the Bidder and the Work contracted to Subcontractors and Suppliers for more than 10 percent of the Work(based on estimated subcontract or purchase order amounts and the Contract Price). Description of Work Name of Entity Performing the Estimated Percentage Work of Contract Price Subcontractor Construction Site Safety Experience Provide Experience Modification Ratio(EMR) History for the last 3 years for Subcontractors that will provide Work valued at 25%or more of the Contract Price. Provide documentation of the FMR. Subcontractor Year EMR Year EMR Year EMR Subcontractor Year EMR Year EMR Year EMR Statement of Experience 004516-6 Staples Street Pumping Station Improvements—Project No. E12004 Rev 06-22-2016 Table 3—Projects Awarded during the Last 5 Years Organization doing business as: Project information Project Description Name Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract #Days Contract Price Price Days Late Issues/Claims/ Litigation: 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: Statement of Experience 004516-7 Staples Street Pumping Station Improvements—Project No. E12004 Rev 06-22-2016 Table 3—Projects Awarded during the Last 5 Years—Not including City of Corpus Christi Projects Organization doing business as: Project information Project Description Name Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract #Days Contract Price Price Days Late Issues/Claims/ Litigation: 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: Statement of Experience 004516-8 Staples Street Pumping Station Improvements—Project No. E12004 Rev 06-22-2016 Table 3—Projects Awarded during the Last 5 Years—Not including City of Corpus Christi Projects Organization doing business as: Project information Project Description Name Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract #Days Contract Price Price Days Late Issues/Claims/ Litigation: 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: Statement of Experience 004516-9 Staples Street Pumping Station Improvements—Project No. E12004 Rev 06-22-2016 Table 4—Safety Record Questionnaire and Statement of Bidder's Safety Experience Organization doing business as: Bidder's Safety Record and Experience Has the Bidder received any Citations for violations of OSHA within the past five(5)years? List Citations below (date and location of Citation)and provide full details in a separate attachment if yes.The full details must include the type of violation or offense,the final disposition of the violation or offense, if any, and the penalty assessed. Has the Bidder received any Citations for violations of environmental protection laws or regulations within the past five (5)years? List Citations below(date and location of Citation) and provide full details in a separate attachment if yes.The full details must include the type of violation or offense,the final disposition of the violation or offense, if any, and the penalty assessed. Has the Bidder,within the past ten(10)years, been convicted of a criminal offense or been subject to a judgment for a negligent act or omission,which resulted in serious bodily injury or death? List convictions or judgments below and provide full details in a separate attachment if yes. The Owner will consider the following information as additional support to make a determination as to the responsibility of the Bidder.The Bidder must answer the following questions and provide evidence that it meets minimum OSHA construction safety standards and has a lost time injury rate that does not exceed the limits established below: 1 Does the Bidder have a written construction safety program? ❑Yes ❑ No 2 Does the Bidder conduct regular construction site safety inspections? ❑Yes ❑ No 3 Does the Bidder have an active construction safety training program? ❑Yes ❑ No 4 Does the Bidder,or affected subcontractor, have competent persons in the following areas(as applicable to the scope of the current Project): A. Scaffolding ❑ Yes ❑ No ❑ N/A B. Excavation ❑. Yes ❑ No ❑ N/A C. Cranes&Hoists ❑ Yes ❑ No ❑ N/A D. Electrical ❑ Yes ❑ No ❑ N/A Statement of Experience 00 45 16-10 Staples Street Pumping Station Improvements—Project No. E12004 Rev 06-22-2016 Table 4—Safety Record Questionnaire and Statement of Bidder's Safety Experience Organization doing business as: E. Fall Protection ❑ Yes ❑ No ❑ NSA F. Confined Spaces ❑ Yes ❑ No ❑ N/A G. Material Handling ❑ Yes ❑ No ❑ NSA H. Demolition ❑ Yes ❑ No ❑ N/A I. Steel Erection ❑ Yes ❑ No ❑ N/A J. Underground Construction ❑ Yes ❑ No ❑ N/A Does the Bidder have a lost time injury rate and a total recordable injury rate of less than or equal to the national average for North American Industrial Classification 5 System ("NAICS") Category 23 for each of the past five(5)years? Provide the ❑Yes ❑ No Bidder's OSHA 300 and 300A logs for the past five(5)years in a separate attachment. Does the Bidder have an experience modifier rate of 1.0 or less?Provide the 5 Bidder's NCCI workers' compensation experience rating sheets for the past five(5) ❑Yes ❑ No years in a separate attachment. Has the Bidder had any OSHA inspections within the past six(6) months? Provide 7 documentation showing the nature of the inspection,the findings, and the ❑Yes ❑ No magnitude of the issues in a separate attachment if yes. Statement of Experience 00 45 16-11 Staples Street Pumping Station Improvements—Project No. E12004 Rev 06-22-2016 Table 5—Demonstrated Minority, MBE, DBE Participation Organization doing business as Project Subcontractors and Suppliers Provide a list of anticipated Minority, MBE, DBE Subcontractors or Suppliers contracts that will be used to demonstrate compliance with the Owner's Minority f MBE J DBE Participation Policy Name Work to be Provided Estimated%of Contract Price Statement of Experience 00 45 16-12 Staples Street Pumping Station Improvements—Project No. E12004 Rev 06-22-2016 ARTICLE 5—CERTIFICATION 5.01 By submitting this Statement of Experience and related information, Bidder certifies that it has read this Statement of Experience and that Bidder's responses are true and correct and contain no material misrepresentations and that the individual signing below is authorized to make this certification on behalf of the Bidder's organization. The individual signing this certification shall attach evidence of individual's authority to bind the organization to an agreement. Bidder: (typed or printed) By: (individual's signature) Name: (typed or printed) Title: (typed or printed) Designated Representative: Name: Title: Address: Telephone No.: Email: END OF SECTION Statement of Experience 00 45 16-13 Staples Street Pumping Station Improvements—Project No. E12004 Rev 06-22-2016 00 52 23 AGREEMENT This Agreement,for the Project awarded on , 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: Staples Street Pumping Station Improvements Project No. E12004 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Urban Engineering 2725 Swantner Corpus Christi,TX 78404 2.02 The Owner's Authorized Representative for this Project is: TO BE DETERMINE ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 180 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.05 of the General Conditions within 210 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 Staples Street Pumping Station Improvements—Project No. E12004 Rev 06-22-2016 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$1000 far each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner$1000 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready far final payment in accordance with Paragraph 15.05 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 0135 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4—CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids,and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $ ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. Agreement 005223-2 Staples Street Pumping Station Improvements—Project No. E12004 Rev 06-22-2016 C. Payment will be made for the amount determined per Paragraph 5.02.6, less the total of payments previously made and less set-offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion,the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 5.01. 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 15.05 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6—INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 5.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 5.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local,and Site conditions that may affect cost, progress,and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; Agreement 005223-3 Staples Street Pumping Station Improvements—Project No. E12004 Rev 06-22-2016 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site;and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.171.E with respect to the effect of such information,observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods,techniques,sequences,and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations,explorations,tests,studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations,explorations,tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors,ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 8—ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper Agreement 005223-4 Staples Street Pumping Station Improvements—Project No. E12004 Rev 06-22-2016 financial management under this Agreement. Subject to prior written notice,the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions,drawings, receipts,vouchers, memoranda,and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9—CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications,forms,and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10—CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR—Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. Agreement 005223-5 Staples Street Pumping Station Improvements—Project No. E12004 Rev 06-22-2016 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 Staples Street Pumping Station Improvements—Project No. E12004 Rev 06-22-2016 006113 PERFORMANCE BOND BOND NO. Contractor as Principal Surety Name: Name: Mailing address(principal place of business): Mailing address(principal place of business): Physical address(principal place of business): Owner Name: City of Corpus Christi,Texas Mailing address(principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Corpus Christi,Texas 78401 By submitting this Bond, Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone(main number): Telephone(for notice of claim): Local Agent for Surety Name: Award Date of the Contract: Address: Contract Price: Bond Telephone: E-Mail Address: Date of Bond: (Date of Bond cannot be earlier than Award Date The address of the surety company to which any of the Contract) notice of claim should be sent may be obtained Said Principal and Surety have signed and sealed from the Texas Dept. of Insurance by calling the this instrument in 4 copies,each one of which shall following toll-free number.1-800-252-3439 be deemed an original. Performance Bond 006113-1 Staples Street Pumping Station Improvements—Project No. E12004 Rev 01-13-2016 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer,agent or representative. The Principal and Surety bind themselves, and their heirs,administrators, executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Surety Signature: Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond 006113-2 Staples Street Pumping Station Improvements—Project No. E12004 Rev 01-13-2016 00 61 16 PAYMENT BOND BOND NO. Contractor as Principal Surety Name: Name: Mailing address(principal place of business): Mailing address(principal place of business): Physical address(principal place of business): Owner Name: City of Corpus Christi,Texas Mailing address(principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Corpus Christi,Texas 78401 By submitting this Bond, Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone(main number): Telephone(for notice of claim): Local Agent for Surety Name: Award Date of the Contract: Address: Contract Price: Bond Telephone: E-Mail Address: Date of Bond: (Date of Bond cannot be earlier than Award Date The address of the surety company to which any of Contract) notice of claim should be sent may be obtained Said Principal and Surety have signed and sealed from the Texas Dept. of Insurance by calling the this instrument in 4 copies,each one of which shall following toll-free number.1-800-252-3439 be deemed an original. Payment Bond Form 006116-1 Staples Street Pumping Station Improvements—Project No. E12004 Rev.01-13-2016 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer,agent or representative. The Principal and Surety bind themselves, and their heirs, administrators,executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Surety Signature: Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 006116-2 Staples Street Pumping Station Improvements—Project No. E12004 Rev.01-13-2016 00 72 00 GENERAL CONDITIONS Table of Contents Page Article 1—Definitions and Terminology.......................................................................................................6 1.01 Defined Terms...............................................................................................................................6 1.02 Terminology................................................................................................................................11 Article 2—Preliminary Matters...................................................................................................................12 2.01 Delivery of Bonds and Evidence of Insurance.............................................................................12 2.02 Copies of Documents..................................................................................................................13 2.03 Before Starting Construction......................................................................................................13 2.04 Preconstruction Conference; Designation of Authorized Representatives................................13 Article 3—Contract Documents: Intent, Requirements, Reuse.................................................................13 3.01 Intent...........................................................................................................................................13 3.02 Reference Standards...................................................................................................................15 3.03 Reporting and Resolving Discrepancies......................................................................................15 3.04 Interpretation of the Contract Documents.................................................................................16 3.05 Reuse of Documents...................................................................................................................16 Article 4—Commencement and Progress of the Work..............................................................................16 4.01 Commencement of Contract Times; Notice to Proceed.............................................................16 4.02 Starting the Work........................................................................................................................16 4.03 Progress Schedule.......................................................................................................................17 4.04 Delays in Contractor's Progress..................................................................................................17 Article 5—Availability of Lands,Subsurface and Physical Conditions, Hazardous Environmental Conditions...................................................................................................................................................18 5.01 Availability of Lands....................................................................................................................18 5.02 Use of Site and Other Areas........................................................................................................18 5.03 Subsurface and Physical Conditions............................................................................................19 5.04 Differing Subsurface or Physical Conditions...............................................................................19 5.05 Underground Facilities................................................................................................................21 5.06 Hazardous Environmental Conditions at Site.............................................................................22 Article 6—Bonds and Insurance .................................................................................................................24 6.01 Performance, Payment,and Other Bonds..................................................................................24 6.02 Licensed Sureties ........................................................................................................................24 General Conditions 007200-1 Corpus Christi Standards-Regular Projects 03-23-2015 6.03 Insurance.....................................................................................................................................25 Article 7—Contractor's Responsibilities.....................................................................................................25 7.01 Supervision and Superintendence..............................................................................................25 7.02 Labor; Working Hours.................................................................................................................25 7.03 Services, Materials, and Equipment ...........................................................................................26 7.04 Concerning Subcontractors, Suppliers,andOthers....................................................................26 7.05 Patent Fees and Royalties...........................................................................................................27 7.05 Permits........................................................................................................................................28 7.07 Taxes...........................................................................................................................................28 7.08 Laws and Regulations..................................................................................................................28 7.09 Safety and Protection .................................................................................................................29 7.101 Safety Representative.................................................................................................................30 7.11 Hazard Communication Programs..............................................................................................30 7.12 Emergencies................................................................................................................................30 7.13 Contractor's General Warranty and Guarantee.........................................................................30 7.14 Indemnification...........................................................................................................................31 7.15 Delegation of Professional Design Services................................................................................32 Article 8—Other Work at the Site...............................................................................................................33 8.01 Other Work.................................................................................................................................33 8.02 Coordination ...............................................................................................................................34 8.03 Legal Relationships......................................................................................................................34 Article 9—Owner's and OPT's Responsibilities...........................................................................................35 9.01 Communications to Contractor..................................................................................................35 9.02 Replacement of Owner's Project Team Members......................................................................35 9.03 Furnish Data................................................................................................................................35 9.04 Pay When Due.............................................................................................................................35 9.05 Lands and Easements; Reports and Tests...................................................................................35 9.06 Insurance.....................................................................................................................................35 9.07 Modifications..............................................................................................................................35 9.08 Inspections,Tests, and Approvals...............................................................................................35 9.09 Limitations on OPT's Responsibilities.........................................................................................35 9.10 Undisclosed Hazardous Environmental Condition......................................................................36 9.11 Compliance with Safety Program................................................................................................36 General Conditions 007200-2 Corpus Christi Standards-Regular Projects 03-23-2015 Article 10—OAR's and Designer's Status During Construction..................................................................36 10.01 Owner's Representative..........................................................................................................36 10.02 Visits to Site.............................................................................................................................36 10.03 Resident Project Representatives...........................................................................................36 10.04 Rejecting Defective Work........................................................................................................36 10.05 Shop Drawings, Modifications and Payments.........................................................................36 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work...................37 10.07 Limitations on OAR's and Designer's Authority and Responsibilities.....................................37 Article 11—Amending the Contract Documents; Changes in the Work....................................................37 11.01 Amending and Supplementing the Contract Documents.......................................................37 11.02 Owner-Authorized Changes in the Work................................................................................38 11.03 Unauthorized Changes in the Work........................................................................................38 11.04 Change of Contract Price........................................................................................................39 11.05 Change of Contract Times.......................................................................................................40 11.06 Change Proposals....................................................................................................................40 11.07 Execution of Change Orders ...................................................................................................40 11.08 Notice to Surety......................................................................................................................41 Article12—Claims.......................................................................................................................................42 12.01 Claims......................................................................................................................................42 12.02 Claims Process.........................................................................................................................42 Article 13—Cost of the Work;Allowances; Unit Price Work......................................................................43 13.01 Cost of the Work.....................................................................................................................43 13.02 Allowances..............................................................................................................................46 13.03 Unit Price Work.......................................................................................................................46 13.04 Contingencies..........................................................................................................................47 Article 14—Tests and Inspections; Correction, Removal,or Acceptance of Defective Work....................47 14.01 Access to Work........................................................................................................................47 14.02 Tests, Inspections,and Approvals...........................................................................................47 14.03 Defective Work.......................................................................................................................48 14.04 Acceptance of Defective Work................................................................................................49 14.05 Uncovering Work....................................................................................................................49 14.06 Owner May Stop the Work.....................................................................................................49 14.07 Owner May Correct Defective Work.......................................................................................50 General Conditions 007200-3 Corpus Christi Standards-Regular Projects 03-23-2015 Article 15—Payments to Contractor;Set-Offs;Completion; Correction Period........................................50 15.01 Progress Payments..................................................................................................................50 15.02 Contractor's Warranty of Title................................................................................................52 15.03 Substantial Completion...........................................................................................................52 15.04 Partial Utilization.....................................................................................................................53 15.05 Final Inspection.......................................................................................................................53 15.06 Final Payment..........................................................................................................................53 15.07 Waiver of Claims.....................................................................................................................54 15.08 Correction Period....................................................................................................................54 Article 16—Suspension of Work and Termination.....................................................................................55 16.01 Owner May Suspend Work.....................................................................................................55 16.02 Owner May Terminate for Cause............................................................................................55 16.03 Owner May Terminate For Convenience................................................................................56 Article 17—Final Resolution of Disputes....................................................................................................57 17.01 Methods and Procedures........................................................................................................57 Article1.8—Miscellaneous..........................................................................................................................57 18.01 Computation of Times.............................................................................................................57 18.02 Owner's Right to Audit Contractor's Records.........................................................................57 18.03 Independent Contractor.........................................................................................................58 18.04 Cumulative Remedies .............................................................................................................58 18.05 Limitation of Damages............................................................................................................58 18.05 No Waiver...............................................................................................................................58 18.07 Severability..............................................................................................................................58 18.08 Survival of Obligations............................................................................................................59 18.09 No Third Party Beneficiaries ...................................................................................................59 18.10 Assignment of Contract...........................................................................................................59 18.11 No Waiver of Sovereign Immunity..........................................................................................59 18.12 Controlling Law.......................................................................................................................59 18.13 Conditions Precedent to Right to Sue.....................................................................................59 18.14 Waiver of Trial by Jury.............................................................................................................59 18.15 Attorney Fees..........................................................................................................................59 18.16 Compliance with Laws.............................................................................................................59 18.17 Enforcement............................................................................................................................60 General Conditions 007200-4 Corpus Christi Standards-Regular Projects 03-23-2015 18.18 Subject to Appropriation.........................................................................................................60 18.19 Contract Sum...........................................................................................................................60 18.20 Contractor`s Guarantee as Additional Remedy......................................................................60 General Conditions 007200-5 Corpus Christi Standards-Regular Projects 03-23-2015 ARTICLE 1—DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. A term with initial capital letters, including the term's singular and plural forms, has the meaning indicated in this paragraph wherever used in the Bidding Requirements or Contract Documents. In addition to the terms specifically defined,terms with initial capital letters in the Contract Documents may include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda - Documents issued prior to the receipt of Bids which clarify or modify the Bidding Requirements or the proposed Contract Documents. 2. Agreement-The document executed between Owner and Contractor covering the Work. 3. Alternative Dispute Resolution-The process by which a disputed Claim may be settled as an alternative to litigation, if Owner and Contractor cannot reach an agreement between themselves. 4. Application for Payment-The forms used by Contractor to request payments from Owner and the supporting documentation required by the Contract Documents. 5. Award Date—The date the City Council of the City of Corpus Christi (City)authorizes the City Manager or designee to execute the Contract on behalf of the City. 6. Bid -The documents submitted by a Bidder to establish the proposed Contract Price and Contract Times and provide other information and certifications as required by the Bidding Requirements. 7. Bidding Documents-The Bidding Requirements,the proposed Contract Documents, and Addenda. 8. Bidder-An individual or entity that submits a Bid to Owner. 9. Bidding Requirements-The Invitation for Bids, Instructions to Bidders, Bid Security, Bid Form and attachments, and required certifications. 10. Bid Security-The financial security in the form of a bid bond provided by Bidder at the time the Bid is submitted and held by Owner until the Agreement is executed and the evidence of insurance and Bonds required by the Contract Documents are provided. A cashier's check,certified check, money order or bank draft from any State or National Bank will also be acceptable. 11. Bonds- Performance Bond, Payment Bond, Maintenance Bond, and other Surety instruments executed by Surety. When in singular form, refers to individual instrument. 12. Change Order-A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which modifies the Work, Contract Price,Contract Times,or terms and conditions of the Contract. General Conditions 007200-6 Corpus Christi Standards-Regular Projects 03-23-2015 13. Change Proposal-A document submitted by Contractor in accordance with the requirements of the Contract Documents: a. Requesting an adjustment in Contract Price or Contract Times; b. Contesting an initial decision concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents;. c. Challenging a set-off against payment due;or d. Seeking a Modification with respect to the terms of the Contract. 14. City Engineer-The Corpus Christi City Engineer and/or his designated representative as identified at the p reco nstru ction conference or in the Notice to Proceed. 15. Claim-A demand or assertion by Owner or Contractor submitted in accordance with the requirements of the Contract Documents. A demand for money or services by an entity other than the Owner or Contractor is not a Claim. 16. Constituent of Concern-Asbestos, petroleum, radioactive materials, polychlorinated biphenyls(PCBs), hazardous wastes, and substances, products,wastes,or other materials that are or become listed, regulated,or addressed pursuant to: a. The Comprehensive Environmental Response, Compensation and Liability Act,42 U.S.C. §§9601 et seq. ("CERCLA"); b. The Hazardous Materials Transportation Act,49 U.S.C. §§5501 et seq.; c. The Resource Conservation and Recovery Act,42 U.S.C. §§5901 et seq. ("RCRA"); d. The Toxic Substances Control Act, 15 U.S.C. §§2601 et seq.; e. The Clean Water Act,33 U.S.C. §§1251 et seq.; f. The Clean Air Act,42 U.S.C. §§7401 et seq.; or g. Any other Laws or Regulations regulating, relating to,or imposing liability or standards of conduct concerning hazardous,toxic,or dangerous waste, substance, or material. 17. Contract-The entire integrated set of documents concerning the Work and describing the relationship between the Owner and Contractor. 18. Contract Amendment-A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which: a. Authorizes new phases of the Work and establishes the Contract Price, Contract Times,or terms and conditions of the Contract for the new phase of Work;or b. Modifies the terms and conditions of the Contract, but does not make changes in the Work. 19. Contract Documents-Those items designated as Contract Documents in the Agreement. 20. Contract Price-The monetary amount stated in the Agreement and as adjusted by Modifications,and increases or decreases in unit price quantities, if any,that Owner has agreed to pay Contractor for completion of the Work in accordance with the Contract Documents. General Conditions 007200-7 Corpus Christi Standards-Regular Projects 03-23-2015 21. Contract Times-The number of days or the dates by which Contractor must: a. Achieve specified Milestones; b. Achieve Substantial Completion; and c. Complete the Work. 22. Contractor-The individual or entity with which Owner has contracted for performance of the Work. 23. Contractor's Team-Contractor and Subcontractors, Suppliers, individuals, or entities directly or indirectly employed or retained by them to perform part of the Work or anyone for whose acts they may be liable. 24. Cost of the Work-The sum of costs incurred for the proper performance of the Work as allowed by Article 13. 25. Defective-When applied to Work, refers to Work that is unsatisfactory,faulty,or deficient in that it: a. Does not conform to the Contract.Documents; b. Does not meet the requirements of applicable inspections, reference standards, tests, or approvals referred to in the Contract Documents; or C. Has been damaged or stolen prior to OAR's recommendation of final payment unless responsibility far the protection of the Work has been assumed by Owner at Substantial Completion in accordance with Paragraphs 15.03 or 15.04. 26. Designer-The individuals or entity named as Designer in the Agreement and the subconsultants, individuals, or entities directly or indirectly employed or retained by Designer to provide design or other technical services to the Owner. Designer has responsibility for engineering or architectural design and technical issues related to the Contract Documents. Designers are Licensed Professional Engineers or Registered Architects qualified to practice their profession in the State of Texas. 27. Drawings-The part of the Contract that graphically shows the scope,extent,and character of the Work. Shop Drawings and other Contractor documents are not Drawings. 28. Effective Date of the Contract-The date indicated in the Agreement on which the City Manager or designee has signed the Contract. 29. Field Order-A document issued by OAR or Designer requiring changes in the Work that do not change the Contract Price or the Contract Times. 30. Hazardous Environmental Condition-The presence of Constituents of Concern at the Site in quantities or circumstances that may present a danger to persons or property exposed to Constituents of Concern. The presence of Constituents of Concern at the Site necessary for the execution of the Work or to be incorporated in the Work is not a Hazardous Environmental Condition provided these Constituents of Concern are controlled and contained pursuant to industry practices, Laws and Regulations, and the requirements of the Contract. General Conditions 007200-8 Corpus Christi Standards-Regular Projects 03-23-2015 31. Indemnified Costs-All costs, losses,damages,and legal or other dispute resolution costs resulting from claims or demands against Owner's Indemnitees. These costs include fees for engineers,architects, attorneys, and other professionals. 32. Laws and Regulations; Laws or Regulations-Applicable laws,statutes, rules, regulations,ordinances, codes, and orders of governmental bodies,agencies, authorities,and courts having jurisdiction over the Project. 33. Liens-Charges,security interests, or encumbrances upon Contract related funds, real property, or personal property. 34. Milestone-A principal event in the performance of the Work that Contractor is required by Contract to complete by a specified date or within a specified period of time. 35. Modification-Change made to the Contract Documents by one of the following methods: a. Contract Amendment; b. Change Order; C. Field Order; or d. Work Change Directive. 36. Notice of Award-The notice of Owner's intent to enter into a contract with the Selected Bidder. 37. Notice to Proceed -A notice to Contractor of the Contract Times and the date Work is to begin. 38. Owner-The City of Corpus Christi (City), a Texas home-rule municipal corporation and political subdivision organized under the laws of the State of Texas,acting by and through its duly authorized City Manager and his designee,the City Engineer(the Director of Engineering Services), and the City's officers, employees, agents,or representatives, authorized to administer design and construction of the Project. 39. Owner's Authorized Representative or OAR-The individual or entity named as OAR in the Agreement and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide construction management services to the Owner. The OAR may be an employee of the Owner. 40. Owner's Indemnitees-Each member of the OPT and their officers, directors, members, partners, employees, agents, consultants, and subcontractors. 41. Owner's Project Team or OPT-The Owner,Owner's Authorized Representative, Resident Project Representative, Designer, and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide services to the Owner. 42. Partial Occupancy or Use-Use by Owner of a substantially completed part of the Work for the purpose for which it is intended(or a related purpose) prior to Substantial Completion of all the Work. General Conditions 007200-9 Corpus Christi Standards-Regular Projects 03-23-2015 43. Progress Schedule-A schedule prepared and maintained by Contractor,describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Times. 44. Project-The total undertaking to be accomplished for Owner under the Contract Documents. 45. Resident Project Representative or RPR-The authorized representative of OPT assigned to assist OAR at the Site. As used herein,the term Resident Project Representative includes assistants and field staff of the OAR. 46. Samples- Physical examples of materials,equipment,or workmanship representing some portion of the Work that are used to establish the standards for that portion of the Work. 47. Schedule of Documents-A schedule of required documents, prepared, and maintained by Contractor. 48. Schedule of Values-A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for Contractor's Applications for Payment. 49. Selected Bidder-The Bidder to which Owner intends to award the Contract. 50. Shop Drawings-All drawings,diagrams, illustrations, schedules, and other data or information that are specifically prepared or assembled and submitted by Contractor to illustrate some portion of the Work. Shop Drawings, whether approved or not,are not Drawings and are not Contract Documents. 51. Site-Lands or areas indicated in the Contract Documents as being furnished by Owner upon which the Work is to be performed. The Site includes rights-of-way,easements, and other lands furnished by Owner which are designated for use by the Contractor. 52. Specifications-The part of the Contract that describes the requirements for materials, equipment,systems, standards,and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable to the Work. 53. Subcontractor-An individual or entity having a direct contract with Contractor or with other Subcontractors or Suppliers for the performance of a part of the Work. 54. Substantial Completion-The point where the Work or a specified part of the Work is sufficiently complete to be used for its intended purpose in accordance with the Contract Documents. 55. Supplementary Conditions-The part of the Contract that amends or supplements the General Conditions. 56. Supplier-A manufacturer,fabricator,supplier, distributor, materialman, or vendor having a direct contract with Contractor or with Subcontractors or other Suppliers to furnish materials or equipment to be incorporated in the Work. 57. Technical Data -Those items expressly identified as Technical Data in the Supplementary Conditions with respect to either: a. Subsurface conditions at the Site; General Conditions 00 72 00-10 Corpus Christi Standards-Regular Projects 03-23-2015 b. Physical conditions relating to existing surface or subsurface structures at the Site, except Underground Facilities;or C. Hazardous Environmental Conditions at the Site. 58. Underground Facilities-All underground pipelines, conduits, ducts, cables,wires, manholes,vaults,tanks,tunnels,other similar facilities or appurtenances, and encasements containing these facilities which are used to convey electricity,gases, steam, liquid petroleum products,telephone or other communications,fiber optic transmissions, cable television,water,wastewater, storm water,other liquids or chemicals, or traffic or other control systems. 59. Unit Price Work-Work to be paid for on the basis of unit prices. 50. Work-The construction of the Project or its component parts as required by the Contract Documents. 51. Work Change Directive-A directive issued to Contractor on or after the Effective Date of the Contract ordering an addition, deletion, or revision in the Work. The Work Change Directive serves as a memorandum of understanding regarding the directive until a Change Order can be issued. 1.02 Terminology A. The words and terms discussed in this Paragraph 1.02 are not defined, but when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. It is understood that the cost for performing Work is included in the Contract Price and no additional compensation is to be paid by Owner unless specifically stated otherwise in the Contract Documents. Expressions including or similar to "at no additional cost to Owner," "at Contractor's expense," or similar words mean that the Contractor is to perform or provide specified operation of Work without an increase in the Contract Price. C. The terms"day"or"calendar day" mean a calendar day of 24 hours measured from midnight to the next midnight. D. The meaning and intent of certain terms or adjectives are described as follows: 1. The terms"as allowed,""as approved," "as ordered," "as directed,"or similar terms in the Contract Documents indicate an exercise of professional judgment by the OPT. 2. Adjectives including or similar to"reasonable,""suitable," "acceptable,""proper," "satisfactory," or similar adjectives are used to describe a determination of OPT regarding the Work. 3. Any exercise of professional judgment by the OPT will be made solely to evaluate the Work for general compliance with the Contract Documents unless there is a specific statement in the Contract Documents indicating otherwise. 4. The use of these or similar terms or adjectives does not assign a duty or give OPT authority to supervise or direct the performance of the Work,or assign a duty or give authority to the OPT to undertake responsibilities contrary to the provisions of Articles 9 or 10 or other provisions of the Contract Documents. General Conditions 00 72 00-11 Corpus Christi Standards-Regular Projects 03-23-2015 E. The use of the words"furnish,""install," "perform," and "provide" have the following meanings when used in connection with services, materials,or equipment: 1. Furnish means to supply and deliver the specified services, materials, or equipment to the Site or other specified location ready for use or installation. 2. Install means to complete construction or assembly of the specified services, materials, or equipment so they are ready for their intended use. 3. Perform or provide means to furnish and install specified services,materials,or equipment,complete and ready for their intended use. 4. Perform or provide the specified services, materials,or equipment complete and ready for intended use if the Contract Documents require specific services, materials,or equipment, but do not expressly use the words"furnish," "install," "perform,"or "provide." F. Contract Documents are written in modified brief style: 1. Requirements apply to all Work of the same kind,class, and type even though the word "all" is not stated. 2. Simple imperative sentence structure is used which places a verb as the first word in the sentence. It is understood that the words"furnish," "install," "perform," "provide,"or similar words include the meaning of the phrase"The Contractor shall..." before these words. 3. Unless specifically stated that action is to be taken by the OPT or others, it is understood that the action described is a requirement of the Contractor. G. Words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with this recognized meaning unless stated otherwise in the Contract Documents. H. Written documents are required where reference is made to notices, reports,approvals, consents, documents,statements, instructions, opinions or other types of communications required by the Contract Documents. Approval and consent documents must be received by Contractor prior to the action or decision for which approval or consent is given. These may be made in printed or electronic format through the OPT's project management information system or other electronic media as required by the Contract Documents or approved by the OAR. I. Giving notice as required by the Contract Documents may be by printed or electronic media using a method that requires acknowledgment of the receipt of that notice. ARTICLE 2—PRELIMINARY MATTERS 2.01 Delivery of Bonds and Evidence of Insurance A. Provide required Bonds with the executed Agreement. B. Provide evidence of insurance required by the Contract Documents with the executed Agreement. General Conditions 00 72 00-12 Corpus Christi Standards-Regular Projects 03-23-2015 2.02 Copies of Documents A. OPT is to furnish one fully executed Agreement and ane copy of the executed Contract Documents in electronic portable document format(PDF). This document is the Project Record Copy of the Contract Documents. 2.03 Before Starting Construction A. Provide the following preliminary documents in accordance with the Contract Documents within 10 days after the Effective Date of the Contract: 1. Progress Schedule; 2. Schedule of Documents; and 3. Schedule of Values and projected cash flow information. 2.04 Preconstruction Conference;. Designation of Authorized Representatives A. Attend the preconstruction conference as required by the Contract Documents. B. Designate the specific individuals authorized to act as representatives of the Contractor. These individuals must have the authority to transmit and receive information, render decisions relative to the Contract,and otherwise act on behalf of the Contractor. C. Owner is to designate the specific individuals authorized to act as representatives of the Owner and the limits of their authority with regard to acting on behalf of the Owner. ARTICLE 3—CONTRACT DOCUMENTS: INTENT, REQUIREMENTS, REUSE 3.01 Intent A. Requirements of components of the Contract Documents are as binding as if required by all Contract Documents. It is the intent of the Contract Documents to describe a functionally complete Project. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OPT. 1. The Contract requirements described in the General Conditions,Supplementary Conditions, and General Requirements(Division 01 Sections of the Specifications) apply to Work regardless of where it is described in the Contract Documents, unless specifically noted otherwise. 2. In offering a Bid for this Project and in entering into this Contract, Contractor represents: a. Contractor has studied the Contract Documents,the Work,the Site, local conditions, Laws and Regulations,and other conditions that may affect the Work; b. Contractor has studied the Technical Data and other information referred to in the Contract Documents and has or will make additional surveys and investigations as deemed necessary for the performance of the Work; c. Contractor has correlated these studies and observations with the requirements of the Contract Documents; and General Conditions 00 72 00-13 Corpus Christi Standards-Regular Projects 03-23-2015 d. Contractor has taken all of this information into consideration in developing the Contract Price offered and that the Contract Price offered provides full compensation for providing the Work in accordance with the Contract Documents. 3. Organization of the Contract Documents is not intended to control or lessen the responsibility of the Contractor when dividing Work among Subcontractors or Suppliers, or to establish the extent of Work to be performed by trades, Subcontractors, or Suppliers. Specifications or details do not need to be indicated or specified in each Specification or Drawing. Items shown in the Contract Documents are applicable regardless of their location in the Contract Documents. 4. Standard paragraph titles and other identifications of subject matter in the Specifications are intended to aid in locating and recognizing various requirements of the Specifications. Titles do not define, limit,or otherwise restrict Specification text. 5. Provide the labor, documentation,services, materials, or equipment that may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result,whether specifically called for in the Contract Documents or not. Include these related costs in the offered Contract Price. B. Provide equipment that is functionally complete as described in the Contract Documents. The Drawings and Specifications do not indicate or describe all of the Work required to complete the installation of products purchased by the Owner or Contractor. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the Designer through the OAR. C. Comply with the most stringent requirements where compliance with two or more standards is specified and they establish different or conflicting requirements for the Work, unless the Contract Documents indicate otherwise. D. Provide materials and equipment comparable in quality to similar materials and equipment incorporated in the Project or as required to meet the minimum requirements of the application if the materials and equipment are shown in the Drawings but are not included in the Specifications. E. The Project Record Copy of the Contract Documents governs if there is a discrepancy between the Project Record Copy of the Contract Documents and subsequent electronic or digital versions of the Contract Documents, including printed copies derived from these electronic or digital versions. F. The Contract supersedes all prior written or oral negotiations, representations,and agreements. The Contract Documents comprise the entire Agreement between Owner and Contractor. The Contract Documents may be modified only by a Modification. G. Request clarification from OAR for a decision before proceeding if Contractor is not clear on the meaning of the Contract Documents. OAR is to issue clarifications and interpretations of the Contract Documents in accordance with the Contract Documents. General Conditions 00 72 00-14 Corpus Christi Standards-Regular Projects 03-23-2015 3.02 Reference Standards A. Standard Specifications,Codes, Laws and Regulations: 1. Reference in the Contract Documents to standard specifications, manuals, reference standards, or codes of technical societies,organizations,or associations,or to Laws or Regulations,whether specific or implied,are those in effect at the time Contractor's Bid is submitted or when Contractor negotiates the Contract Price unless specifically stated otherwise in the Contract Documents. 2. No provision of referenced standard specifications, manuals, reference standards, codes,or instructions of a Supplier changes the duties or responsibilities of OPT or Contractor from those described in the Contract Documents or assigns a duty to or gives authority to the OPT to supervise or direct the performance of the Work or undertake responsibilities inconsistent with the Contract Documents. 3. The provisions of the Contract Documents take precedence over standard specifications, manuals, reference standards, codes, or instructions of a Supplier unless specifically stated otherwise in the Contract Documents. B. Comply with applicable construction industry standards, whether referenced or not. 1. Standards referenced in the Contract Documents govern over standards not referenced but recognized as applicable in the construction industry. 2. Comply with the requirements of the Contract Documents if they produce a higher quality of Work than the applicable construction industry standards. 3. Designer determines whether a code or standard is applicable, which of several are applicable, or if the Contract Documents produce a higher quality of Work. C. Make copies of reference standards available if requested by OAR. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Carefully study the Drawings and verify pertinent figures and dimensions with respect to actual field measurements before undertaking the Work. Immediately report conflicts, errors,ambiguities, or discrepancies that Contractor discovers or has actual knowledge of to the DAR. Do not proceed with affected Work until the conflict,error, ambiguity, or discrepancy is resolved by a clarification or interpretation from the DAR or by a Modification to the Contract Documents issued pursuant to Paragraph 11.01. 2. Immediately notify the DAR of conflicts, errors,ambiguities,or discrepancies in the Contract Documents or discrepancies between the Contract Documents and: a. Applicable Laws or Regulations; b. Actual field conditions; c. Standard specifications, manuals, reference standards,or codes; or d. Instructions of Suppliers. 3. Do not proceed with affected Work until the conflict, error,ambiguity, or discrepancy is resolved by a clarification or interpretation from the OAR or by a Modification to the General Conditions 00 72 00-15 Corpus Christi Standards-Regular Projects 03-23-2015 Contract Documents issued pursuant to Paragraph 11.01,except in an emergency as required by Paragraph 7.12. 4. Contractor is liable to the OPT for failure to report conflicts,errors, ambiguities,or discrepancies in the Contract Documents of which Contractor has actual knowledge. 5. Contractor is deemed to have included the most expensive item, system, procedure, etc. in the Contract Price if a conflict, error,ambiguity,or discrepancy in components of the Contract Documents was known, but not reported prior to submitting the Bid or when Contractor negotiates the Contract Price. 3.04 Interpretation of the Contract Documents A. Submit questions concerning the non-technical or contractual/administrative requirements of the Contract Documents to the OAR immediately after those questions arise. OAR is to provide an interpretation of the Contract Documents regarding these questions and will coordinate the response of the OPT to Contractor. B. Submit questions regarding the design of the Project described in the Contract Documents to the DAR immediately after those questions arise. OAR is to request an interpretation of the Contract Documents from the Designer. Designer is to respond to these questions by providing an interpretation of the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OPT may initiate a Modification to the Contract Documents through the OAR if a response to the question indicates that a change in the Contract Documents is required. Contractor may appeal Designer's or OAR's interpretation by submitting a Change Proposal. 3.05 Reuse of Documents A. Contractor's Team has no rights to the Contract Documents and may not use the Contract Documents,or copies or electronic media editions of the Contract Documents,other than for the construction of this Project. This provision survives final payment or termination of the Contract. B. Contractor is allowed to retain a copy of the Contract Documents for record purposes, unless specifically prohibited by the Owner for security reasons. Surrender paper and digital copies of the Contract Documents and other related documents and remove these documents from computer equipment or storage devices as a condition of final payment if the Owner so directs. ARTICLE 4—COMMENCEMENT AND PROGRESS OF THE WORK 4.01 Commencement of Contract Times; Notice to Proceed A. The Contract Times commence to run on the date indicated in the Notice to Proceed. 4.02 Starting the Work A. Begin performing the Work on the date indicated in the Notice to Proceed. Do not begin Work prior to having the insurance required in Article 5 in force or before the date indicated in the Notice to Proceed. General Conditions 00 72 00-16 Corpus Christi Standards-Regular Projects 03-23-2015 4.03 Progress Schedule A. Construct the Work in accordance with the Progress Schedule established in accordance with the Contract Documents. 1. Adjust the Progress Schedule as required to accurately reflect actual progress on the Work. 2. Submit proposed adjustments in the Progress Schedule that change the Contract Times in accordance with the requirements of Article 11. B. Continue performing Work and adhere to the Progress Schedule during disputes or disagreements with Owner. Do not delay or postpone Work pending resolution of disputes or disagreements, or during an appeal process,except as permitted by Paragraph 16.04,or as Owner and Contractor may otherwise agree. 4.04 Delays in Contractor's Progress A. Contractor is entitled to an equitable adjustment in the Contract Times if OPT directly delays,disrupts, or interferes with the performance or progress of the Work. The Contractor agrees to make no Claim for damages for delay in the performance of the Contract occasioned by an act or omission to act of the OPT and agrees that the extension of time provides an equitable adjustment. B. Contractor is not entitled to an adjustment in Contract Price or Contract Times for delays, disruptions,or interference caused by or within the control of Contractor's Team. C. No time extensions are allowed for weather conditions, other than those listed in Paragraph 4.04.D.1,for Projects using calendar days or a fixed date to establish the Contract Time. Contractor is to include the cost associated with weather related delays in the Contract Price and assumes the risks associated with delays related to weather conditions. D. Contractor is entitled to an equitable adjustment in the Contract Times if Contractor's performance or progress is delayed, disrupted,or interfered with by unanticipated causes not the fault of and beyond the control of OPT or Contractor. These unanticipated causes may include: 1. Severe and unavoidable natural catastrophes e.g.fires,floods, hurricanes,epidemics, and earthquakes; 2. Acts or failures to act of utility owners other than those performing other work at or adjacent to the Site by arrangement with the Owner,as contemplated in Article 8; and 3. Acts of war or terrorism. 4. Rain days in excess of the number of days allocated for rain as described in the Supplementary Conditions. E. Delays,disruption, and interference to the performance or progress of the Work resulting from the following are governed by Article 5: 1. The existence of a differing subsurface or physical condition; 2. An Underground Facility not shown or not indicated with reasonable accuracy by the Contract Documents; and General Conditions 00 72 00-17 Corpus Christi Standards-Regular Projects 03-23-2015 3. Hazardous Environmental Conditions. These adjustments in Contract Times are the Contractor's sole and exclusive remedy for the delays,disruption,and interference described in this paragraph. F. Article 8 governs delays,disruption, and interference to the performance or progress of the Work resulting from the performance of certain other work at or adjacent to the Site. G. Notify the OAR immediately of a potential delaying,disrupting,or interfering event. Submit a Change Proposal seeking an adjustment in Contract Price or Contract Times within 30 days of the commencement of the delaying,disrupting,or interfering event. H. Contractor is only entitled to an adjustment of the Contract Times for specific delays, disruptions, and interference to the performance or progress of the Work that can be demonstrated to directly impact the ability of the Contractor to complete the Work within the Contract Times. No adjustments in Contract Times are allowed for delays on components of the Work which were or could have been completed without impacting the Contract Times. I. Contractor is not entitled to an adjustment in Contract Price or Contract Times for delay, disruption, or interference caused by or within the control of the Owner if this delay is concurrent with a delay, disruption, or interference attributable to or within the control of the Contractor's Team. ARTICLE 5—AVAILABILITY OF LANDS;SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS 5.01 Availability of Lands A. Owner is to furnish the Site and inform the Contractor of encumbrances or restrictions known to Owner related to use of the Site with which Contractor must comply in performing the Work. B. Provide for additional lands and access Contractor requires for temporary construction facilities or storage of materials and equipment,other than those identified in the Contract Documents. Provide documentation of authority to use these additional lands to OAR before using them. 5.02 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Confine construction equipment,temporary construction facilities,the storage of materials and equipment,and the operations of workers to the Site, adjacent areas that Owner or Contractor has arranged to use through construction easements or agreements,and other adjacent areas as permitted by Laws and Regulations. Assume full responsibility for damage or injuries which result from the performance of the Work or from other actions or conduct of the Contractor's Team, including: a. Damage to the Site; b. Damage to adjacent areas used for Contractor's Team's operations; C. Damage to other adjacent land or areas; and General Conditions 00 72 00-18 Corpus Christi Standards-Regular Projects 03-23-2015 d. Injuries and losses sustained by the owners or occupants of these lands or areas. 2. Take the following action if a damage or injury claim is made by the owner or occupant of adjacent land or area because of the performance of the Work, or because of other actions or conduct of the Contractor's Team: a. Take immediate corrective or remedial action as required by Paragraph 7.09; and b. Attempt to settle the claim through negotiations with the owner or occupant,or otherwise resolve the claim by mediation or other dispute resolution proceeding or at law. 5.03 Subsurface and Physical Conditions A. The Supplementary Conditions identify: 1. Those reports known to OPT of explorations and tests of subsurface conditions at or adjacent to the Site; 2. Those drawings known to OPT of physical conditions related to existing surface or subsurface structures at the Site,except Underground Facilities; and 3. Technical Data contained in these reports and drawings. B. Data contained in boring logs, recorded measurements of subsurface water levels,and the results of tests performed on materials described in geotechnical data reports specifically prepared for the Project and made available to Contractor are defined as Technical Data, unless Technical Data has been defined more specifically in the Supplementary Conditions. C. Contractor may rely upon the accuracy of the Technical Data contained in these reports and drawings, but these reports and drawings are not Contract Documents. Except for this reliance on Technical Data,Contractor may not rely upon or make claims against Owner's Indemnitees with respect to: 1. The completeness of reports and drawings for Contractor's purposes, including aspects of the means, methods,techniques, sequences, and procedures of construction to be employed by Contractor,or Contractor's safety precautions and programs; 2. Other data, interpretations, opinions,and information contained in these reports or shown or indicated in the drawings; or 3. Contractor's interpretation of or conclusions drawn from Technical Data or other data, interpretations, opinions,or information. 5.04 Differing Subsurface or Physical Conditions A. Notify OAR immediately, but in no event later than 3 days,after becoming aware of a subsurface or physical condition that is uncovered or revealed at the Site,and before further disturbing the subsurface or physical conditions or performing any related Work that: 1. Establishes that the Technical Data on which Contractor is entitled to rely as provided in Paragraph 5.03 is materially inaccurate; 2. Requires a change in the Drawings or Specifications; 3. Differs materially from that shown or indicated in the Contract Documents;or General Conditions 00 72 00-19 Corpus Christi Standards-Regular Projects 03-23-2015 4. Is of an unusual nature and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents. Do not further disturb or perform Work related to this subsurface or physical condition, except in an emergency as required by Paragraph 7.12, until permission to do so is issued by OAR. B. OAR is to notify the OPT after receiving notice of a differing subsurface or physical condition from the Contractor. Designer is to: 1. Promptly review the subsurface or physical condition; 2. Determine the necessity of OPT's obtaining additional exploration or tests with respect the subsurface or physical condition; 3. Determine if the subsurface or physical condition falls within one or more of the differing Site condition categories in Paragraph 5.04.A; 4. Prepare recommendations to OPT regarding the Contractor's resumption of Work in connection with the subsurface or physical condition in question; 5. Determine the need for changes in the Drawings or Specifications; and 5. 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 DPT by the owners of these Underground Facilities or by others. OPT is not responsible far 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 007200-21 Corpus Christi Standards-Regular Projects 03-23-2015 or indicated with reasonable accuracy. Any adjustment in Contract Price for Work that is paid for on a unit price basis is subject to the provisions of Paragraph 13.03. F. Contractor is not entitled an adjustment in the Contract Price or Contract Times with respect to an existing Underground Facility at the Site if: 1. Contractor knew of the existence of the existing Underground Facility at the Site at the time Contractor made an offer to Owner with respect to Contract Price and Contract Times; 2. The existence of the existing Underground Facility at the Site could have been discovered or revealed as a result of examinations, investigations,explorations,tests, or studies of the Site and contiguous areas expressly required by the Bidding Requirements or Contract Documents prior to when Contractor's Bid is submitted or when Contractor negotiates the Contract Price;or 3. Contractor failed to give notice as required by Paragraph 5.05.6. 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. 5.05 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 007200-22 Corpus Christi Standards-Regular Projects 03-23-2015 remediation is expressly identified in the Contract Documents to be within the scope of the Work. E. Contractor is responsible for controlling, containing, and duly removing and remediating Constituents of Concern brought to the Site by Contractor's Team and paying associated costs. 1. Owner may remove and remediate the Hazardous Environmental Condition and impose a set-off against payments to Contractor for associated costs if Contractor's Team creates a Hazardous Environmental Condition and Contractor does not take acceptable action to remove and remediate the Hazardous Environmental Condition. 2. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related to Hazardous Environmental Conditions are as set forth in Paragraph 7.14. F. Immediately notify the OAR and take the following action if Contractor uncovers or reveals a Hazardous Environmental Condition at the Site or adjacent areas used by the Contractor's Team that was not created by the Contractor's Team: 1. Secure or otherwise isolate this condition; 2. Stop Work in affected areas or connected with the condition, except in an emergency as required by Paragraph 7.12; and 3. Do not resume Work in connection with the Hazardous Environmental Condition or in affected areas until after OPT has obtained required permits and OAR sends notice to the Contractor: a. Specifying that this condition and affected areas are or have been rendered safe for the resumption of Work; or b. Specifying special conditions under which Work may be resumed safely. 4. Owner may order the portion of the Work that is in the area affected by the Hazardous Environmental Condition to be deleted from the Work following the procedures in Article 11 if Contractor does not agree to: a. Resume the Work based on a reasonable belief it is unsafe; or b. Resume the Work under the special conditions provided by the OAR. 5. Owner may have this deleted portion of the Work performed by Owner's own forces or others in accordance with Article 8. G. Contractor may submit a Change Proposal or Owner may impose a set-off if an agreement is not reached within 10 days of OAR's notice regarding the resumption of Work as to whether Contractor is entitled to an adjustment in Contract Price or Contract Times or on the amount or extent of adjustments resulting from this Work stoppage or special conditions under which Contractor agrees to resume Work. H. The provisions of Paragraphs 5.03, 5.04, and 5.05 do not apply to the presence of Constituents of Concern or a Hazardous Environmental Condition uncovered or revealed at the Site. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-23 03-23-2015 ARTICLE 6 — BONDS AND INSURANCE 6.01 Performance, Payment, and Other Bonds A. Furnish Performance and Payment Bonds, each in an amount equal to the Contract Price, as security for the faithful performance and payment of Contractor's obligations under the Contract Documents. These Bonds are to remain in effect until 1 year after the date of final payment. Furnish other Bonds as required by the Contract Documents. B. Bonds furnished by the Contractor must meet the requirements of Texas Insurance Code Chapter 3503, Texas Government Code Chapter 2253, and all other applicable Laws and Regulations. C. Notify OAR immediately if the surety on Bonds furnished by Contractor: 1. Is declared bankrupt, or becomes insolvent; 2. Has its right to do business in Texas terminated; or 3. Ceases to meet the requirements of Paragraph 6.02. Provide a Bond and surety which comply with the requirements of Paragraph 6.02 within 20 days after the event giving rise to this notification. D. Contractor is to use amounts paid by Owner to Contractor under the Contract for the performance of the Contract and to satisfy claims against the Payment Bond. E. Notify the OAR of claims filed against the Payment Bond. Notify the claimant and OAR of undisputed amounts and the basis for challenging disputed amounts when a claimant has satisfied the conditions prescribed by Texas Government Code Chapter 2253. Promptly pay undisputed amount. F. Owner is not liable for payment of costs or expenses of claimants under the Payment Bond. Owner has no obligations to pay, give notice, or take other action to claimants under the Payment Bond. G. Owner may exclude the Contractor from the Site and exercise Owner's termination rights under Article 16 if Contractor fails to obtain or maintain required Bonds. H. OPT will provide a copy of the Payment Bond to Subcontractors, Suppliers, or other persons or entities claiming to have furnished labor or materials used in the performance of the Work that request this information in accordance with Texas Government Code Chapter 2253. 6.02 Licensed Sureties A. Provide Bonds in the form prescribed by the Contract Documents from sureties named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. B. Provide Bonds required by the Contract Documents from surety companies that are duly licensed or authorized to provide bonds in the State of Texas. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-24 03-23-2015 6.03 Insurance A. Obtain and maintain insurance as required in this Article and in SECTION 00 72 01 INSURANCE REQUIREMENTS. B. Deliver evidence of insurance in accordance with SECTION 00 72 01 INSURANCE REQUIREMENTS to the Owner to demonstrate that Contractor has obtained and is maintaining the policies, coverages, and endorsements required by the Contract. Provide copies of these certificates to each named insured and additional insured as identified in the Supplementary Conditions or otherwise. ARTICLE 7 — CONTRACTOR'S RESPONSIBILITIES 7.01 Supervision and Superintendence A. Supervise, inspect, and direct the performance of the Work in accordance with the Contract Documents. Contractor is solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. Provide a competent resident superintendent acceptable to the OPT. The resident superintendent or acceptable qualified assistant is to be present at all times when Work is being done. Do not replace this resident superintendent except under extraordinary circumstances. Provide a replacement resident superintendent equally competent to the previous resident superintendent if replacement is required. Notify the Owner prior to replacing the resident superintendent and obtain Owner's consent to the change in superintendent. 7.02 Labor; Working Hours A. Provide competent, suitably qualified personnel to survey and lay out the Work and perform Work to complete the Project. Maintain good discipline and order at the Site. B. Perform Work at the Site during regular working hours except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent to the Site and except as otherwise stated in the Contract Documents. C. Do not perform Work on a Saturday, Sunday, or legal holiday without OAR's consent. The following legal holidays are observed by the Owner: Holiday Date Observed New Year's Day January 1 Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Thanksgiving Day Fourth Thursday in November Friday after Thanksgiving Friday after Thanksgiving Christmas Day December 25 General Conditions Corpus Christi Standards - Regular Projects 00 72 00-25 03-23-2015 D. If a legal holiday falls on a Saturday, it will be observed the preceding Friday. If a legal holiday falls on a Sunday, it will be observed the following Monday. E. Pay additional cost incurred by Owner for services of the OAR or RPR to observe Work constructed outside of regular working hours. OAR will issue a Set-off in the Application for Payment for this cost per Paragraph 15.01.8 7.03 Services, Materials, and Equipment A. Provide services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and other facilities and incidentals necessary for the performance, testing, start-up, and completion of the Work, whether or not these items are specifically called for in the Contract Documents. B. Provide new materials and equipment to be incorporated into the Work. Provide special warranties and guarantees required by the Contract Document. Provide satisfactory evidence, including reports of required tests, as to the source, kind, and quality of materials and equipment as required by the Contract Documents or as requested by the OAR. C. Store, apply, install, connect, erect, protect, use, clean, and condition materials and equipment in accordance with instructions of the applicable Supplier, unless otherwise required by the Contract Documents. 7.04 Concerning Subcontractors, Suppliers, and Others A. Contractor may retain Subcontractors and Suppliers for the performance of parts of the Work. All Subcontractors and Suppliers must be acceptable to Owner. B. Contractor must retain specific Subcontractors, Suppliers, or other individuals or entities for the performance of designated parts of the Work if required to do so by the Contract Documents. C. Submit a list of proposed Subcontractors and Suppliers to OAR prior to entering into binding subcontracts or purchase orders. These proposed Subcontractors or Suppliers are deemed acceptable to Owner unless Owner raises a substantive, reasonable objection within 30 days after receiving this list. D. Contractor is not required to retain Subcontractors, Suppliers, or other individuals or entities to furnish or perform part of the Work after the Effective Date of the Contract if Contractor has reasonable objection. E. Owner may require the replacement of Subcontractors, Suppliers, or other individuals or entities retained by the Contractor. Provide an acceptable replacement for the rejected Subcontractor, Supplier, or other individual or entity. Owner also may require Contractor to retain specific replacements, subject to Contractor's reasonable objections. F. Contractor may be entitled to an adjustment in Contract Price or Contract Times with respect to a replacement of Subcontractors, Suppliers, or other entities required by Owner. The Contractor is not entitled to an adjustment in Contract Price or Contract Time with respect to replacement of any individual deemed unsuitable by the OPT. Notify OAR immediately if a replacement of Subcontractors, Suppliers, or other entity increases the Contract Price or Contract Times. Initiate a Change Proposal for the adjustment within 10 General Conditions Corpus Christi Standards - Regular Projects 00 72 00-26 03-23-2015 days of Owner's notice to replace a Subcontractor, Supplier, or other entity retained by Contractor to perform part of the Work. Do not make the replacement until the change in Contract Price or Contract Times has been accepted by the Owner if Change Proposal is to be submitted. G. Owner's initial acceptance of Subcontractors, Suppliers, or other individuals or entities, or their replacements, does not constitute a waiver of the obligation of the Contractor to complete the Work in accordance with the Contract Documents. H. Maintain a current and complete list of Subcontractors and Suppliers that are to perform or furnish part of the Work. I. Contractor is fully responsible for the acts and omissions of Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work. J. Contractor is solely responsible for scheduling and coordinating the work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work. K. Require Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work to communicate with OPT through Contractor. L. Contracts between the Contractor and their Subcontractors or Suppliers may specifically bind the Subcontractors or Suppliers to the applicable terms and conditions of the Contract Documents. Contractor is responsible for meeting the requirements of the Contract Documents if they choose to not bind the Subcontractors or Suppliers to applicable terms or conditions of the Contract Documents. 1. All Subcontractors employed on this Project must be required to obtain Workers' Compensation Insurance. 2. Proof of this insurance will be required prior to the start of any Work. M. OPT may furnish information about amounts paid to Contractor for Work provided by Subcontractors or Suppliers to the entity providing the Work. N. Nothing in the Contract Documents: 1. Creates a contractual relationship between members of the OPT and members of the Contractor's Team. 2. Creates an obligation on the part of the Owner to pay or to see to the payment of money due members of the Contractor's Team, except as may be required by Laws and Regulations. 7.05 Patent Fees and Royalties A. Pay license fees, royalties, and costs incident to the use of inventions, designs, processes, products, or devices which are patented or copyrighted by others in the performance of the Work, or to incorporate these inventions, designs, processes, products, or devices which are patented or copyrighted by others in the Work. The Contract Documents identify inventions, designs, processes, products, or devices OPT knows are patented or copyrighted by others or that its use is subject to patent rights or copyrights calling for the payment of a license fee or royalty to others. Contractor is to include the cost associated with the use of patented or copyrighted products or processes, whether specified or selected by the Contractor, in the Contract Price. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-27 03-23-2015 B. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related to infringement of patent rights and copyrights are as set forth in Paragraph 7.14. 7.06 Permits A. Obtain and pay for construction permits and licenses. OPT is to assist Contractor in obtaining permits and licenses when required to do so by applicable Laws and Regulations. Pay governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time the Contractor's Bid is submitted or when Contractor negotiates the Contract Price. 7.07 Taxes A. Contractor is responsible for all taxes and duties arising out of the Work. The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any city or state sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Contractor is responsible for including in the Contract Price any applicable sales and use taxes and is responsible for complying with all applicable statutes and rulings of the State Comptroller. Pay sales, consumer, use, and other similar taxes required to be paid by Contractor in accordance with the Laws and Regulations. B. The Owner is exempt from the Federal Transportation and Excise Tax. Contractor must comply with all federal regulations governing the exemptions. C. Products incorporated into the Work are exempt from state sales tax according to the provisions of Subchapter H, Chapter 151, of the Texas Tax Code. D. Contractor may not include any amounts for sales, use, or similar taxes for which the Owner is exempt in the Contract Price or any proposed Change Order or Application for Payment. E. Obtain tax exemption certificates or other documentation necessary to establish Owner's exemption from such taxes. 7.08 Laws and Regulations A. Give required notices and comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for monitoring Contractor's compliance with Laws or Regulations except where expressly required by applicable Laws and Regulations. B. Pay costs resulting from actions taken by Contractor that are contrary to Laws or Regulations. Contractor is not responsible for determining that the design aspects of the Work described in the Contract Documents is in accordance with Laws and Regulations. This does not relieve Contractor of its obligations under Paragraph 3.03. C. Owner or Contractor may give notice to the other party of changes in Laws or Regulations that may affect the cost or time of performance of the Work, including: 1. Changes in Laws or Regulations affecting procurement of permits; and 2. Sales, use, value-added, consumption, and other similar taxes which come into effect after Contractor's Bid is submitted or when Contractor negotiates the Contract Price. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-28 03-23-2015 D. Contractor may submit a Change Proposal or Owner may initiate a Claim within 30 days of this notice if Owner and Contractor are unable to agree on entitlement to or on the amount or extent of adjustments in Contract Price or Contract. Times resulting from these changes. 7.09 Safety and Protection A. Contractor is solely responsible for initiating, maintaining, and supervising safety precautions and programs in connection with the Work. This responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. B. Take necessary precautions for the safety of persons on the Site or who may be affected by the Work, and provide the necessary protection to prevent damage, injury, or loss to: 1. Work and materials and equipment to be incorporated in the Work, whether stored on or off Site; and 2. Other property at or adjacent to the Site, including trees, shrubs, lawns, walks, pavements, roadways, structures, other work in progress, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. C. Comply with applicable Laws and Regulations relating to the safety and protection of persons or property. Erect and maintain necessary safeguards for safety and protection. Notify Owner; the owners of adjacent property, Underground Facilities, and other utilities; and other contractors and utility owners performing work at or adjacent to the Site when prosecution of the Work may affect them. Cooperate with them in the protection, removal, relocation, and replacement of their property or work in progress. 1. Comply with requirements of Underground Facility Damage Prevention and Safety Act, Texas Utilities Code Chapter 251. 2. Comply with all applicable safety rules and regulations of the Federal Occupational Health and Safety Act of 1970 and subsequent amendments (OSHA). D. Remedy damage, injury, or loss to property referred to in Paragraph 7.09.6 caused by Contractor's Team. Pay remediation costs unless the damage or loss is: 1. Attributable to the fault of the Contract Documents; 2. Attributable to acts or omissions of OPT; or 3. Not attributable to the actions or failure to act of the Contractor's Team. E. Contractor's duties and responsibilities for safety and protection of persons or the Work or property at or adjacent to the Site continues until Work is completed and resumes whenever Contractor's Team returns to the Site to fulfill warranty or correction obligations or to conduct other tasks. F. Comply with the applicable requirements of the Owner's safety program if required to do so in the Supplementary Conditions. A copy of the Owner's safety program will be provided in the Bidding Documents. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-29 03-23-2015 7.10 Safety Representative A. Provide a qualified and experienced safety representative at the Site whose duties and responsibilities are the prevention of accidents and maintaining and supervising safety programs. 7.11 Hazard Communication Programs A. Coordinate the exchange of material safety data sheets or other hazard communication information required to be made available or exchanged between or among employers at the Site in accordance with Laws or Regulations. 7.12 Emergencies A. Act to prevent threatened damage, injury, or loss in emergencies affecting the safety or protection of persons or the Work or property at or adjacent to the Site. Notify OAR immediately if Contractor believes that significant changes in the Work or variations from the Contract. Documents have been caused or are required as a result of this need to act. A Modification is to be issued by OAR if OPT determines that the incident giving rise to the emergency action was not the responsibility of the Contractor and that a change in the Contract Documents is required because of the action taken by Contractor in response to this emergency. 7.13 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to Owner that Work is in accordance with the Contract Documents and is not Defective. Owner is entitled to rely on Contractor's warranty and guarantee. Assume and bear responsibility for costs and time delays associated with variations from the requirements of the Contract Documents. B. This Contractor's warranty and guarantee excludes defects or damage caused by improper maintenance or operation, abuse, or modification by OPT; or normal wear and tear under normal usage. C. Contractor's obligation to perform and complete Work in accordance with the Contract Documents is absolute. None of the following constitute an acceptance of Defective Work or a release of Contractor's obligation to perform Work in accordance with the Contract Documents: 1. Observations by OPT; 2. Recommendation by OAR or payment by Owner of progress or final payments; 3. The issuance of a Certificate of Substantial Completion; 4. Use or occupancy of part of the Work by Owner; 5. Review and approval of a Shop Drawing or Sample; 6. Inspections, tests, or approvals by others; or 7. Correction of Defective Work by Owner. D. The Contract Documents may require the Contractor to accept the assignment of a contract between the Owner and a contractor or supplier. The specific warranties, guarantees, and General Conditions Corpus Christi Standards - Regular Projects 00 72 00-30 03-23-2015 correction obligations contained in an assigned contract govern with respect to Contractor's performance obligations to Owner for the Work described in an assigned contract. 7.14 Indemnification A. To THE FULLEST EXTENT PERMITTED BY LAW, THE CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER'S INDEMNITEES FROM AND AGAINST CLAIMS, DAMAGES, LOSSES AND EXPENSES, INCLUDING BUT NOT LIMITED TO ATTORNEY'S FEES OR DISPUTE RESOLUTION COSTS, ARISING OUT OF OR RESULTING FROM PERFORMANCE OF THE WORK, VIOLATIONS OF LAWS OR REGULATIONS, OR BODILY INJURY, DEATH, OR DESTRUCTION OF TANGIBLE PROPERTY CAUSED BY THE ACTS OR OMISSIONS OF THE CONTRACTOR'S TEAM, REGARDLESS OF WHETHER SUCH CLAIM, DAMAGE, LOSS OR EXPENSE IS ALLEGED TO BE CAUSED IN PART BY AN OWNER'S INDEMNITEE HEREUNDER, SUBJECT TO THE OWNER'S DEFENSES AND LIABILITY LIMITS UNDER THE TEXAS TORT CLAIMS ACT. HOWEVER, NOTHING HEREIN SHALL BE CONSTRUED TO REQUIRE CONTRACTOR TO INDEMNIFY AN OWNER'S INDEMNITEE AGAINST A CLAIM, LOSS, DAMAGE OR EXPENSE CAUSED BY THE (I) NEGLIGENCE OR FAULT, (II) BREACH OR VIOLATION OF A STATUTE, ORDINANCE, GOVERNMENTAL REGULATION, STANDARD OR RULE, OR (III) THE BREACH OF CONTRACT BY AN OWNER'S INDEMNITEE. PROVIDED FURTHER HOWEVER, AND IN ADDITION TO THE ABOVE, CONTRACTOR INDEMNIFIES EACH OF OWNER'S INDEMNITEES AGAINST CLAIMS FOR THE BODILY INJURY OR DEATH OF AN EMPLOYEE OF THE CONTRACTOR'S TEAM OF ANY TIER EVEN IF CAUSED BY THE SOLE OR CONCURRENT NEGLIGENCE OF AN OWNER'S INDEMNITEE. B. TO THE FULLEST EXTENT PERMITTED BY LAW, CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER'S INDEMNITEES FROM AND AGAINST INDEMNIFIED COSTS, ARISING OUT OF OR RELATING TO: (I) THE FAILURE TO CONTROL, CONTAIN, OR REMOVE A CONSTITUENT OF CONCERN BROUGHT TO THE SITE BY CONTRACTOR'S TEAM OR A HAZARDOUS ENVIRONMENTAL CONDITION CREATED BY CONTRACTOR'S TEAM, (II) CONTRACTOR'S TEAM'S ACTION OR INACTION RELATED TO DAMAGES, DELAYS, DISRUPTIONS, OR INTERFERENCE WITH THE WORK OF OWNER'S EMPLOYEES, OTHER CONTRACTORS, OR UTILITY OWNERS PERFORMING OTHER WORK AT OR ADJACENT TO THE SITE, OR (III) THE CORRECTION OF DEFECTIVE WORK. NOTHING IN THIS PARAGRAPH OBLIGATES THE CONTRACTOR TO INDEMNIFY THE OWNER'S INDEMNITEES FROM THE CONSEQUENCES OF THE OWNER'S AND OWNER'S INDEMNITEES OWN NEGLIGENCE. PROVIDED FURTHER HOWEVER, AND IN ADDITION TO THE ABOVE, CONTRACTOR INDEMNIFIES THE OWNER'S INDEMNITEES AGAINST CLAIMS FOR THE BODILY INJURY OR DEATH OF AN EMPLOYEE OF THE CONTRACTOR'S TEAM OF ANY TIER EVEN IF CAUSED BY THE SOLE OR CONCURRENT NEGLIGENCE OF OWNER'S INDEMNITEES. C. TO THE FULLEST EXTENT PERMITTED BY LAW, CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER'S INDEMNITEES FROM AND AGAINST INDEMNIFIED COSTS RESULTING FROM INFRINGEMENT ON PATENT RIGHTS OR COPYRIGHTS BY CONTRACTOR'S TEAM TO THE FULLEST EXTENT PERMITTED BY LAW. D. The indemnification obligations under this paragraph are not limited by the amount or type of damages, compensation, or benefits payable by or for members of the Contractor's Team or other individuals or entities under workers' compensation acts, disability benefit acts, or other employee benefit acts in claims against Owner's Indemnitees by an employee or the survivor or personal representative of employee of Contractor's Team. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-31 03-23-2015 E. The indemnification obligations of this Paragraph 7.14 do not extend to the liability of Designer arising out of the preparation of the Contract Documents or giving directions or instructions, or failing to give them, to the extent they are obligated to do so if that is the primary cause of the injury or damage. F. Notify the other party within 10 days if Owner or Contractor receives notice of any claim or circumstances that could give rise to an indemnified loss. The notice must include the following: 1. A description of the indemnification event in reasonable detail; 2. The basis on which indemnification may be due; and 3. The anticipated amount of the indemnified loss. This notice does not stop or prevent Owner's Indemnitees from later asserting a different basis for indemnification or a different amount of indemnified loss than that indicated in the initial notice. Owner's Indemnitees do not waive any rights to indemnification except to the extent that Contractor is prejudiced, suffers loss, or incurs expense because of the delay if Owner does not provide this notice within the 10 -day period. G. Defense of Indemnification Claims: 1. Assume the defense of the claim with counsel chosen by the Contractor and pay related costs, unless Owner decides otherwise. Contractor's counsel must be acceptable to Owner. Control the defense and any negotiations to settle the claim. Advise Owner's Indemnitees as to its defense of the claim within 10 days after being notified of the indemnification request. Owner's Indemnitees may assume and control the defense If Contractor does not assume the defense. Pay all defense expenses of the Owner's Indemnitees as an indemnified loss. 2. Owner's Indemnitees may retain separate counsel to participate in, but not control, the defense and any settlement negotiations if Contractor defends the claim. Contractor may not settle the claim without the consent or agreement of Owner. Contractor may settle the claim with Owner's consent and agreement unless it: a. Would result in injunctive relief or other equitable remedies or otherwise require Owner's Indemnitees to comply with restrictions or limitations that adversely affect Owner's Indemnitees; b. Would require Owner's Indemnitees to pay amounts that Contractor does not fund in full; or c. Would not result in Owner and Owner's Indemnitees' full and complete release from all liability to the plaintiffs or claimants who are parties to or otherwise bound by the settlement. 7.15 Delegation of Professional Design Services A. Contractor is not required to provide professional design services unless these services are specifically required by the Contract Documents for a portion of the Work or unless these services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences, and procedures. Contractor is not required to provide professional services in violation of applicable Laws and Regulations. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-32 03-23-2015 B. The Contract Documents specify performance and design criteria related to systems, materials, or equipment if professional design services or certifications by a design professional related to systems, materials, or equipment are specifically required of Contractor. These services or certifications must be provided by the licensed Texas Professional Engineer or Registered Architect who prepares, signs, and seals drawings, calculations, specifications, certifications, Shop Drawings, and other documents. C. OPT is entitled to rely upon the adequacy, accuracy, and completeness of the services, certifications, or approvals performed by Contractor's design professionals, provided OPT has specified to Contractor the performance and design criteria that these services must satisfy. D. Pursuant to this Paragraph 7.15, Designer's review and approval of design calculations and design drawings is only for the limited purpose of checking for conformance with the performance and design criteria given and the design concepts expressed in the Contract Documents. Designer's review and approval of Shop Drawings and other documents is only for the purpose stated in the Contract Documents. E. Contractor is not responsible for the adequacy of the performance or design criteria specified by OPT. Advise OPT if the performance or design criteria are known or considered likely to be inadequate or otherwise deficient. ARTICLE 8 — OTHER WORK AT THE SITE 8.01 Other Work A. Owner may arrange for other work at or adjacent to the Site which is not part of the Contractor's Work. This other work may be performed by Owner's employees or through other contractors. Utility owners may perform work on their utilities and facilities at or adjacent to the Site. Include costs associated with coordinating with entities performing other work or associated with connecting to this other work in the Contract Price if this other work is shown in the Contract Documents. B. OPT is to notify Contractor of other work prior to starting the work and provide any knowledge they have regarding the start of utility work at or adjacent to the Site to Contractor. C. Provide other contractors: 1. Proper and safe access to the Site; 2. Reasonable opportunity for the introduction and storage of materials and equipment; and 3. Reasonable opportunity to execute their work. D. Provide cutting, fitting, and patching of the Work required to properly connect or integrate with other work. Do not endanger the work of others by cutting, excavating, or otherwise altering the work of others without the consent of OAR and the others whose work will be affected. E. Inspect the work of others and immediately notify OAR if the proper execution of part of Contractor's Work depends upon work performed by others and this work has not been performed or is unsuitable for the proper execution of Contractor's Work. Contractor's General Conditions Corpus Christi Standards - Regular Projects 00 72 00-33 03-23-2015 failure to notify the OAR constitutes an acceptance of this other work as acceptable for integration with Contractor's Work. This acceptance does not apply to latent defects or deficiencies in the work of others. F. Take adequate measures to prevent damages, delays, disruptions, or interference with the work of Owner, other contractors, or utility owners performing other work at or adjacent to the Site. 8.02 Coordination A. Owner has sole authority and responsibility for coordination of this other work unless otherwise provided in the Contract Documents. The Owner is to identify the entity with authority and responsibility for coordination of the activities of the various contractors, the limitations of their authority, and the work to be coordinated prior to the start of other work at or adjacent to the Site. 8.03 Legal Relationships A. Contractor may be entitled to a change in Contract Price or Contract Times if, while performing other work at or adjacent to the Site for Owner, the OPT, other contractor, or utility owner: 1. Damages the Work or property of Contractor's Team; 2. Delays, disrupts, or interferes with the execution of the Work; or 3. Increases the scope or cost of performing the Work through their actions or inaction. B. Notify the OAR immediately of the event leading to a potential Change Proposal so corrective action can be taken. Submit the Change Proposal within 30 days of the event if corrective action has not adequately mitigated the impact of the actions or inactions of others. Information regarding this other work in the Contract Documents is used to determine if the Contractor is entitled to a change in Contract Price or Contract Times. Changes in Contract Price require that Contractor assign rights against the other contractor or utility owner to Owner with respect to the damage, delay, disruption, or interference that is the subject of the adjustment. Changes in Contract Times require that the time extension is essential to Contractor's ability to complete the Work within the Contract Times. C. Take prompt corrective action if Contractor's Team damages, delays, disrupts, or interferes with the work of Owner's employees, other contractors, or utility owners performing other work at or adjacent to the Site or agree to compensate other contractors or utility owners for correcting the damage. Promptly attempt to settle claims with other contractors or utility owners if Contractor damages, delays, disrupts, or interferes with the work of other contractors or utility owners performing other work at or adjacent to the Site. D. Owner may impose a set-off against payments due to Contractor and assign the Owner's contractual rights against Contractor with respect to the breach of the obligations described in this Paragraph 8.03 to other contractors or utility owners if damages, delays, disruptions, or interference occur. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-34 03-23-2015 E. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related damages, delays, disruptions, and interference with other work at the Site are as set forth in Paragraph 7.14. ARTICLE 9 — OWNER'S AND OPT'S RESPONSIBILITIES 9.01 Communications to Contractor A. OPT issues communications to Contractor through OAR except as otherwise provided in the Contract Documents. 9.02 Replacement of Owner's Project Team Members A. Owner may replace members of the OPT at its discretion. 9.03 Furnish Data A. OPT is to furnish the data required of OPT under the Contract Documents. 9.04 Pay When Due A. Owner is to make payments to Contractor when due as described in Paragraphs 15.01.0 and 15.05.0. 9.05 Lands and Easements; Reports and Tests A. Owner's duties with respect to providing lands and easements are described in Paragraph 5.01. OPT will make copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at the Site available to Contractor in accordance with Paragraph 5.03. 9.06 Insurance A. Owner's responsibilities with respect to purchasing and maintaining insurance are described in Article 6. 9.07 Modifications A. Owner's responsibilities with respect to Modifications are described in Article 11. 9.08 Inspections, Tests, and Approvals A. OPT's responsibility with respect to certain inspections, tests, and approvals are described in Paragraph 14.02. 9.09 Limitations on OPT's Responsibilities A. The OPT does not supervise, direct, or have control or authority over, and is not responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or related safety precautions and programs, or for failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-35 03-23-2015 9.10 Undisclosed Hazardous Environmental Condition A. OPT's responsibility for undisclosed Hazardous Environmental Conditions is described in Paragraph 5.06. 9.11 Compliance with Safety Program A. Contractor is to inform the OPT of its safety programs and OPT is to comply with the specific applicable requirements of this program. ARTICLE 10 — OAR'S AND DESIGNER'S STATUS DURING CONSTRUCTION 10.01 Owner's Representative A. OAR is Owner's representative. The duties and responsibilities and the limitations of authority of OAR as Owner's representative are described in the Contract Documents. 10.02 Visits to Site A. Designer is to make periodic visits to the Site to observe the progress and quality of the Work. Designer is to determine, in general, if the Work is proceeding in accordance with the Contract Documents based on observations made during these visits. Designer is not required to make exhaustive or continuous inspections to check the quality or quantity of the Work. Designer is to inform the OPT of issues or concerns and OAR is to work with Contractor to address these issues or concerns. Designer's visits and observations are subject to the limitations on Designer's authority and responsibility described in Paragraphs 9.09 and 10.07. B. OAR is to observe the Work to check the quality and quantity of Work, implement Owner's quality assurance program, and administer the Contract as Owner's representative as described in the Contract Documents. OAR's visits and observations are subject to the limitations on OAR's authority and responsibility described in Paragraphs 9.09 and 10.07. 10.03 Resident Project Representatives A. Resident Project Representatives assist OAR in observing the progress and quality of the Work at the Site. The limitations on Resident Project Representatives' authority and responsibility are described in Paragraphs 9.09 and 10.07. 10.04 Rejecting Defective Work A. OPT has the authority to reject Work in accordance with Article 14. OAR is to issue a Defective Work Notice to Contractor and document when Defective Work has been corrected or accepted in accordance with Article 14. 10.05 Shop Drawings, Modifications and Payments A. Designer's authority related to Shop Drawings and Samples are described in the Contract Documents. B. Designer's authority related to design calculations and design drawings submitted in response to a delegation of professional design services are described in Paragraph 7.15. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-36 03-23-2015 C. OAR and Designer's authority related to Modifications is described in Articles 11. D. OAR's authority related to Applications for Payment is described in Articles 13 and 15. 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. OAR is to render decisions regarding non-technical or contractual / administrative requirements of the Contract Documents and will coordinate the response of the OPT to Contractor. B. Designer is to render decisions regarding the conformance of the Work to the requirements of the Contract Documents. Designer will render a decision to either correct the Defective Work, or accept the Work under the provisions of Paragraph 14.04, if Work does not conform to the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OAR will issue a Request for a Change Proposal if a Modification is required. OAR will provide documentation for changes related to the non-technical or contractual / administrative requirements of the Contract Documents. Designer will provide documentation if design related changes are required. D. Contractor may appeal Designer's decision by submitting a Change Proposal if Contractor does not agree with the Designer's decision. 10.07 Limitations on OAR's and Designer's Authority and Responsibilities A. OPT is not responsible for the acts or omissions of Contractor's Team. No actions or failure to act, or decisions made in good faith to exercise or not exercise the authority or responsibility available under the Contract Documents creates a duty in contract, tort, or otherwise of the OPT to the Contractor or members of the Contractor's Team. ARTICLE 11— AMENDING THE CONTRACT DOCUMENTS; CHANGES IN THE WORK 11.01 Amending and Supplementing the Contract Documents A. The Contract Documents may be modified by a Contract Amendment, Change Order, Work Change Directive, or Field Order. 1. Contract Amendment: Owner and Contractor may modify the terms and conditions of the Contract Documents without the recommendation of the Designer using a Contract Amendment. A Contract Amendment may be used for: a. Changes that do not involve: 1) The performance or acceptability of the Work; 2) The design as described in the Drawings, Specifications, or otherwise; or 3) Other engineering, architectural or technical matters. b. Authorizing new phases of the Work and establishing the Contract Price, Contract Times, or terms and conditions of the Contract for the new phase of Work when using phased construction or purchasing Goods and Special Services to be incorporated into the Project. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-37 03-23-2015 2. Change Order: All changes to the Contract Documents that include a change in the Contract Price or the Contract Times for previously authorized Work, or changes to the Work requiring Designer's approval must be made by a Change Order. A Change Order may also be used to establish modifications of the Contract Documents that do not affect the Contract Price or Contract Times. 3. Work Change Directive: A Work Change Directive does not change the Contract Price or the Contract Times, but is evidence that the parties expect that the modifications ordered or documented by a Work Change Directive are to be incorporated in a subsequently issued Change Order following negotiations on the Contract Price and Contract Times. Contractor must submit a Change Proposal seeking an adjustment of the Contract Price or the Contract Times no later than 30 days after the completion of the Work set out in the Work Change Directive if negotiations are unsuccessful under the terms of the Contract Documents governing adjustments, expressly including Paragraphs 11.04 and 11.05. 4. Field Order: Designer may require minor changes in the Work that do not change the Contract Price or Contract Times using a Field Order. OAR may issue a Field Order for non-technical, administrative issues. Submit a Change Proposal if Contractor believes that a Field Order justifies an adjustment in the Contract Price or Contract Times before proceeding with the Work described in the Field Order. B. Perform added or revised Work under the applicable provisions of the Contract Documents for the same or similar Work unless different Drawings, Specifications, or directions are provided in the Modification. 11.02 Owner -Authorized Changes in the Work A. Owner may order additions, deletions, or revisions in the Work at any time as recommended by the Designer to the extent the change: 1. Involves the design as described in the Contract Documents; 2. Involves acceptance of the Work; or 3. Involves other engineering, architectural or technical matters. B. These changes may be authorized by a Modification. Proceed with the Work involved or, in the case of a deletion in the Work, immediately cease construction activities with respect to the deleted Work upon receipt of the Modification. Nothing in this paragraph obligates the Contractor to undertake Work that Contractor reasonably concludes cannot be performed in a manner consistent with Contractor's safety obligations under the Contract Documents or Laws and Regulations. 11.03 Unauthorized Changes in the Work A. Contractor is not entitled to an increase in the Contract Price or an extension of the Contract Times with respect to Work performed that is not required by the Contract Documents, except in the case of an emergency as provided in Paragraph 7.12, or in the case of uncovering Work as provided in Paragraph 14.05. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-38 03-23-2015 B. Contractor is responsible for costs and time delays associated with variations from the requirements of the Contract Documents unless the variations are specifically approved by Change Order. 11.04 Change of Contract Price A. The Contract Price can only be changed by a Change Order. Any Change Proposal for an adjustment in the Contract Price must comply with the provisions of Paragraph 11.06. Any Claim for an adjustment of Contract Price must comply with the provisions of Article 12. B. An adjustment in the Contract Price is to be determined as follows: 1. By applying unit prices to the quantities of the items involved, subject to the provisions of Paragraph 13.03, where the Work involved is covered by unit prices in the Contract Documents; 2. By a mutually agreed lump sum where the Work involved is not covered by unit prices in the Contract Documents; or 3. Payment on the basis of the Cost of the Work determined as provided in Paragraph 13.01 plus a Contractor's fee for overhead and profit determined as provided in Paragraph 11.04.D when the Work involved is not covered by unit prices in the Contract Documents or the parties do not reach a mutual agreement to a lump sum. C. The original Contract Price may not be increased by more than 25 percent or the limit set out in Texas Local Government Code 252.048 or its successor statute. Owner may decrease the Work by up to 25 percent of the Contract. Price without adjusting Contractor's fee. D. Contractor's Fee: Determine the Contractor's fee for overhead and profit as follows: 1. A mutually acceptable fixed fee; or 2. A fee based on the following percentages of the various portions of the Cost of the Work: a. The Contractor's fee is 15 percent for costs incurred under Paragraphs 13.01.C.1 and 13.01.C.2; b. The Contractor's fee is 5 percent for costs incurred under Paragraph 13.01.C.3; c. Fees are to be determined as follows where one or more tiers of subcontracts are used: 1) The Subcontractor's fee is 15 percent for costs incurred under Paragraphs 13.01.C.1 and 13.01.C.2 for the Subcontractor that actually performs the Work at whatever tier; and 2) The Contractor and Subcontractors of a tier higher than that of the Subcontractor that actually performs the Work are to be allowed a fee of 5 percent of the fee plus underlying costs incurred by the next lower tier Subcontractor; d. No fee is payable on the basis of costs itemized under Paragraphs 13.01.C.4, and 13.01.D; e. Five percent of the net decrease in the cost is to be deducted for changes which result in a net decrease in Contract Price; and General Conditions Corpus Christi Standards - Regular Projects 00 72 00-39 03-23-2015 3. The adjustment in Contractor's fee is based on the net change in accordance with Paragraphs 11.04.D.2.a through 11.04.D.2.e, inclusive when both additions and credits are involved in any one change. 11.05 Change of Contract Times A. The Contract Times can only be changed by Change Order. Any Change Proposal for an adjustment in the Contract Times must comply with the provisions of Paragraph 11.06. Any Claim for an adjustment in the Contract Times must comply with the provisions of Article 12. B. An adjustment of the Contract Times is subject to the limitations described in Paragraph 4.04. 11.06 Change Proposals A. Submit a Change Proposal to the OAR to: 1. Request an adjustment in the Contract Price or Contract Times; 2. Appeal an initial decision by OPT concerning the requirements of the Contract Documents or relating to the acceptability of the Work under the Contract Documents; 3. Contest a set-off against payment due; or 4. Seek other relief under the Contract Documents. B. Notify the OAR immediately if a Change Proposal is to be submitted. Submit each Change Proposal to OAR no later than 30 days after the event initiating the Change Proposal. Submit the following as part of the Change Proposal: 1. Any proposed change in Contract Price, Contract Times, or other relief, accompanied by a statement that the requested Change Order is the entire adjustment to which Contractor believes it is entitled; 2. The reason for the proposed change; and 3. Supporting data, accompanied by a statement that the supporting data is accurate and complete. C. OAR is to advise OPT regarding the Change Proposal. OPT is to review each Change Proposal and Contractor's supporting data, and within 30 days after receipt of the documents, direct the OAR to either approve or deny the Change Proposal in whole or in part. OAR is to issue a Change Order for an approved Change Proposal. The Contractor may deem the Change Proposal to be denied if OAR does not take action on the Change Proposal within 30 days and start the time for appeal of the denial under Article 12. 11.07 Execution of Change Orders A. Owner and Contractor are to execute Change Orders covering: 1. Changes in the Contract Price or Contract Times which are agreed to by Owner and Contractor, including undisputed sums or amount of time for Work actually performed in accordance with a Work Change Directive; General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 40 03-23-2015 2. Changes in Contract Price resulting from Owner set -offs unless the set-off has been successfully challenged by Contractor; 3. Changes in the Work which are: a. Ordered by Owner pursuant to Paragraph 11.02.A, b. Required because Defective Work was accepted under Paragraph 14.04 or Owner's correction of Defective Work under Paragraph 14.07, or c. Agreed to by the Owner and Contractor; and 4. Changes in the Contract Price or Contract Times, or other changes under Paragraph 11.06 or Article 12. B. Acceptance of a Change Order by Contractor constitutes a full accord and satisfaction for any and all claims and costs of any kind, whether director indirect, including but not limited to impact, delay, or acceleration damages arising from the subject matter of the Change Order. Each Change Order must be specific and final as to prices and extensions of time, with no reservations or other provisions allowing for future additional money or time as a result of the particular changes identified and fully compensated in the Change Order. The execution of a Change Order by Contractor constitutes conclusive evidence of Contractor's agreement to the ordered changes in the Work. This Contract, as amended, forever releases any claim against Owner for additional time or compensation for matters relating to or arising out of or resulting from the Work included within or affected by the executed Change Order. This release applies to claims related to the cumulative impact of all Change Orders and to any claim related to the effect of a change on unchanged Work. C. All Change Orders require approval by either the City Council or Owner by administrative action. The approval process requires a minimum of 45 days after submission in final form with all supporting data. Receipt of Contractor's submission by Owner constitutes neither acceptance nor approval of a Bid, nor a warranty that the Bid will be authorized by City Council or administrative action. The time required for the approval process may not be considered a delay and no extensions to the Contract Times or increase in the Contract Price will be considered or granted as a result of the process. Contractor may proceed with Work if a Work Change Directive is issued. D. A Change Order is deemed to be in full force as if executed by Contractor if the Contractor refuses to execute a Change Order that is required to be executed under the terms of this Paragraph 11.07. 11.08 Notice to Surety A. Notify the surety of Modifications affecting the general scope of the Work, changes in the provisions of the Contract Documents, or changes in Contract Price or Contract Times. Adjust the amount of each Bond when Modifications change the Contract Price. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-41 03-23-2015 ARTICLE 12 — CLAIMS 12.01 Claims A. Follow the Claims process described in this Article for the following disputes between Owner and Contractor: 1. A demand or assertion by Owner to Contractor, submitted in accordance with the requirements of the Contract Documents: a. Seeking an adjustment of Contract Price or Contract Times; b. Contesting an initial decision by Designer concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; c. Contesting Designer's decision regarding a Change Proposal; d. Seeking resolution of a contractual issue that OAR has declined to address; or e. Seeking other relief with respect to the terms of the Contract. 2. A demand or assertion by Contractor to Owner, submitted in accordance with the requirements of the Contract Documents: a. Contesting OPT's decision regarding a Change Proposal; or b. Seeking resolution of a contractual issue that OPT has declined to address. 12.02 Claims Process A. Claims must be initiated by written notice. B. Claims by Contractor must be in writing and delivered to the Owner, Designer, and the OAR within 7 days: 1. After the start of the event giving rise to the Claim; or 2. After a final decision on a Change Proposal has been made. C. Claims by Owner must be submitted by written notice to Contractor. D. The responsibility to substantiate a Claim rests with the entity making the Claim. E. In the case of a Claim by Contractor seeking an increase in the Contract Price or Contract Times, Contractor must certify that the Claim is made in good faith, that the supporting data is accurate and complete, and that to the best of Contractor's knowledge and belief, the amount of time or money requested accurately reflects the full amount to which Contractor is entitled. F. The entity receiving a Claim is to review the Claim giving full consideration to its merits. The Owner and Contractor are to seek to resolve the Claim through the exchange of information and direct negotiations. The Owner and Contractor may extend the time for resolving the Claim by mutual agreement. Notify OAR of actions taken on a Claim. G. Owner and Contractor may mutually agree to mediate the underlying dispute at any time after initiation of a Claim. 1. The agreement to mediate suspends the Claim submittal and response process. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 42 03-23-2015 2. Owner or Contractor may unilaterally terminate the mediation process after 50 days from the agreement to mediate and resume the Claim submittal and decision process as of the date of the termination. The Claim process resumes as of the date of the conclusion of the mediation, as determined by the mediator, if the mediation is unsuccessful in resolving the dispute. 3. Owner and Contractor are to each pay one-half of the mediator's fees and costs. H. If the entity receiving a Claim approves the Claim in part or denies it in part, this action is final and binding unless the other entity invokes the procedure described in Article 17 for final resolution of disputes within 30 days of this action. I. Notify the OAR if efforts to resolve the Claim are not successful, and the Claim is denied. A denial of the Claim is final and binding unless the other entity invokes the procedure described in Article 17 for the final resolution of disputes within 30 days of the denial. J. The results of the agreement or action on the Claim is to be incorporated in a Change Order by the OAR to the extent they affect the Contract Documents, the Contract Price, or the Contract Times if the Owner and Contractor reach a mutual agreement regarding a Claim. ARTICLE 13 — COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK 13.01 Cost of the Work A. The Cost of the Work is the sum of costs described in this Paragraph 13.01, except those excluded in Paragraph 13.01.D, necessary for the proper performance of the Work. The provisions of this Paragraph 13.01 are used for two distinct purposes: 1. To determine Cost of the Work when Cost of the Work is a component of the Contract Price under cost-plus, time -and -materials, or other cost -based terms; or 2. To determine the value of a Change Order, Change Proposal, Claim, set-off, or other adjustment in Contract Price. B. Contractor is entitled only to those additional or incremental costs required because of the change in the Work or because of the event giving rise to the adjustment when the value of the adjustment is determined on the basis of the Cost of the Work. C. Costs included in the Cost of the Work may not exceed the prevailing costs in the proximate area of the Site for similar work unless agreed to by the Owner. Cost of the Work includes only the following items: 1. Payroll costs for Contractor's employees performing the Work, including one foreman per crew, and other required and agreed upon personnel for the time they are employed on the Work. Employees are to be paid according to wage rates for job classifications as agreed to by Owner. Where the Cost of the Work is being used under provisions of Paragraph 13.01.A.2, rates paid for this Work are to be the same as paid for Contract Work as established by certified payroll. Payroll costs may include: a. Actual costs paid for salaries and wages; b. Actual cost paid for fringe benefits, which may include: 1) Social security contributions, General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 43 03-23-2015 2) Unemployment, 3) Excise and payroll taxes, 4) Workers' compensation, 5) Health and retirement benefits, 6) Bonuses, and 7) Paid time off for sick leave, vacations, and holidays; and c. Actual cost of additional compensation paid for performing Work outside of regular working hours, on Saturday, Sunday, or legal holidays, to the extent authorized by Owner. 2. Cost of materials and equipment furnished and incorporated in the Work, including transportation and storage costs and required Suppliers' field services. Contractor may retain cash discounts unless Owner provided funds to the Contractor for early payment of these materials and equipment. Cash discounts are to be credited to Owner if the Owner provides funds for early payment. Make provisions for trade discounts, rebates, refunds, and returns from sale of surplus materials and equipment and reduce the Cost of the Work by these amounts. 3. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. Obtain competitive bids from Subcontractors acceptable to Owner unless Owner agrees to use Subcontractors proposed by the Contractor. Bids are to be opened in the presence of the OAR and other designated members for the OPT. Provide copies of bids to the OAR to use in determining, with the OPT, which bids are acceptable. The Subcontractor's Cost of the Work and fee are determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 13.01 if the subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee. 4. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work; b. Costs of materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site including transportation and maintenance costs; c. Costs of hand tools not owned by the workers consumed in the performance of the Work. Costs of hand tools not owned by the workers which are used but not consumed in the performance of the Work and which remain the property of Contractor, less their market value when Work is completed; d. Rental of construction equipment, including the costs of transporting, loading, unloading, assembling, dismantling, and removing construction equipment, whether rented from Contractor or others, in accordance with rental agreements approved by Owner. Costs for rental of equipment will not be paid when the equipment is no longer necessary for the Work. Justify idle time for equipment by demonstrating that it was necessary to keep equipment on Site for related future Work; General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 44 03-23-2015 e. Applicable sales, consumer, use, and other similar taxes related to the Work for which the Owner is not exempt, and which Contractor pays consistent with Laws and Regulations; f. Deposits lost for causes other than negligence of Contractor's Team; g. Royalty payments and fees for permits and licenses; h. Cost of additional utilities, fuel, and sanitary facilities at the Site; i. Minor expense items directly required by the Work; and j. Premiums for Bonds and insurance required by the Contract Documents. D. The Cost of the Work does not include the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals of partnerships and sole proprietorships, general managers, safety managers, superintendents, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office, for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 13.01.0.1 or specifically covered by Paragraph 13.01.C.4. These administrative costs are covered by the Contractor's fee. 2. Office expenses other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the actions of Contractor's Team for the correction of Defective Work, disposal of materials or equipment that do not comply with Specifications, and correcting damage to property. 5. Losses, damages, and related expenses caused by damage to the Work or sustained by Contractor in connection with the performance of the Work. Contractor is entitled to recover costs if covered by insurance provided in accordance with Article 6. Such losses may include settlements made with the approval of Owner. Do not include these losses, damages, and expenses in the Cost of the Work when determining Contractor's fee. 6. Any Indemnified Cost paid with regard to Contractor's indemnification of Owner's Indemnitees. 7. Other overhead or general expense costs and the costs of items not described in Paragraphs 13.01.C. E. The Contractor's fee is determined as follows: 1. In accordance with the Agreement when the Work is performed on a cost-plus basis. 2. In accordance with Paragraph 11.04.0 for Work covered by a Modification determined on the basis of Cost of the Work. F. Establish and maintain records in accordance with generally accepted accounting practices and submit these records, including an itemized cost breakdown together with supporting General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 45 03-23-2015 data, in a form and at intervals acceptable to OAR whenever the Cost of the Work is to be determined pursuant to this Paragraph 13.01. 13.02 Allowances A. Include allowances specified in the Contract Documents in the Contract Price and provide Work covered by the allowance as authorized by the Owner through the OAR. B. Contractor agrees that: 1. The cash allowance is used to compensate the Contractor for the cost of furnishing materials and equipment for the Work covered by the allowance item in the Contract Documents. Cost may include applicable taxes. Make provisions for trade discounts, rebates, and refunds and reduce the allowance costs by these amounts. 2. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the cash allowances have been included in the Contract Price and not in the allowances; and 3. Costs for cash allowances and installation costs as described in Paragraphs 13.02.6.1 and 13.02.6.2 above are included in the Contract Price. C. OAR will issue a Change Order to adjust the Contract Price by the difference between the allowance amount and the actual amount paid by Contractor for Work covered by the allowance. The Change Order will be issued at the time costs are incurred by Contractor for Work covered by the allowance and this Work is included on the Application for Payment. 13.03 Unit Price Work A. The initial Contract Price for Unit Price Work is equal to the sum of the unit price line items in the Agreement. Each unit price line item amount is equal to the product of the unit price for each line item times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparing Bids and determining an initial Contract Price. Payments to Contractor for Unit Price Work are to be based on actual quantities measured for Work in place. C. Each unit price is deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. D. OAR is to determine the actual quantities and classifications of Unit Price Work performed by Contractor to be incorporated into each Application for Payment. OAR's decision on actual quantities is final and binding, subject to the provisions of Paragraph 13.03.E. E. Contractor may submit a Change Proposal, or Owner may file a Claim, seeking an adjustment in the Contract Price within 30 days of OAR's decision under Paragraph 13.03.D, if: 1. The total cost of a particular item of Unit Price Work amounts to 20 percent or more of the total Contract Price and the variation in the quantity of that particular item of Unit Price Work performed by the Contractor differs by more than 20 percent from the estimated quantity of an item indicated in the Agreement; 2. There is no corresponding adjustment with respect to other items of Work; and General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 46 03-23-2015 3. Contractor believes it has incurred additional expense as a result of this condition or if Owner believes that the quantity variation entitles Owner to an adjustment in the Contract Price. 13.04 Contingencies A. Contingency funds may be included in the Contract Price to pay for Work not defined specifically by the Contract Documents that is essential to the completion of the Project. Contingency funds will be as described in the Agreement. B. The contingency funds may be used for costs incurred by the Contractor provided these costs are approved by the Owner. Costs are to be determined and documented in accordance with Paragraph 13.01. The contingency funds are not to be used for the following items: 1. Cost overruns due to changes in material costs after the Contract Price is established, unless specific price escalation provisions are made in the Agreement. 2. Rework required to correct Defective Work. 3. Inefficiencies in completing the Work due to the Contractor's selected means, methods, sequences, or procedures of construction. 4. Work Contractor failed to include in the Contract. Price. 5. Changes required by changes in Laws and Regulations enacted after the Contract Price is established. 6. Any Work that does not constitute a change in Scope in the Work included in the Contract Price. C. OAR is to issue a Change Order for approved expenditures from contingency funds. When the Change Order is issued, the costs are to be added to the Application for Payment. Contractor is to maintain a tabulation showing the contingency amount, adjustments to the contingency amount, and amounts remaining as the Project progresses. D. Any contingency amounts that are not included in a Change Order are retained by the Owner. A Change Order will be issued to deduct unused contingency amounts from the Contract Price prior to Final Payment. ARTICLE 14 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL, OR ACCEPTANCE OF DEFECTIVE WORK 14.01 Access to Work A. Provide safe access to the Site and the Work for the observation, inspection, and testing of the Work in progress. Contractor can require compliance with Contractor's safety procedures and programs as part of providing safe access. 14.02 Tests, Inspections, and Approvals A. OPT may retain and pay for the services of an independent inspector, testing laboratory, or other qualified individual or entity to perform inspections. Notify OAR when the Work is ready for required inspections and tests. Provide adequate notice to allow for coordination General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 47 03-23-2015 with entities providing inspection or testing as determined by the OAR. Cooperate with inspection and testing personnel and assist with providing access for required inspections, tests, and handling test specimens or Samples. B. Arrange for and facilitate inspections, tests, and approvals required by Laws or Regulations of governmental entities having jurisdiction that require Work to be inspected, tested, or approved by an employee or other representative of that entity. Pay associated costs and furnish OAR with the required certificates of inspection or approval. C. Arrange, obtain, and pay for inspections and tests required: 1. By the Contract Documents, unless the Contract Documents expressly allocate responsibility for a specific inspection or test to OPT; 2. To attain OPT's acceptance of materials or equipment to be incorporated in the Work; 3. By manufacturers of equipment furnished under the Contract Documents; 4. For testing, adjusting, and balancing of mechanical, electrical, and other equipment to be incorporated into the Work; 5, For acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work; 6. For re -inspecting or retesting Defective Work, including any associated costs incurred by the testing laboratory for cancelled tests or standby time; and 7. For retesting due to failed tests. D. Provide independent inspectors, testing laboratories, or other qualified individuals or entities acceptable to OPT to provide these inspections and tests. 14.03 Defective Work A. It is Contractor's obligation to assure that the Work is not Defective. B. OPT has the authority to determine whether Work is Defective and to reject Defective Work. C. OAR is to notify Contractor of Defective Work of which OPT has actual knowledge. D. Promptly correct Defective Work. E. Take no action that would void or otherwise impair Owner's special warranties or guarantees when correcting Defective Work. F. Pay claims, costs, losses, and damages arising out of or relating to Defective Work, including: 1. Costs for correction, removal, and replacement of Defective Work; 2. Cost of the inspection and testing related to correction of Defective Work; 3. Fines levied against Owner by governmental authorities because of Defective Work; and 4. Costs of repair or replacement of work of others resulting from Defective Work. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 48 03-23-2015 14.04 Acceptance of Defective Work A. Owner may elect to accept Defective Work instead of requiring correction or removal and replacement of Defective Work provided: 1. This acceptance occurs prior to final payment; 2. Designer confirms that the Defective Work is in general accordance with the design intent and applicable engineering or architectural principles; and 3. Designer confirms that acceptance of the Defective Work does not endanger public health or safety. B. Owner may impose a reasonable set-off against payments due under Article 15 for costs associated with OPT's evaluation of Defective Work to determine if it can be accepted and to determine the diminished value of the Work. Owner may impose a reasonable set-off against payments due under Article 15 if the parties are unable to agree as to the decrease in the Contract Price to compensate Owner for the diminished value of Defective Work accepted. OAR is to issue a Modification for acceptance of the Defective Work prior to final payment. Pay an appropriate amount to Owner if the acceptance of Defective Work occurs after final payment. 14.05 Uncovering Work A. OPT has the authority to require inspection or testing of the Work, whether or not the Work is fabricated, installed, or completed. B. Work that is covered prior to approval of the OAR must be uncovered for OPT's observation if requested by OAR. Pay for uncovering Work and its subsequent restoration unless Contractor has given OAR timely notice of Contractor's intention to cover the Work and OAR fails to act with reasonable promptness in response to this notice. C. Provide necessary labor, material, and equipment and uncover, expose, or otherwise make available the portion of the Work suspected of being Defective for observation, inspection, or testing if OPT considers it necessary or advisable that covered Work be observed by Designer or inspected or tested by others as directed by the OAR. 1. Pay for claims, costs, losses, and damages associated with uncovering, exposing, observing, inspecting, and testing if it is found that the uncovered Work is Defective. Pay costs for correction of Defective Work. Pay for reconstruction, repair, or replacement of work of others if it is found that the uncovered Work is Defective. 2. Submit a Change Proposal for an increase in the Contract Price or an extension of the Contract Times directly attributable to this uncovering, exposure, observation, inspection, testing, and reconstruction if the uncovered Work is found to be not Defective. 14.06 Owner May Stop the Work A. Owner may order Contractor to stop the Work if: 1. The Work is Defective; 2. Contractor fails to supply sufficient skilled workers or suitable materials or equipment; or General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 49 03-23-2015 3. Contractor performs Work that may fail to conform to the Contract Documents when completed. This stop work order is to remain in effect until the reason for the stop work order has been eliminated. Owner's right to stop the Work does not create a duty to exercise this right for the benefit of Contractor's Team or surety. 14.07 Owner May Correct Defective Work A. Owner may remedy the following deficiencies after 7 days' notice to Contractor if: 1. Contractor fails to correct Defective Work, or to remove and replace rejected Work as required by OPT; 2. Contractor fails to perform the Work in accordance with the Contract Documents; or 3. Contractor fails to comply with other provisions of the Contract Documents. B. Owner may: 1. Exclude Contractor from the Site; 2. Take possession of the Work and suspend Contractor's services related to the Work; and 3. Incorporate stored materials and equipment in the Work. C. Allow OPT access to the Site and off Site storage areas to enable Owner to exercise the rights and remedies under this Paragraph 14.07. D. All claims, costs, losses, and damages incurred or sustained by Owner in exercising the rights and remedies under this Paragraph 14.07 are to be charged against Contractor as a set-off against payments due under Article 15. These claims, costs, losses, and damages include costs of repair and the cost of replacement of work of others destroyed or damaged by correction, removal, or replacement of Contractor's Defective Work. E. Contractor is not allowed an extension of the Contract Times because of delays in the performance of the Work attributable to the exercise of the Owner's rights and remedies under this Paragraph 14.07. ARTICLE 15 — PAYMENTS TO CONTRACTOR; SET -OFFS; COMPLETION; CORRECTION PERIOD 15.01 Progress Payments A. Progress payments are to be submitted to the OAR on the Application for Payment form provided by the OAR following procedures in the Contract Documents. 1. Progress payments for lump sum Work are to be paid on the basis of the earned value to date at the amounts shown in the Schedule of Values submitted as required by Paragraph 2.03. Final payment will be for the total lump sum amount. 2. Progress payments for Unit Price Work are based on the number of units completed as determined under the provisions of Paragraph 13.03. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-50 03-23-2015 3, Progress payments for Work to be paid on the basis of the Cost of the Work per Paragraphs 13.01, 13.02 and 13.04 are to be paid for Work completed by Contractor during the pay period. B. Reduction in Payment by Owner: 1. Owner is entitled to impose a set-off against payment based on the following: a. Claims made against Owner or costs, losses, or damages incurred by Owner related to: 1) Contractor's conduct in the performance of the Work, including, but not limited to, workplace injuries, non-compliance with Laws and Regulations, or patent infringement; or 2) Contractor's failure to take reasonable and customary measures to avoid damage, delay, disruption, and interference with other work at or adjacent to the Site, including but not limited to, workplace injuries, property damage, and non-compliance with Laws and Regulations. b. Owner has been required to remove or remediate a Hazardous Environmental Condition for which Contractor is responsible; c. Work is Defective, or completed Work has been damaged by Contractor's Team, requiring correction or replacement; d. Owner has been required to correct Defective Work or complete Work in accordance with Paragraph 14.07; e. The Contract Price has been reduced by Change Orders; f. Events have occurred that would constitute a default by Contractor justifying a termination for cause; Liquidated damages have accrued as a result of Contractor's failure to achieve Milestones, Substantial Completion, or completion of the Work; h. Liens have been filed in connection with the Work, except where Contractor has delivered a specific Bond satisfactory to Owner to secure the satisfaction and discharge of these Liens; g. i. Owner has been notified of failure to make payments to Subcontractors, Suppliers, or Employees; Failure to submit up-to-date record documents as required by the Contract Documents; k. Failure to submit monthly Progress Schedule updates or revised schedules as requested by the OAR; I. Failure to provide Project photographs required by the Contract Documents; m. Failure to provide Certified Payroll required by the Contract Documents; n. Compensation for OPT for overtime charges of OAR or RPR, third review of documents, review of substitutions, re -inspection fees, inspections or designs related to correction of Defective Work, or other services identified as requiring payment by the Contractor; j. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-51 03-23-2015 o. Costs for tests performed by the Owner to verify that Work previously tested and found to be Defective has been corrected; OPT has actual knowledge of the occurrence of events that would constitute a default by Contractor and therefore justify termination for cause under the Contract Documents with associated cost impacts; P. q. Other items entitling Owner to a set-off against the amount recommended; or r. Payment would result in an over -payment of the Contract Price. 2. Compensation for services of OPT staff is to be at the rates established by negotiations between OPT and Contractor. 3. OAR is to notify Contractor stating the amount and the reasons for an imposed set-off. The Owner is to pay the Contractor amounts remaining after deduction of the set-off. Owner is to pay the set-off amount agreed to by Owner and Contractor if Contractor remedies the reasons for the set-off. Contractor may submit a Change Proposal contesting the set-off. C. Delayed Payments: 1. No money shall be paid by Owner upon any claim, debt, demand, or account whatsoever, to any person, firm, or corporation who is in arrears to Owner for taxes; and Owner shall be entitled to counterclaim and automatically offset against any such debt, claim, demand, or account in the amount of taxes so in arrears and no assignment or transfer of such debt, claim, demand, or account after said taxes are due, shall affect the right of Owner to offset said taxes, and associated penalties and interest if applicable, against the same. 2. No payment will be made for Work authorized by a Work Change Directive until the Work Change Directive is incorporated into a Change Order. Payment can be included in an Application for payment when the Change Order is approved. D. The Owner is to pay the amount of payment recommended by the OAR within 30 days after receipt of the Application for Payment and accompanying documentation from the OAR. 15.02 Contractor's Warranty of Title A. Contractor warrants and guarantees that title to the Work, materials, and equipment furnished under the Contract is to pass to Owner free and clear of Liens, title defects, and patent, licensing, copyright, or royalty obligations no later than 7 days after the time of payment by Owner of the Application for Payment which includes these items. 15.03 Substantial Completion A. Notify OAR when Contractor considers the entire Work substantially complete and request a Certificate of Substantial Completion. B. OPT is to inspect the Work after Contractor's notification to determine if the Work is substantially complete. OAR is to either issue the Certificate of Substantial Completion which sets the date of Substantial Completion or notify Contractor of the reasons the Project is not considered to be substantially complete. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-52 03-23-2015 C. The OPT and Contractor are to meet to discuss Owner's use or occupancy of the Work following Substantial Completion. Items to be discussed at this meeting include: 1. Review of insurance policies with respect to the end of the Contractor's coverage, and confirm the transition to coverage of the Work under a permanent property insurance policy held by Owner; 2. Owner's assumption of responsibility for security, operation, protection of the Work, maintenance, and utilities upon Owner's use or occupancy of the Work; 3. Contractor's obligations for operations and maintenance during performance and acceptance testing; 4. Contractor's access to the Site to complete punch list items; and 5. Procedures for correction of Defective Work during the 1 -year correction period. 15.04 Partial Utilization A. Owner may use or occupy substantially completed parts of the Work which are specifically identified in the Contract Documents, or which OPT and Contractor agree constitutes a separately functioning and usable part of the Work prior to Substantial Completion of the Work. Owner must be able to use that part of the Work for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. Contractor and OPT are to follow the procedures of Paragraph 15.03 for this part of the Work. B. No use or occupancy or separate operation of part of the Work may occur prior to compliance with the requirements of Article 6. 15.05 Final Inspection A. OPT is to make a final inspection upon notice from Contractor that the entire Work or portion to be accepted under Paragraph 15.04 is complete. OAR is to notify Contractor of Work determined to be incomplete or Defective. Immediately take corrective measures to complete the Work and correct Defective Work. 15.06 Final Payment A. Make Application for Final Payment after completing required corrections identified during the final inspection and delivering items and documents required by the Contract. Documents. Provide the following with the final Application for Payment: 1. Consent of Surety to Final Payment acknowledging unsettled disputes; and 2. Certification of Payment of Debts and Claims or Certification of Release of Liens or furnish receipts or releases in full from Subcontractors and Suppliers. B. OAR is to either recommend payment of the final Application for Payment to Owner if OPT is satisfied that the Work has been completed and Contractor's other obligations under the Contract Documents have been fulfilled or notify the Contractor of the OPT's reasons for not recommending final payment. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-53 03-23-2015 C. The Work is complete, subject to surviving obligations, when it is ready for final payment as established by the OAR's recommendation of payment of the final Application for Payment to Owner and the issuance of a Certificate of Final Completion. D. The Owner is to pay the amount of final payment recommended by the OAR within 30 days after receipt of the final Application for Payment and accompanying documentation from the OAR. 15.07 Waiver of Claims A. The making of final payment does not constitute a waiver by Owner of claims or rights against Contractor. Owner expressly reserves claims and rights arising from: 1. Unsettled Liens or claims for non-payment; 2. Defective Work appearing after final inspection pursuant to Paragraph 15.05; 3. Contractor's failure to comply with the Contract Documents or the terms of specified special guarantees; or 4. Contractor's continuing obligations under the Contract Documents. B. Contractor waives claims and rights against Owner by accepting final payment with the exception of those Claims made in accordance with the provisions of Article 17 and specifically noted in the Certificate of Final Completion. 15.08 Correction Period A. Promptly correct Defective Work without cost to Owner for 1 year after the date of Substantial Completion or longer periods of time prescribed by the terms of the Contract Documents. B. Promptly correct damages to the Site or adjacent areas that Contractor has arranged to use through construction easements or other agreements. Promptly correct damages to Work or the work of others. Make corrections without cost to Owner. C. Owner may have the Defective Work and damages described in Paragraphs 15.08.A and 15.08.6 corrected if Contractor does not comply with the terms of OAR's instructions, or in an emergency where delay would cause serious risk of loss or damage. D. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related to the correction of Defective Work are as set forth in Paragraph 7.14. E. The correction period starts to run from the date when a specific item of equipment or systems are placed in continuous beneficial use by Owner before Substantial Completion of Work if so provided in the Specifications or if accepted for beneficial use by the Owner. F. The correction period is extended for an additional period of 1 year for Defective Work corrected after the date of Substantial Completion or after the accepted date the correction period starts to run as described in Paragraph 15.08.E. This extended correction period starts to run when Defective Work has been satisfactorily corrected under this Paragraph 15.08. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-54 03-23-2015 G. Contractor's obligations under this Paragraph 15.08 are in addition to other obligations or warranties. The provisions of this Paragraph 15.08 are not a substitute for, or a waiver of, the provisions of applicable statutes of limitation or repose. ARTICLE 16 —SUSPENSION OF WORK AND TERMINATION 16.01 Owner May Suspend Work A. Owner may suspend the Work or a portion of the Work for a period of not more than 90 consecutive days, at any time and without cause, by notice to Contractor. This notice fixes the date on which Contractor is to resume Work. Contractor is entitled to adjustments in the Contract Price and Contract Times directly attributable to this suspension only if efforts are made to mitigate the cost impacts of the suspension. Meet with the Owner within 10 days of the notice of suspension to discuss specific strategies to reduce or eliminate the cost of delays. Submit a Change Proposal seeking an adjustment no later than 30 days after the date fixed for resumption of Work. 16.02 Owner May Terminate for Cause A. The occurrence of one or more of the following events constitutes a default by Contractor and justifies termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents, including failure to supply sufficient skilled workers or suitable materials or equipment; 2. Failure to adhere to the Progress Schedule; 3. Failure of the Contractor to provide a satisfactory replacement Bond or insurance in the event either is lost or canceled; 4. Failure of Contractor to maintain financial solvency to adequately complete the Project as indicated by one or more of the following: a. A petition of bankruptcy is filed by or against Contractor, b. Contractor is adjudged as bankrupt or insolvent, c. Contractor or surety makes a general assignment for the benefit of creditors, d. A receiver is appointed for the benefit of Contractor's creditors, or e. A receiver is appointed on account of Contractor's insolvency; 5. Contractor's disregard of Laws or Regulations of public bodies having jurisdiction; or 6. Contractor's repeated disregard of the authority of OPT. B. Contractor and surety must provide adequate assurance of future performance in accordance with the Contract Documents that is satisfactory to Owner if Contractor is believed to be in financial distress due to the existence of one or more of the indicators listed in Paragraph 16.02.A.4. Owner may terminate this Contract if Contractor and surety fail to provide adequate documentation satisfactory to Owner within 10 days of OAR's request for this information. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-55 03-23-2015 C. Owner may declare Contractor to be in default, give notice to Contractor and surety that. the Contract is terminated, and enforce the rights available to Owner under the Performance Bond after giving Contractor and surety 10 days' notice that one or more of the events identified in Paragraph 16.02.A has occurred. D. Owner may exclude Contractor from the Site, take possession of the Work, incorporate the materials and equipment stored and complete the Work as Owner may deem expedient if Owner has terminated the Contract for cause. E. Owner may elect not to proceed with termination of the Contract under this Paragraph 16.02 if Contractor begins to cure the cause for termination within 7 days of receipt of notice of intent to terminate. F. Contractor is not entitled to receive further payments until the Work is completed if Owner proceeds as provided in this Paragraph 16.02. The amount of the Contract Price remaining is to be paid to the Contractor if the unpaid balance exceeds the cost to complete the Work. This cost to complete the Work may include related claims, costs, losses, damages, and the fees and charges of engineers, architects, attorneys, and other professionals retained by Owner. Pay the difference to Owner if the cost to complete the Work including related claims, costs, losses, and damages exceeds the unpaid balance of the Contract Price. Claims, costs, losses, and damages incurred by Owner are to be reviewed as to their reasonableness and incorporated in a Change Order by OAR. Owner is not required to obtain the lowest price for the Work performed when exercising its rights or remedies under this paragraph. G. Termination does not affect the rights or remedies of Owner against Contractor or against surety under the Payment Bond or Performance Bond. Owner does not release Contractor from liability by paying or retaining money due Contractor. 16.03 Owner May Terminate For Convenience A. Owner may terminate the Contract without cause after giving 7 days' notice to Contractor of the effective date of termination. Contractor is to be paid for the following if Owner terminates for convenience: 1. Work completed in accordance with the Contract Documents prior to the effective date of termination; 2. Actual costs sustained prior to the effective date of termination for Work in progress, plus a fee calculated in accordance with Paragraph 11.04.D.; and 3. Reasonable expenses directly attributable to termination, including costs incurred to prepare a termination for convenience cost proposal. B. No payment is payable to Contractor for loss of anticipated overhead, profits or revenue, or other economic loss arising out of or resulting from this termination. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-56 03-23-2015 ARTICLE 17 — FINAL RESOLUTION OF DISPUTES 17.01 Methods and Procedures A. The Owner or Contractor may appeal a Claim, approved or denied in part or in full, by: 1. Electing to invoke the dispute resolution process if one is provided for in the Supplementary Conditions; 2. Agreeing with the other party to submit the dispute to a dispute resolution process; or 3. Notifying the other party of the intent to submit the dispute to a court of competent jurisdiction if no dispute resolution process is provided for in the Supplementary Conditions or mutually agreed to. ARTICLE 18 — MISCELLANEOUS 18.01 Computation of Times A. Exclude the first day and include the last day when determining dates fora period of time referred to in the Contract Documents by days. The last day of this period is to be omitted from the determination if it falls on a Saturday, Sunday, or a legal holiday. B. All references and conditions for a Calendar Day Contract in the Contract Documents apply for a Fixed Date Contract. A Fixed Date Contract is one in which the calendar dates for reaching Substantial Completion and/or final completion are specified in lieu of identifying the number of days involved. 18.02 Owner's Right to Audit Contractor's Records A. By execution of the Contract, Contractor grants Owner the right to audit, examine, inspect and/or copy, at Owner's election at all reasonable times during the term of this Contract and for a period of four (4) years following the completion or termination of the Work, all of Contractor's written and electronically stored records and billings relating to the performance of the Work under the Contract Documents. The audit, examination or inspection may be performed by an Owner designee, which may include its internal auditors or an outside representative engaged by Owner. Contractor agrees to retain its records fora minimum of four (4) years following termination of the Contract, unless there is an ongoing dispute under the Contract, then, such retention period must extend until final resolution of the dispute. As used in these General Conditions, "Contractor written and electronically stored records" include any and all information, materials and data of every kind and character generated as a result of the work under this Contract. Example of Contractor written and electronically stores records include, but are not limited to: accounting data and reports, billings, books, general ledgers, cost ledgers, invoices, production sheets, documents, correspondences, meeting notes, subscriptions, agreements, purchase orders, leases, contracts, commitments, arrangements, notes, daily diaries, reports, drawings, receipts, vouchers, memoranda, time sheets, payroll records, policies, procedures, Subcontractor agreements, Supplier agreements, rental equipment proposals, federal and state tax filings for any issue in question, along with any and all other agreements, sources of information and matters that may, in Owner's sole judgment, General Conditions Corpus Christi Standards - Regular Projects 00 72 00-57 03-23-2015 have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any Agreement Documents. B. Owner agrees to exercise the right to audit, examine or inspect Contractor's records only during regular business hours. Contractor agrees to allow Owner and/or Owner's designee access to all of the Contractor's Records, Contractor's facilities and current or former employees of Contractor, deemed necessary by Owner or its designee(s), to perform such audit, inspection or examination. Contractor also agrees to provide adequate and appropriate work space necessary for Owner or its designees to conduct such audits, inspections or examinations. C. Contractor must include this Section in any Subcontractor, supplier or vendor contract. 18.03 Independent Contractor A. Contractor is to perform its duties under this Contract as an independent contractor. The Contractor's Team and their personnel are not considered to be employees or agents of the Owner. Nothing in this Contract is to be interpreted as granting Contractor's Team the right or authority to make commitments for the Owner. This Contract does not constitute or create a joint venture, partnership, or formal business organization of any kind. 18.04 Cumulative Remedies A. The duties and obligations imposed by these General Conditions and the rights and remedies available to the Owner or Contractor by these General Conditions are in addition to, and are not a limitation of, the rights and remedies which are otherwise imposed or available by: 1. Laws or Regulations; 2. Special warranties or guarantees; or 3. Other provisions of the Contract Documents. B. The provisions of this Paragraph 18.03 are as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 18.05 Limitation of Damages A. Owner's Indemnitees are not liable to Contractor for claims, costs, losses, or damages sustained by Contractor's Team associated with other projects or anticipated projects. 18.06 No Waiver A. The failure of Owner or Contractor to enforce any provision of this Contract does not constitute a waiver of that provision, affect the enforceability of that provision, or the enforceability of the remainder of this Contract. 18.07 Severability A. If a court of competent jurisdiction renders a part of this Contract invalid or unenforceable, that part is to be severed and the remainder of this Contract continues in full force. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-58 03-23-2015 18.08 Survival of Obligations A. Representations, indemnifications, warranties, guarantees, and continuing obligations required by the Contract Documents survive completion and acceptance of the Work or termination of the Contract. 18.09 No Third Party Beneficiaries A. Nothing in this Contract can be construed to create rights in any entity other than the Owner and Contractor. Neither the Owner nor Contractor intends to create third party beneficiaries by entering into this Contract. 18.10 Assignment of Contract A. This Contract may not be assigned in whole or in part by the Contractor without the consent of the Owner. 18.11 No Waiver of Sovereign Immunity A. The Owner has not waived its sovereign immunity by entering into and performing its obligations under this Contract. 18.12 Controlling Law A. This Contract is governed by the laws of the State of Texas without regard to its conflicts of laws. Venue for legal proceedings lies exclusively in Nueces County, Texas. 18.13 Conditions Precedent to Right to Sue A. Notwithstanding anything herein to the contrary, Contractor will have at least 90 days to give notice of a claim for damages as a condition precedent to the right to sue on the Contract, subject to the contractual Claims and Alternative Dispute Resolution processes set forth herein. 18.14 Waiver of Trial by Jury A. Owner and Contractor agree that they have knowingly waived and do hereby waive the right to trial by jury and have instead agreed, in the event of any litigation arising out of or connected to this Contract, to proceed with a trial before the court, unless both parties subsequently agree otherwise in writing. 18.15 Attorney Fees A. The Parties expressly agree that, in the event of litigation, all parties waive rights to payment of attorneys' fees that otherwise might be recoverable, pursuant to the Texas Civil Practice and Remedies Code Chapter 38, Texas Local Government Code §271.153, the Prompt Payment Act, common law or any other provision for payment of attorney's fees. 18.16 Compliance with Laws A. Comply with the Americans with Disabilities Act of 1990 as amended (ADA) and Texas Architectural Barriers Act and all regulations relating to either statute. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-59 03-23-2015 B. Comply with all applicable federal, state, and city laws, rules and regulations. 18.17 Enforcement A. The City Manager or designee and the City Attorney or designee, are fully authorized and will have the right to enforce all legal rights and obligations under the Contract without further authorization from City Council. 18.18 Subject to Appropriation A. Funds are appropriated by the Owner on a yearly basis. If for any reason funds are not appropriated in any given year, the Owner may direct immediate suspension or termination of the Contract, with no additional liability to the Owner. If the Contractor is terminated or suspended and the Owner requests remobilization at a later date, the Contractor may request payment for reasonable demobilization/remobilization costs. Such costs shall be addressed through a Change Order to the Contract. Under no circumstances may a provision or obligation under this Contract be interpreted as contrary to this paragraph. 18.19 Contract Sum A. The Contract Sum is stated in the Contract and, including authorized adjustments, is the total maximum not -to -exceed amount payable by Owner to Contractor for performance of the Work under the Contract Documents. Contractor accepts and agrees that all payments pursuant to this Contract are subject to the availability and appropriation of funds by the Corpus Christi City Council. If funds are not available and/or appropriated, this Contract shall immediately be terminated with no liability to any party to this Contract. 18.20 Contractor's Guarantee as Additional Remedy A. The Contractor's guarantee is a separate and additional remedy available to benefit the Owner. Neither the guarantee nor the expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the Owner for any claims or causes of action against the Contractor or any other individual or entity. END OF SECTION General Conditions Corpus Christi Standards - Regular Projects 00 72 00-60 03-23-2015 00 72 01 INSURANCE REQUIREMENTS ARTICLE 1— INSURANCE REQUIREMENTS 1.01 CONTRACTOR'S INSURANCE AMOUNTS A. Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: Type of Insurance Minimum Insurance Coverage Commercial General Liability including 1. Commercial Form 2. Premises — Completed Operations 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products / Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal & Advertising Injury $1,000,000 Per Occurrence $2,000,000 Aggregate Business Automobile Liability - Owned, Non -Owned, Rented and Leased $1,000,000 Combined Single Limit Workers' Compensation Statutory Employer's Liability $500,000/ 500,000/ 500,000 Excess Liability/Umbrella Liability Required if Contract Price > $5,000,000 $1,000,000 Per Occurrence Contractor's Pollution Liability / Environmental Impairment Coverage Not limited to sudden and accidental discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. Required if excavation > 3 ft. $1,000,000 Per Claim ■ Required H Not Required Builder's Risk (All Perils including Collapse) Required for vertical structures and bridges Equal to Full Replacement Cost of Structure and Contents • Required ® Not Required Installation Floater Required if installing city -owned equipment Equal to Contract Price ■ Required H Not Required Insurance Requirements Staples Street Pumping Station Improvements — Project No. E12004 007201-1 Rev 06-22-2016 1.02 GENERAL PROVISIONS A. Provide insurance coverages and limits meeting the requirements for insurance in accordance with Article 6 of the General Conditions and this Section. B. Provide endorsements to the policies as outlined in this Section. C. Obtain insurance from companies that are duly licensed or authorized in the State of Texas to issue insurance policies for the required limits and coverages. Provide insurance from companies that have an A.M. Best rating of A -VIII or better. D. Furnish copies of endorsements and documentation of applicable self-insured retentions and deductibles upon request by OPT or any named insured or additional insured. Contractor may block out (redact) any confidential premium or pricing information contained in any endorsement furnished under this Contract. E. The name and number of the Project must be referenced on the certificate of insurance. F. OPT's failure to demand such certificates or other evidence of the Contractor's full compliance with the insurance requirements or failure to identify a deficiency in compliance from the evidence provided is not a waiver of the Contractor's obligation to obtain and maintain the insurance required by the Contract Documents. G. Notify the Owner if the Contractor fails to purchase or maintain the insurance required by the Contract. Documents. Contractor shall not be allowed to perform any Work on the Project until the required insurance policies are in effect. A Certificate of Liability Insurance shall be submitted to the OPT. H. Owner may exclude the Contractor from the Site and exercise Owner's termination rights under Article 16 of the General Conditions if Contractor fails to obtain or maintain the required insurance. I. Owner does not represent that the insurance coverage and limits established in this Contract are adequate to protect Contractor or Contractor's interests. J. The required insurance and insurance limits do not limit the Contractor's liability under the indemnities granted to Owner's Indemnitees in the Contract Documents. K. Provide for an endorsement that the "other insurance" clause shall not apply to the OPT where the OPT is an additional insured shown on the policy. Contractor's insurance is primary and non-contributory with respect to any insurance or self-insurance carried by the OPT for liability arising out of operations under this Contract. L. Include the Owner and list the other members of the OPT and any other individuals or entities identified in the Supplementary Conditions as additional insureds on all policies with the exception of the workers' compensation policy and Contractor's professional liability policy. 1.03 CONTRACTOR'S INSURANCE A. Purchase and maintain workers' compensation and employer's liability insurance for: 1. Claims under workers' compensation, disability benefits, and other similar employee benefit acts. Obtain workers' compensation coverage through a licensed insurance company in accordance with Texas law and written on a policy and endorsements approved by the Texas Department of Insurance. Provide insurance in amounts to Insurance Requirements 00 72 01 - 2 Staples Street Pumping Station Improvements — Project No. E12004 Rev 06-22-2016 meet all workers' compensation obligations. Provide an "All Other States" endorsement if Contractor is not domiciled in Texas and policy is not written in accordance with Texas Department of Insurance rules. 2. Claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. United States Longshoreman and Harbor Workers' Compensation Act and Jones Act coverage (if applicable). 4. Foreign voluntary worker compensation (if applicable). B. Purchase and maintain commercial general liability insurance covering all operations by or on behalf of Contractor. The expected coverage is that which would be included in a commercially available ISO Commercial General Liability policy and should provide coverage on an occurrence basis, against: 1. Claims for damages because of bodily injury, sickness or disease, or death of any person other than Contractor's employees; 2. Claims for damages insured by reasonably available personal injury liability coverage which are sustained; 3. By any person as a result of an offense directly or indirectly related to the employment of such person by Contractor; and 4. Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including any resulting loss of use. C. Provide Contractor's commercial general liability policy that is written on a 1996 (or later) ISO commercial general liability form (occurrence form) and include the following coverages and endorsements: 1. Products and completed operations coverage as required in this Section. Insurance is to remain in effective for 3 years after final payment. Furnish evidence of the continuation of this insurance at final payment and again each year for 3 years after final payment to Owner and each named insured or additional insured. a. If required by Paragraph 1.01, provide and maintain Installation Floater insurance for property under the care, custody, or control of Contractor. Provide Installation Floater insurance that is a broad form or "All Peril" policy providing coverage for all materials, supplies, machinery, fixtures, and equipment which will be incorporated into the Work. 1) Provide coverage under the Contractor's Installation Floater that includes: a) Faulty or Defective workmanship, materials, maintenance, or construction; b) Cost to remove Defective or damaged Work from the Site or to protect it from loss or damage; c) Cost to cleanup and remove pollutants; d) Coverage for testing and startup; e) Any loss to property while in transit; Insurance Requirements 00 72 01 - 3 Staples Street Pumping Station Improvements — Project No. E12004 Rev 06-22-2016 f) Any loss at the Site; g) Any loss while in storage, both on and off the Site; and h) Any loss to temporary Project Works if their value is included in the Contract Price. 2) Coverage cannot be contingent on an external cause or risk or limited to property for which the Contractor is legally liable. Provide limits of insurance adequate to cover the value of the installation. Pay any deductible carried under this coverage and assume responsibility for claims on materials, supplies, machinery, fixture, and equipment which will be incorporated into the Work while in transit or in storage. 2. Blanket contractual liability coverage for Contractor's contractual indemnity obligations in Paragraph 7.14 of the General Conditions, and all other contractual indemnity obligations of Contractor in the Contract Documents. Industry standard ISO Contractual Liability coverage will meet this obligation. 3. Broad form property damage coverage. 4. Severability of interest. 5. Underground explosion and collapse coverage. 6. Personal injury coverage. 7. Endorsement CG 2032, "Additional Insured - Engineers, Architects or Surveyors Not Engaged by the Named Insured" or its equivalent. D. Purchase and maintain automobile liability insurance against claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. E. For Projects with a Contract Value that exceeds $5,000,000, purchase and maintain umbrella or excess liability insurance written over the underlying employer's liability, commercial general liability, and automobile liability insurance described in the paragraphs above. Provide coverage that is at least as broad as all underlying policies. Provide a policy that provides first -dollar liability coverage as needed. F. Provide Contractor's commercial general liability and automobile liability policies that: 1. Are written on an occurrence basis; 2. Include the individuals or entities identified in the Supplementary Conditions as additional insureds; 3. Include coverage for Owners Indemnitees as defined in Article 1 of the General Conditions; and 4. Provide primary coverage for all claims covered by the policies, including those arising from both ongoing and completed operations. G. Purchase and maintain insurance coverage for third -party injury and property damage claims, including clean-up costs that result from Hazardous Environmental Conditions which result from Contractor's operations and completed operations. Provide Contractor's pollution liability insurance that includes long-term environmental impacts for the disposal of pollutants/contaminants and is not limited to sudden and accidental discharge. The Insurance Requirements 00 72 01 - 4 Staples Street Pumping Station Improvements — Project No. E12004 Rev 06-22-2016 completed operations coverage is to remain in effect for 3 years after final payment. The policy must name OPT and any other individuals and entities identified in the Supplementary Conditions as additional insureds. H. Purchase and maintain applicable professional liability insurance, or have Subcontractors and Suppliers do so, if Contractor or any Subcontractor or Supplier will provide or furnish professional services under this Contract. I. The policies of insurance required by this Section must: 1. Include at least the specific coverages and be written for not less than the limits of liability provided in this Section or required by Laws or Regulations, whichever is greater. 2. Contain a provision that coverage afforded will not be canceled or materially changed until at least 30 days prior written notice has been given to Contractor, Owner, and all named insureds and additional insureds. 3. Remain in effect at all times when Contractor is performing Work or is at the Site to conduct tasks arising from the Contract Documents. 4. Be appropriate for the Work being performed and provide protection from claims resulting from the Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether performed by Contractor, Subcontractor, Supplier, anyone directly or indirectly employed or retained by any of them, or by anyone for whose acts they may be liable. J. The coverage requirements for specific policies of insurance must be met directly by those policies and may not rely on excess or umbrella insurance provided in other policies to meet the coverage requirement. 1.04 PROPERTY INSURANCE A. Purchase and maintain builder's risk insurance in the amount of the full replacement cost of the Project. This policy is subject to the deductible amounts requirements in this Section or those required by Laws and Regulations and must comply with the requirements of Paragraph 1.06. This insurance shall: 1. Include the OPT, Contractor, and all Subcontractors, and any other individuals or entities identified in the Supplementary Conditions, as named insureds. 2. Be written on a builder's risk "all risk" policy form that includes insurance for physical loss or damage to the Work, temporary buildings, falsework, and materials and equipment in transit, and insures against at least the following perils or causes of loss: fire; lightning; windstorm; riot; civil commotion; terrorism; vehicle impact; aircraft; smoke; theft; vandalism and malicious mischief; mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; flood; collapse; explosion; debris removal; demolition occasioned by enforcement of Laws and Regulations; water damage (other than that caused by flood); and such other perils or causes of loss as may be specifically required by this Section. If insurance against mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; or flood, are not commercially available under builder's risk, by Insurance Requirements 00 72 01 - 5 Staples Street Pumping Station Improvements — Project No. E12004 Rev 06-22-2016 endorsement or otherwise, this insurance may be provided through other insurance policies acceptable to Owner and Contractor. 3. Cover expenses incurred in the repair or replacement of any insured property. 4. Cover materials and equipment in transit or stored prior to being incorporated in the Work. 5. Cover Owner -furnished or assigned property. 6. Allow for partial utilization of the Work by Owner. 7. Allow for the waiver of the insurer's subrogation rights as set forth below. 8. Provide primary coverage for all losses and damages caused by the perils or causes of loss covered. 9. Not include a co-insurance clause. 10. Include a broad exception for ensuing losses from physical damage or loss with respect to any Defective workmanship, design, or materials exclusions. 11. Include testing and startup. 12. Be maintained in effect until the Work as a whole is complete, unless otherwise agreed to in writing by Owner and Contractor. B. Evidence of insurance provided must contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each named insured. C. Pay for costs not covered by the policy deductible. D. Notify builder's risk insurance provider if Owner will occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 15.04 of the General Conditions. Maintain the builder's risk insurance in effect during this Partial Occupancy or Use. E. Contractor may purchase other special insurance to be included in or to supplement the builder's risk or property insurance policies provided under this Section. F. Contractor, Subcontractors, or employees of the Contractor or a Subcontractor owning property items, such as tools, construction equipment, or other personal property not expressly covered in the insurance required by the Contract Documents are responsible for providing their own insurance. 1.05 WAIVER OF RIGHTS A. Insurance shall include a waiver of subrogation in favor of the additional insureds identified in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. B. All policies purchased in accordance with this Section are to contain provisions to the effect that the insurers have no rights of recovery against OPT, named insureds or additional insureds in the event of a payment for loss or damage. Contractor and insurers waive all rights against the Owner's Indemnities for losses and damages created by or resulting from any of the perils or causes of loss covered by these policies and any other applicable Insurance Requirements 00 72 01 - 6 Staples Street Pumping Station Improvements — Project No. E12004 Rev 06-22-2016 property insurance. None of these waivers extend to the rights Contractor has to the proceeds of insurance as trustee. C. Contractor is responsible for assuring that agreements with Subcontractors contains provisions that the Subcontractor waive all rights against Owner's Indemnitees, Contractor, named insureds and additional insureds, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them, for all losses and damages created by or resulting from any of the perils or causes of loss covered by builder's risk insurance and other property insurance. 1.06 OWNER'S INSURANCE FOR THE PROJECT A. Owner is not responsible for purchasing and maintaining any insurance to protect the interest of the Contractor, Subcontractors, or others in the Work. The stated limits of insurance required are minimum only. Determine the limits that are adequate. These limits may be basic policy limits or any combination of basic limits and umbrella limits. In any event, Contractor is fully responsible for all losses arising out of, resulting from, or connected with operations under this Contract whether or not these losses are covered by insurance. The acceptance of evidence of insurance by the OPT, named insureds, or additional insureds does not release the Contractor from compliance with the insurance requirements of the Contract Documents. ARTICLE 2 — EVIDENCE OF INSURANCE 2.01 ACCEPTABLE EVIDENCE OF INSURANCE A. Provide evidence of insurance acceptable to the Owner with the executed Contract Documents. Provide the following as evidence of insurance: 1. Certificates of Insurance on an acceptable form; 2. Riders or endorsements to policies; and 3. Policy limits and deductibles. B. Provide a list of "Additional Insureds" for each policy. C. Provide evidence that waivers of subrogation are provided on all applicable policies. D. Provide evidence of requirements for 30 days' notice before cancellation or any material change in the policy's terms and conditions, limits of coverage, or change in deductible amount. 2.02 CERTIFICATES OF INSURANCE A. Submit Certificates of Insurance meeting the following requirements: 1. Form has been filed with and approved by the Texas Department of Insurance under Texas Insurance Code §1811.101; or 2. Form is a standard form deemed approved by the Department under Texas Insurance Code §1811.101. Insurance Requirements 00 72 01 - 7 Staples Street Pumping Station Improvements — Project No. E12004 Rev 06-22-2016 3, No requirements of this Contract may be interpreted as requiring the issuance of a certificate of insurance on a certificate of insurance form that has not first been filed with and approved by the Texas Department of Insurance. B. Include the name of the Project in the description of operations box on the certificate of insurance. 2.03 INSURANCE POLICIES A. If requested by the Owner, provide a copy of insurance policies, declaration pages and endorsements, and documentation of applicable self-insured retentions and deductibles. B. Contractor may block out (redact) any proprietary information or confidential premium pricing information contained in any policy or endorsement furnished under this Contract. 2.04 CONTINUING EVIDENCE OF COVERAGE A. Provide updated, revised, or new evidence of insurance in accordance this Section prior to the expiration of existing policies. B. Provide evidence of continuation of insurance coverage at final payment and for the following 3 years. 2.05 NOTICES REGARDING INSURANCE A. Notices regarding insurance are to be sent to the Owner at the following address: City of Corpus Christi — Engineering Attn: Construction Contract Admin. P.O. Box 9277 Corpus Christi, TX 78469-9277 B. Submit questions regarding insurance requirements to the Construction Contract Administrator by calling 361-826-3530. ARTICLE 3 — TEXAS WORKERS' COMPENSATION INSURANCE REQUIRED NOTICE 3.01 WORKERS' COMPENSATION INSURANCE COVERAGE A. Definitions: 1. Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, ora coverage agreement (TWCC- 81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the Project. 2. Duration of the Project - includes the time from the beginning of the Work on the Project until the Contractor's/person's Work on the Project has been completed and accepted by the governmental entity. 3. Persons providing services on the Project ("Subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the Project, regardless of whether that person contracted Insurance Requirements 00 72 01 - 8 Staples Street Pumping Station Improvements — Project No. E12004 Rev 06-22-2016 directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the Project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the Project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the Project, for the duration of the Project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the Contract. D. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the Project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: 1. A certificate of coverage, prior to that person beginning Work on the Project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the Project; and 2. No later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project. F. The Contractor shall retain all required certificates of coverage for the duration of the Project and for one year thereafter. G. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project. H. The Contractor shall post on each Project Site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the Project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the Project, for the duration of the Project; Insurance Requirements 00 72 01 - 9 Staples Street Pumping Station Improvements — Project No. E12004 Rev 06-22-2016 2. Provide to the Contractor, prior to that person beginning Work on the Project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the Project, for the duration of the Project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a. A certificate of coverage, prior to the other person beginning Work on the Project; and b. A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 5. Retain all required certificates of coverage on file for the duration of the Project and for one year thereafter; 6. Notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project; and 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this Contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the Project will be covered by workers' compensation coverage for the duration of the Project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the Contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. END OF SECTION Insurance Requirements 00 72 01-10 Staples Street Pumping Station Improvements — Project No. E12004 Rev 06-22-2016 00 72 02 WAGE RATE REQUIREMENTS ARTICLE 1— PREVAILING WAGE RATE REQUIREMENTS 1.01 PAYMENT OF PREVAILING WAGE RATES A. Contractor and any Subcontractors employed on this Project shall pay not less than the rates established by the Owner as required by Texas Government Code Chapter 2258. B. Contractor is required to pay Davis -Bacon Wage Rates. 1.02 RECORDS A. In accordance with Tex. Gov't Code §2258.024, the Contractor and its Subcontractors, if any, shall keep a record showing: 1. The name and occupation of each worker employed by the Contractor or Subcontractor in the construction of the Work; and 2. The actual per diem wages paid to each worker. B. The record shall be open at all reasonable hours to inspection by the officers and agents of the Owner. 1.03 LIABILITY; PENALTY; CRIMINAL OFFENSE A. Tex. Gov't Code §2258.003 — Liability: An officer, agent, or employee of the Owner is not liable in a civil action for any act or omission implementing or enforcing Chapter 2258 unless the action was made in bad faith. B. Tex. Gov't Code §2258.053(b) — Penalty: Any Contractor or Subcontractor who violates the requirements of Chapter 2258, shall pay to the Owner, on whose behalf the Contract is made, $60 for each worker employed or each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the Contract. C. Tex. Gov't Code §2258.058 — Criminal Offense: 1. An officer, agent, or representative of the Owner commits an offense if the person willfully violates or does not comply with a provision of Chapter 2258. 2. Any Contractor or Subcontractor, or an agent or representative of the Contractor or Subcontractor, commits an offense if the person violates Tex. Gov't Code §2258.024. 3. An offense is punishable by: a. A fine not to exceed $500; b. Confinement in jail for a term not to exceed 6 months; or c. Both a fine and confinement. Wage Rate Requirements Staples Street Pumping Station Improvements — Project No. E12004 007202-1 REV 06-12-2015 1.04 PREVAILING WAGE RATES A. The minimum rates for various labor classifications as established by the Owner are shown below: Wage Determination Construction Type Project Type (WD) No TX -31 Heavy Heavy Construction Projects (including Sewer and Water Line Construction and Drainage Projects) TX -40 Highway Highway Construction Projects (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). END OF SECTION Wage Rate Requirements Staples Street Pumping Station Improvements — Project No. E12004 007202-2 REV 06-12-2015 General Decision Number: TX160031 01/08/2016 TX31 Superseded General Decision Number: TX20150031 State: Texas Construction Type: Heavy Counties: Nueces and San Patricia Counties in Texas. HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line Construction and Drainage Projects) Note: Under Executive Order (ED) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis -Bacon Act for which the solicitation was issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the ED is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/08/2016 SUTX1987-001 12/01/1987 Rates CARPENTER (Excluding Form Setting) $ 9.05 Concrete Finisher $ 7.56 ELECTRICIAN $ 13.37 Laborers: Common $ 7.25 Utility $ 7.68 Power equipment operators: Backhoe $ 9.21 Motor Grader $ 8.72 Fringes 2.58 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)) . The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: http://www.wdoLgov/wdollscafiles/davisbacon/T'X31.dvb?v=0[1/14/2016 5:09:09 PM] 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 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 http://www.wdol.gov/wdollscafiles/davisbac©nl`TX31.dvb?x=0[1/14/2016 5:09:09 PM] 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 http://www.wdol.gov/wdollscafiles/davisbac©nl`TX31.dvb?v=0[1/14/2016 5:09:09 PM] General Decision Number: TX160040 01/08/2016 TX40 Superseded General Decision Number: TX20150040 State: Texas Construction Type: Highway Counties: Aransas, Calhoun, Goliad, Nueces and San Patricio Counties in Texas. HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis -Bacon Act for which the solicitation was issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the E0 is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/08/2016 SUTX2011-010 08/08/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures)...$ 12.64 FORM BUILDER/FORM SETTER Paving & Curb $ 10.69 Structures $ 13.61 LABORER Asphalt Raker $ 11.67 Flagger $ 8.81 Laborer, Common $ 10.25 Laborer, Utility $ 11.23 Pipelayer $ 11.17 Work Zone Barricade Servicer $ 11.51 PAINTER (Structures) $ 21.29 POWER EQUIPMENT OPERATOR: Asphalt Distributor $ 14.25 Asphalt Paving Machine $ 13.44 Mechanic $ 17.00 Motor Grader, Fine Grade$ 17.74 Motor Grader, Rough $ 16.85 TRUCK DRIVER Lowboy -Float $ 16.62 Single Axle $ 11.61 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). http://www.wdol.gov/wdollscafiles/davisbacon/TX40.dvb?v=O[1/14/2016 5:10:17 PM] 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 http://www.wdol.gov/wdollscafiles/davisbacon/TX40.dvb?v=l[1/14/2016 5:10:17 PM] * a Wage and Hour Division letter setting forth a position on a wage determination matter a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requester 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 http://www.wdol.gov/wdollscafiles/davisbacon/TX40.dvb?v=O[1/14/2016 5:10:17 PM] 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 Staples Street Pumping Station Improvements — Project No. E12004 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 Staples Street Pumping Station Improvements — Project No. E12004 007203-2 Rev 01-13-2016 00 73 00 SUPPLEMENTARY CONDITIONS These Supplementary Conditions amend or supplement SECTION 00 72 00 GENERAL CONDITIONS and other provisions of the Contract Documents. All provisions not amended or supplemented in these Supplementary Conditions remain in effect. The terms used in these Supplementary Conditions have the meanings stated in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings stated below. ARTICLE 1— DEFINITIONS AND TERMINOLOGY SC -1.01 DEFINED TERMS A. Delete the last sentence in Paragraph 1.01.A.26 and replace with the following: "Designers are Licensed Professional Engineers, Registered Architects, or Registered Landscape Architects qualified to practice their profession in the State of Texas." B. The members of the OPT as defined in Paragraph 1.01.A.41 consists of the following organizations: City of Corpus Christi, Texas Urban Engineering Bath Engineering ARTICLE 4 — COMMENCEMENT AND PROGRESS OF THE WORK SC -4.04 DELAYS IN CONTRACTOR'S PROGRESS A. The allocation for delays in the Contractor's progress for rain days as set forth in General Conditions Paragraph 4.04.D are to be determined as follows: 1. Include rain days in developing the schedule for construction. Schedule construction so that the Work will be completed within the Contract Times assuming that these rain days will occur. Incorporate residual impacts following rain days such as limited access to and within the Site, inability to work due to wet or muddy Site conditions, delays in delivery of equipment and materials, and other impacts related to rain days when developing the schedule for construction. Include all costs associated with these rain days and residual impacts in the Contract Price. 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. Records indicate the following average number of rain days for each month: Month Day Month Days January 3 July 3 February 3 August 4 March 2 September 7 April 3 October 4 Supplementary Conditions Staples Street Pumping Station Improvements — Project No. E12004 007300-1 11-25-2013 May 4 November 3 June 4 December 3 3. A total of 21 rain days have been set for this Project. An extension of time due to rain days will be considered only after 21 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. Geotechnical Investigation Staples Street Pumping Plant and Reservoir - This information is being furnished to provide a general indication of the type of insitu soil conditions at the project site. The report was completed in 1999 and conditions may have changed. SC -5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE A. Delete paragraph 5.06 entirely and insert the following: "5.06 Hazardous Environmental Conditions at Site 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 Staples Street Pumping Station Improvements — Project No. E12004 007300-2 11-25-2013 01 11 00 SUMMARY OF WORK 1.00 GENERAL 1.01 WORK INCLUDED A. Construct Work as described in the Contract Documents. 1. Provide the materials, equipment, and incidentals required to make the Project completely and fully useable. 2. Provide the labor, equipment, tools, and consumable supplies required for a complete Project. 3. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OAR. 1.02 DESCRIPTION OF WORK A. Work is described in general, non-inclusive terms as: 1. The project consists of the installation of three (3) 7.5 MGD horizontal split case pumps and motors, suction and discharge pipe, valves and fittings, variable speed drives, electrical feed to support the new pumps, HVAC to maintain humidity and temperature in the pumping Station electrical and control rooms, upgrade of the process monitoring and control instrumentation, demolition of existing analytical panels, demolition of existing 5 MGD pumps, motors, bases and suction/discharge pipes, installation of analytical instrument panels, control system integration and an upgrade of the SCADA system to Utility Department Standard Hardware/Software Platform. 1.03 WORK UNDER OTHER CONTRACTS A. The following items of work are not included in this Contract, but may impact construction scheduling and completion: 1. Alternative Capacity Power Generation (E12141). 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 Projector any specified Milestones. Summary of Work Staples Street Pumping Station Improvements — Project No. E12004 011100-1 Rev 01-13-2016 1.04 WORK BY OWNER (NOT USED) 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 Staples Street Pumping Station Improvements — Project No. E12004 011100-2 Rev 01-13-2016 01 23 10 ALTERNATES AND ALLOWANCES 1.00 GENERAL 1.01 REQUIREMENTS A. Alternates: 1. This Section describes each alternate by number and describes the basic changes to be incorporated into the Work when this alternate is made a part of the Work in the Agreement. 2. Drawings and Specifications will outline the extent of Work to be included in the alternate Contract Price. 3. Coordinate related Work and modify surrounding Work as required to properly integrate the Work under each alternate, and provide a complete and functional Project as required by the Contract Documents. 4. Bids for alternates may be accepted or rejected at the option of the Owner. 5. Owner may incorporate these alternates in the Contract when executed, or may issue a Change Order to incorporate these alternates within 120 days at the prices offered in the Bid, unless noted otherwise. A Request for a Change Proposal may be issued after 120 days or other designated time period to negotiate a new price for incorporating the Work into the Project. B. Allowances: 1. Include specified allowance amount in the Contract Price. 2. The amount of each allowance includes: a. The cost of the product to the Contractor less any applicable trade discounts. b. Delivery to the Site. c. Applicable taxes. 3. Include in the Contract Price all costs for: a. Handling at the Site, including unloading, uncrating, and storage per SECTION 01 3100 PROJECT MANAGEMENT AND COORDINATION. b. Cost for labor and equipment for installation and finishing. c. Cost for related products not specifically listed in the allowance required for installation, including consumable supplies and materials. d. All overhead, profit, and related costs. 4. Assist Owner in the selection of products. a. Identify qualified Suppliers. b. Obtain bids from qualified Suppliers. c. Present available alternates to the Owner through the OAR. Notify OAR of: 1) Any objections to a particular Supplier or product. Alternates and Allowances Staples Street Pumping Station Improvements — Project No. E12004 012310-1 11-25-2013 2) Effect on the Construction Schedule anticipated by the selection of each option. 3) Cost of each option. 5. Upon selection of the product: a. Purchase and install the product. b. Contractor's responsibilities for products shall be the same as for products selected by the Contractor. 6. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to adjust Contract Price if the net cost of the product is more or less than the specified amount. a. Adjust the unit cost applied to the quantities installed per the method of payment described in SECTION 0129 00 APPLICATION FOR PAYMENT PROCEDURES for products specified as Unit Price Work. b. Do not perform Work until selection of alternate has been approved by the Owner. c. Provide actual invoices for the materials. 1.02 DOCUMENT SUBMITTALS A. Provide documents for materials furnished as part of the alternate in accordance with SECTION 0133 00 DOCUMENT MANAGEMENT. 1.03 DESCRIPTION OF ALTERNATES (NOT USED) 1.04 DESCRIPTION OF ALLOWANCES A. Allowance A — Utility Allowance: 1. The sum of $20,000 to be used for the adjustment of unforseen water, wastewater, gas, storm and electric utilities. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances Staples Street Pumping Station Improvements — Project No. E12004 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 Staples Street Pumping Station Improvements — Project No. E12004 012900-1 03-11-2015 16. Temporary facilities for managing water, including facilities for pumping, storage, and treatment as required for construction and protection of the environment; 17. Temporary facilities for managing environment conditions and Constituents of Concern; 18. Temporary facilities such as sheeting, shoring, bracing, formwork, embankments, storage facilities, working areas, and other facilities required for construction of the Project; 19. Temporary and permanent facilities for protection of all overhead, surface, or underground structures or features; 20. Temporary and permanent facilities for removal, relocation, or replacement of any overhead, surface, or underground structures or features; 21. Products, materials, and equipment consumed during the construction of the Project; 22. Contractor labor and supervision to complete the Project, including that provided through Subcontractors or Suppliers; 23. Correcting Defective Work during the Contract Times, during the Correction Period, or as required to meet any warranty provision of the Contract Documents; 24. Risk associated with weather and environmental conditions, start-up, and initial operation of facilities including equipment, processes, and systems; 25. Contractor's safety programs, including management, administration, and training; 26. Maintenance of facilities, including equipment, processes, and systems until operation is transferred to Owner; 27. Providing warranties, extended or special warranties, or extended service agreements; 28. Cleanup and disposal of any and all surplus materials; and 29. Demobilization of all physical, temporary facilities not incorporated into the Project. B. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price. C. Provide written approval of the surety company providing Bonds for the Schedule of Values, Application for Payment form, and method of payment prior to submitting the first Application for Payment. Submit approval using the Consent of Surety Company to Payment Procedures form provided. Payment will not be made without this approval. D. OAR may withhold processing Applications for Payment if any of the following processes or documentation are not up to date: 1. Progress Schedule per SECTION 0133 04 CONSTRUCTION PROGRESS SCHEDULE. 2. Project photographs per SECTION 0133 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION. 3. Record Documents per SECTION 01 31 13 PROJECT COORDINATION. 4. Documentation required to comply with Owner's Minority / MBE / DBE Participation Policy. Application for Payment Procedures Staples Street Pumping Station Improvements — Project No. E12004 012900-2 03-11-2015 1.02 SCHEDULE OF VALUES A. Submit a detailed Schedule of Values for the Work at least 10 days prior to submitting the first Application for Payment. B. Submit the Schedule of Values in the form for Attachment A - Tabulation of Earned Value of Original Contract Performed. C. Do not submit an Application for Payment until the Schedule of Values has been approved by the OAR. D. Use each unit price line item in the Agreement as a unit price line item in the Schedule of Values. E. Divide lump sum line items, including Subcontractor and Supplier amounts in the Schedule of Values into smaller components to allow more accurate determination of the earned value for each item. 1. Provide adequate detail to allow a more accurate determination of the earned value expressed as a percentage of Work completed for each item. 2. Line items may not exceed $50,000.00, unless they are for products, materials, or equipment permanently incorporated into the Project that cannot be subdivided into units or subassemblies. 3. Lump sum items may be divided into an estimated number of units to determine earned value. a. The estimated number of units times the cost per unit must equal the lump sum amount for that line item. b. Contractor will receive payment for the lump sum for the line item, regardless of the number of units installed, unless an adjustment is made by Change Order. 4. Include Contractor's overhead and profit in each line item in proportion to the value of the line item to the Contract Price. 5. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price for each item. 6. These line items may be used to establish the value of Work to be added or deleted from the Project. 7. The sum of all values listed in the schedule must equal the total Contract Price. F. Subdivide each line item in the Schedule of Values into two payment components. The first component is the direct cost for products, materials, and equipment permanently incorporated into the Project. The second component is all other cost associated with the item in the Agreement. The sum of the two components must equal the value of the line item in the Schedule of Values. G. Where a percentage of the line value is allowed for a specified stage of completion, show the value for each stage of completion as a component of that line item cost. Application for Payment Procedures Staples Street Pumping Station Improvements — Project No. E12004 012900-3 03-11-2015 1.03 SCHEDULE OF ANTICIPATED PAYMENTS AND EARNED VALUE A. Submit a schedule of the anticipated Application for Payments showing the application numbers, submission dates, and the anticipated amount to be requested. Incorporate retainage into the development of this schedule of anticipated payments. B. Submit a tabulation of the anticipated Total Earned Value of Fees, Work, and Materials to create a graphic (curve) representation of the anticipated progress on the Project each month. Adjust this table and curve to incorporate Modifications. Use this curve to compare actual progress on the Project each month by comparing the anticipated cumulative Total Earned Value of Fees, Work, and Materials to the actual Total Earned Value of Fees, Work, and Materials each month. Use the comparison of values to determine performance on budget and schedule. C. Update the Schedule of Payments as necessary to provide a reasonably accurate indication of the funds required to make payments each month to the Contractor for Work performed. 1.04 BASIS FOR PAYMENTS A. Lump Sum Contracts: 1. Payment will be made for the earned value of Work completed during the payment period expressed as a percentage of Work completed for each line item during the payment period per the Contract Documents. 2. Payment amount is the value of Work completed per the Contract Documents multiplied by the percentage of Work completed. 3. Payment for lump sum items divided into an estimated number of units to determine earned value per Paragraph 1.02.E.3 will be made for the measured number of units. 4. Payment for stored materials and equipment will be made per Paragraph 1.05. B. Unit Price Contracts: 1. Payment will be made for the actual quantity of Work completed during the payment period and for materials and equipment stored during the payment period per the Contract Documents. a. Payment amount is the Work quantity measured per the Contract Documents multiplied by the unit prices for that line item in the Agreement. b. Payment for stored materials and equipment will be made per Paragraph 1.05. 2. Measure the Work described in the Agreement for payment. Payment will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. 1.05 PAYMENT FOR STORED MATERIALS AND EQUIPMENT. A. Store materials and equipment properly at the Site. Application for Payment Procedures Staples Street Pumping Station Improvements — Project No. E12004 012900-4 03-11-2015 1. Payment will be made for the invoice amount less the specified retainage. 2. Payment for materials and equipment show in the Application for Payment on Attachment A or Attachment B - Tabulation of Work on Approved Contract Modifications will be made for the invoice amount, up to the value show in the Schedule of Values for that line item. Costs for material and equipment in excess of the value shown in the Schedule of Values may not be added to other line items. 3. Payment will be made in full for the value shown in the line item for products and materials if invoices for materials and equipment are less than the amount shown in the line item and it can be demonstrated that no additional materials or equipment are required to complete Work described in that item. 4. Provide invoices at the time materials are included on Attachment D - Tabulation of Values for Materials and Equipment. Include invoice numbers on Attachment D so that a comparison can be made between invoices and amounts included on Attachment D. B. Provide a bill of sale, invoice, or other documentation warranting that Owner has received the materials and equipment free and clear of Liens. Provide documentation of payment for materials and equipment with the next Application for Payment. Adjust payment to the amount actually paid if this differs from the invoice amount. Remove items from the tabulation of materials and equipment if this documentation is not provided. Payment will not be made for material and equipment without documentation of payment. C. Contractors can be paid for non-perishable materials on hand stored at the site, provided that invoices are furnished to the City for verification of the material value; and provide documents, satisfactory to the City, that show that the material supplier has been paid for the materials delivered to the work site. D. Provide evidence that the materials and equipment are covered by appropriate property insurance or other arrangements to protect Owner's interest. E. The Work covered by progress payments becomes the property of the Owner at the time of payment. The Contractor's obligations with regard to proper care and maintenance, insurance, and other requirements are not changed by this transfer of ownership until accepted in accordance with the General Conditions. F. Payment for materials and equipment does not constitute acceptance of the product. 1.06 ALTERNATES AND ALLOWANCES A. Include amounts for specified Alternate Work in the Agreement in accordance with SECTION 01 23 10 ALTERNATES AND ALLOWANCES. B. Include amounts for specified Allowances for Work in the Agreement in accordance with SECTION 01 23 10 ALTERNATES AND ALLOWANCES. 1.07 RETAINAGE AND SET -OFFS A. Retainage will be withheld from each Application for Payment per the Agreement. Retainage will be released per the General Conditions. Application for Payment Procedures Staples Street Pumping Station Improvements — Project No. E12004 012900-5 03-11-2015 B. Reduce payments for set -offs per the General Conditions. Include Attachment C — Tabulation of Set -Offs in the Application for Payment. 1.08 PROCEDURES FOR SUBMITTING AN APPLICATION FOR PAYMENT A. Submit a draft Application for Payment to the OAR each month at least 20 days before the date established in the Agreement for Owner to make progress payments. Do not submit Applications for Payment more often than monthly. Review the draft Application for Payment with the OAR to determine concurrence with: 1. The earned value for each lump sum item including the value of properly stored and documented materials and equipment for each item in the original Contract. 2. The quantity of Work completed for each unit price item. 3. Set -offs included in the Application for Payment. 4. Values requested for materials and equipment consistent with invoices for materials and equipment. B. Submit Applications for Payment monthly through the OAR after agreement has been reached on the draft Application for Payment. 1. Number each application sequentially and include the dates for the application period. 2. Show the total amounts for earned value of original Contract performed, earned value for Work on approved Contract Amendments and Change Orders, retainage, and set- offs. Show total amounts that correspond to totals indicated on the attached tabulation for each. 3. Include Attachment A to show the earned value on each line item in the Schedule of Values for Work shown in the original Contract. 4. Include Attachment B to show the earned value on line item for approved Change Orders. Add items to Attachment B as Change Orders are approved. Change Orders must be approved before payment can be made on Change Order items. 5. Include Attachment C to document set -offs required per the Contract Documents. Show each set-off as it is applied. Show a corresponding line item to reduce the Set off amount if a payment held by a set-off is released for payment. 6. Include Attachment D to allow tracking of invoices used to support amounts requested as materials in Attachments A and B. Enter materials to show the amount of the invoice assigned to each item in Attachment A or B if an invoice includes materials used on several line items. 7. Complete the certification stating that all Work, including materials and equipment, covered by this Application for Payment have been completed or delivered and stored in accordance with the Contract Documents, that all amounts have been paid for Work, materials, and equipment for which previous payments have been made by the Owner, and that the current payment amount shown in this Application for Payment is now due. Application for Payment Procedures Staples Street Pumping Station Improvements — Project No. E12004 012900-6 03-11-2015 C. Submit attachments in Portable Document Format (PDF): 1. Generate attachments to the Application for Payment using the Excel spreadsheet provided. 2. Submit PDF documents with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. 1.09 RESPONSIBILITY OF OWNER'S AUTHORIZED REPRESENTATIVE A. OAR will review draft Application for Payment with Contractor to reach an agreement on the values that will be recommended for payment by the OAR. B. OAR will review Application for Payment submitted by Contractor to determine that the Application for Payment has been properly submitted and is in accordance with the agreed to draft Application for Payment. C. OAR is to either recommend payment of the Application for Payment to Owner or notify the Contractor of the OPT's reasons for not recommending payment. Contractor may make necessary corrections and resubmit the Application for Payment if it is not recommended within 10 days after receipt of the notice. OAR will review resubmitted Application for Payment and reject or recommend payment of the Application for Payment to Owner as appropriate. D. OAR's recommendation of the Application for Payment constitutes a representation by OPT that based on their experience and the information available: 1. The Work has progressed to the point indicated; 2. The quality of the Work is generally in accordance with the Contract Documents; and 3. Requirements prerequisite to payment have been met. E. This representation is subject to: 1. Further evaluation of the Work as a functioning whole; 2. The results of subsequent tests called for in the Contract Documents; or 3. Any other qualifications stated in the recommendation. F. OPT does not represent by recommending payment: 1. Inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work; or 2. Other matters or issues between the parties that might entitle Contractor to additional compensation or entitle Owner to withhold payment to Contractor may or may not exist. G. Neither OPT's review of Contractor's Work for the purposes of recommending payments nor OAR's recommendation of payment imposes responsibility on OPT: 1. To supervise, direct, or control the Work; Application for Payment Procedures Staples Street Pumping Station Improvements — Project No. E12004 012900-7 03-11-2015 2. For the means, methods, techniques, sequences, or procedures of construction, or safety precautions and programs; 3. For Contractor's failure to comply with Laws and Regulations applicable to Contractor's performance of the Work; 4. To make examinations to ascertain how or for what purposes Contractor has used the monies paid on account of the Contract Price; or 5. To determine that title to the Work, materials, or equipment has passed to Owner free and clear of Liens. 1.10 FINAL APPLICATION FOR PAYMENT A. Include adjustments to the Contract Price in the final Application for Payment for: 1. Approved Change Orders and Contract Amendments, 2. Allowances not previously adjusted by Change Order, 3. Deductions for Defective Work that has been accepted by the Owner, 4. Penalties and bonuses, 5. Deductions for liquidated damages, 6. Deduction for all final set -offs, and 7. Other adjustments if needed. B. OAR will prepare a final Change Order reflecting the approved adjustments to the Contract Price which have not been covered by previously approved Change Orders and if necessary reconcile estimate unit price quantities with actual quantities. C. Submit the final Application for Payment per the General Conditions, including the final Change Order. Provide the following with the Final Application for Payment: 1. Evidence of payment or release of liens on the forms provided and as required by the General Conditions. 2. Consent from Surety to Final Payment. 1.11 PAYMENT BY OWNER A. Owner is to pay the amount recommended for monthly payments within 30 days after receipt of the OAR's recommended Application for Payment. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Application for Payment Procedures Staples Street Pumping Station Improvements — Project No. E12004 012900-8 03-11-2015 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT 1.00 GENERAL 1.01 MEASUREMENT AND BASIS FOR PAYMENTS ON LUMP SUM ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents for lump sum payment items. Include all direct cost for the Work associated with that lump sum item and a proportionate amount for the indirect costs as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for each lump sum item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the lump sum price. B. Measurement for progress payments will be made on the basis of the earned value for each item shown as a percentage of the cost for the lump sum item as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES. Payment at Final Completion will be equal to the total lump sum amount for that item. 1.02 MEASUREMENT AND BASIS FOR PAYMENTS ON UNIT PRICE ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents in unit price payment items. Include all direct cost for the Work associated with that unit price item and a proportionate amount for the indirect costs as described in SECTION 0129 00 APPLICATION FOR PAYMENT PROCEDURES for each unit price item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the unit price. B. Measurement for payments will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. Measurement will be as indicated for each unit price item. 1.03 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE BID ITEMS A. Bid Item A-1 - Mobilization: 1. Include the fallowing costs in this Bid item: a. Bonds and insurance; b. Transportation and setup for equipment; c. Transportation and/or erection of all field offices, sheds, and storage facilities; d. Salaries for preparation of documents required before the first Application for Payment; e. Salaries for field personnel assigned to the Project related to the mobilization of the Project; f. Demobilization; and g. Mobilization may not exceed 5 percent of the total Contract Price. Measurement and Basis for Payment Staples Street Pumping Station Improvements — Project No. E12004 012901-1 Rev 01-13-2016 2. Measuring for payment is on a lump sum basis. Payment for mobilization will be based on the earned value of Work completed. B. Bid Item B-1 — 18 -inch, 20 -inch and 24 -inch Suction Valves and Piping: 1. Payment by Lump Sum 2. Suction Valves and Piping will be measured as a Lump Sum for each size and type installed in accordance with the Contract Documents. This item includes, but is not limited to the following work: a. Submit work plan to Engineer for review. b. Provide all equipment and labor necessary to install pipe, valves and fittings. c. Site preparation. d. Furnishing and installing any reducers, pipe anchors, pipe supports special fittings and required to complete the work that are not measured and paid for under another bid item. e. Cleaning up of the work area. f. Pressure testing and flushing of the completed line. All valves and taps required to test, and flush the main. Bacteriological testing of the water transmission main. Restoration of property and all disturbed areas not specified elsewhere in the Contract Documents. h. Providing water for construction. i. Any other work require to complete this item in accordance with these Contract Documents that are not measures and paid for under another bid item. g. C. Bid Item B-2 — 16 -inch and 20 -inch Discharge Valves and Piping: 1. Payment by Lump Sum 2. Discharge Valves and Piping will be measured by the Lump Sum for each size and type installed, regardless of the depth in accordance with the Contract Documents. This item includes but is not limited to the following work: a. Submit work plan to Engineer for review. b. Trench Excavation, including temporary placement of spoil adjacent to the trench or hauling to a temporary storage area, disposing of existing unsuitable soil (and pavement), etc. c. Furnishing, and installing pipe valves, fittings and any other items required to complete the water system improvements. d. Placing and compacting embedment under pipe conventional trench segments (including furnishing the select bedding material). e. Placing and compacting trench backfill. f. Grading and cleaning up of pipe trench and affected area. Final grade will match pre -construction condition as shown on the plans. Measurement and Basis for Payment Staples Street Pumping Station Improvements — Project No. E12004 012901-2 Rev 01-13-2016 g. Pressure testing and flushing of the completed line. All valves and taps required to test, and flush the main. h. Bacteriological testing of the water transmission main. Restoration of property and all disturbed areas not specified elsewhere in the Contract Documents. i. Demolition and removal of above ground and below ground improvements within permanent easement according to Local, State and Federal Regulations. Loading, hauling and unloading excess material removed from the trench excavation to an approved disposal site. J. k. Provide water for construction. I. Dewatering as defined in Section 0157 00 Temporary Control. m. Any other work required to complete this item in accordance with these Contract Documents that are not measured and paid for under another bid item. D. Bid Item B-3 — 7.5 MGD Pump, Base and Motor: 1. Payment by Each 2. This item shall be measured by the Each and shall include all materials, labor and equipment required to complete this part of the project per plans and specifications. E. Bid Item B-4 — 16 -inch Slant Check Valve: 1. Payment by Each 2. This item will be measured by Each individual installation in accordance with the Contract Documents. This item includes, but is not limited to, the following work: a. Furnishing and installing check valves on the 16" discharge water line required to complete the installation. b. Any other work required to complete this item in accordance with these Contract Documents that are not measured and paid for under another bid item. F. Bid Item B-5 — 20 -inch Panametric Flow Meter, and B-6 — 20 -inch Flow Meter S. S. Flow Tube: 1. Payment by Each 2. This item shall be measured by the Each and shall include all materials, labor and equipment required to complete this part of the project per plans and specifications. G. Bid Item B-7 — Electrical (250 HP VFD's, Breaker and Misc. Cond/Cable): 1. Payment by Lump Sum 2. This item shall be measured by the Lump Sum and shall include all materials, labor and equipment required to complete this part of the project per plans and specifications. H. Bid Item B-8 — HVAC: 1. Payment by Lump Sum 2. This item shall be measured by the Lump Sum and shall include all materials, labor and equipment required to complete this part of the project per plans and specifications. Measurement and Basis for Payment Staples Street Pumping Station Improvements — Project No. E12004 012901-3 Rev 01-13-2016 I. Bid Item B-9 — Demolition of 5 MGD Pumps, piping and other items: 1. Payment by Lump Sum 2. This item shall be measured by the Lump Sum and shall include but is not limited to the following. a. Removal and salvaging of pumps, pipes, valves, fittings, flow meters grating and ladders as shown on 4 of 40. b. Removal and disposal of existing concrete as shown on Sheet 4 of 40. c. Cutting of existing pipes and filling with grout as shown on Sheet 4 of 40. d. Any other work required to complete this item in accordance with these Contract Documents that are not measured and paid for under another bid item. J. Bid Item B-10— Instrumentation and Integration: 1. Payment by Lump Sum 2. This item shall be measured by the Lump Sum and shall include all materials, labor and equipment required to complete this part of the project per plans and specifications. K. Bid Item B-11—Tie-In to Existing 48 Inch Suction: 1. Payment by Each 2. This item will be measured by Each tie-in and includes to furnishing and installing all of the items required to tie into the existing lines, and shall include but is not limited to the following: a. Remove 24" blind flange from 48" suction pipe. b. Connection to 20" suction pipes. c. Any other work required to complete this item in accordance with these Contract Documents that are not measured and paid for under another bid item. L. Bid Item B-12 — Tie -In to Existing 42 Inch Discharge: 1. Payment by Each 2. This item will be measured by Each tie-in and includes to furnishing and installing all of the items required to tie into the existing lines, and shall include but is not limited to the following: a. Excavation and removal of existing 42" restrained plug and thrust block (42" discharge). b. Furnish and installing 42" x 20" Tee, 42" DIP pipe and thrust blocking. c. Connection to 20" discharge piping. d. Any other work required to complete this item in accordance with these Contract Documents that are not measured and paid for under another bid item. M. Bid Item B-13 — Air Release Valve Assembly: 1. Payment by Each Measurement and Basis for Payment Staples Street Pumping Station Improvements — Project No. E12004 012901-4 Rev 01-13-2016 2. This item will be measured by each individual installation. This item includes, but is not. limited to, the following work: a. Furnishing and installing taps, air release valves, miscellaneous piping, fittings, ball valves and pressure gauges. b. Any other work required to complete this item in accordance with these Contract Documents that are not measured and paid for under another bid item. N. Bid Item B-14— Miscellaneous Concrete (Pump Bases, Pipe Supports and Sidewalk): 1. Payment by Lump Sum 2. This item shall be measured by the Lump Sum and shall include all materials, labor and equipment required to complete this part of the project per plans and specifications. 0. Bid Item B-15 — Trench Safety: 1. Payment by Linear Foot 2. Trench Safety shall be measured by the Linear Foot for all trenches and shall include the cost to provide trench safety as set out in Technical Specification 02226 Trench Excavation and Backfill. 3. Any other work required to complete this item in accordance with these Contract Documents that are not measured and paid for under another bid item. P. Bid Item B-16 — Pre -construction Exploratory Excavation: 1. Payment by Lump Sum 2. This item shall be measured as a Lump Sum and shall include all costs to perform the pre -construction exploratory excavations as outlined in Section 01 31 00 of the Contract Documents. Q. Bid Item B-17 — Stormwater Pollution Prevention Plan: 1. Payment by Lump Sum 2. This item will be measured as a Lump Sum for installation, maintenance and removal of the items required to provide SWPPP as specified in the Contract Documents. 3. Any other work required to complete this item in accordance with these Contract Documents that are not measured and paid for under another bid item. R. Bid Item B-18 — Seeding for Grass Restoration: 1. Payment by Square Yard 2. Measurement for Seeding shall be per Square Yard and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Drawings, including but not limited to: a. Seed, fertilize, water and maintain through establishment of grass cover. b. Any other item required to complete the seeding in accordance with these Contract Documents that are not measured and paid for under another bid item. Measurement and Basis for Payment Staples Street Pumping Station Improvements — Project No. E12004 012901-5 Rev 01-13-2016 S. Bid Item B-19 — Concrete Pavement: 1. Payment by Square Foot 2. Concrete Pavement shall be measured by the Square Foot of finished pavement of the required thickness, in accordance with the Contract Documents. This item includes, but is not limited to, the following work: a. Grading and stabilizing the sub -grade with lime (as required). b. Constructing the formwork and placing reinforcing steel. c. Furnishing and placing the concrete pavement. d. Any other work required to complete this item in accordance with these Contract Documents that are not measured and paid for under another bid item. T. Bid Items not listed on the Proposal: 1. Items of work not listed on the Proposal necessary to complete the project as shown on the drawings and as specified are considered as subsidiary to the established bid items and there will be no separate payment. Their costs should be included in the appropriate bid item. Any item required on the plans and contract documents shall be paid under the appropriate bid which covers the item. 1.04 MEASUREMENT AND BASIS FOR PAYMENT FOR ALTERNATES AND ALLOWANCES A. Bid Item C1 - Utility Allowance: 1. Payment by Lump Sum 2. The Lump Sum bid item described as "Utility Allowance" has been set as noted and shall be included in the Total Base Bid for each Bidder. This allowance may be used at the OAR discretion should an unanticipated adjustment of a utility, unknown structure or similar situation warrant the use of the allowance funds. Should the use of funds from the "Utility Allowance" become necessary, the OAR will provide written authorization at a cost negotiated between the City and the Contractor. There is no guarantee that any of these funds will need to be used throughout the course of the work. The Contractor shall insert the figure noted in the Base Bid in his bid proposal. This item shall be used for unforeseen circumstances. Payment shall be negotiated for each circumstance. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment Staples Street Pumping Station Improvements — Project No. E12004 012901-6 Rev 01-13-2016 01 31 00 PROJECT MANAGEMENT AND COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish resources required to complete the Project with an acceptable standard of quality within the Contract Times. B. Construct Project in accordance with current safety practices. C. Manage Site to allow access to Site and control construction operations. D. Construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. E. Provide temporary controls for pollutions, management of water and management of excess earth as required in SECTION 0157 00 TEMPORARY CONTROLS. 1.02 QUALITY ASSURANCE A. Employ competent workmen, skilled in the occupation for which they are employed. Provide Work meeting quality requirements of the Contract Documents. B. Remove Defective Work from the Site immediately unless provisions have been made and approved by the OPT to allow repair of the product at the Site. Clearly mark Work as Defective until it is removed or allowable repairs have been completed. 1.03 DOCUMENT SUBMITTAL A. Provide documents in accordance with SECTION 0133 00 DOCUMENT MANAGEMENT. 1. Provide copies of Supplier's printed storage instructions prior to furnishing materials or products and installation instructions prior to beginning the installation. 2. Incorporate field notes, sketches, recordings, and computations made by the Contractor in Record Drawings. 1.04 PERMITS A. Obtain building permits for the Project from the local authorities having jurisdiction. Pay building permit fees and include this cost in the Contract Price. B. Obtain environmental permits required for construction at the Site. C. Provide required permits for transporting heavy or oversized loads. D. Provide other permits required to conduct any part of the Work. E. Arrange for inspections and certification by agencies having jurisdiction over the Work. F. Make arrangements with private utility companies and pay for fees associated with obtaining services, or for inspection fees. G. Retain copies of permits and licenses at the Site and observe and comply with all regulations and conditions of the permit or license. Project Management and Coordination Staples Street Pumping Station Improvements — Project No. E12004 013100-1 Rev 01-13-2016 1.05 SAFETY REQUIREMENTS A. Manage safety to protect the safety and welfare of persons at the Site. B. Provide safe access to move through the Site. Provide protective devices to warn and protect from hazards at the Site. C. Provide safe access for those performing tests and inspections. D. Comply with latest provisions of the Occupational Health and Safety Administration and other Laws and Regulation. E. Cooperate with accident investigations. Provide two copies of all reports, including insurance company reports, prepared concerning accidents, injury, or death related to the Project to the OAR as Record Data per SECTION 0133 03 RECORD DATA. 1.06 ACCESS TO THE SITE A. Maintain access to the facilities at all times. Do not obstruct roads, pedestrian walks, or access to the various buildings, structures, stairways, or entrances. Provide safe access for normal operations during construction. B. Provide adequate and safe access for inspections. Leave ladders, bridges, scaffolding, and protective equipment in place until inspections have been completed. Construct additional safe access if required for inspections. C. Use roadways for construction traffic only with written approval of the appropriate representatives of each entity. Roadways may not be approved for construction traffic. Obtain written approval to use roads to deliver heavy or oversized loads to the Site. Furnish copies of the written approvals to the Owner as Record Data per SECTION 0133 03 RECORD DATA. 1.07 CONTRACTOR'S USE OF SITE A. Limit the use of Site for Work and storage to those areas designated on the Drawings or approved by the OAR. Coordinate the use of the premises with the OAR. B. Provide security at the Site as necessary to protect against vandalism and loss by theft. C. Do not permit alcoholic beverages or illegal substances on the Site. Do not allow persons under the influence of alcoholic beverages or illegal substances to enter or remain on the Site at any time. Persons on Site under the influence of alcoholic beverages or illegal substances will be permanently prohibited from returning to the Site. Criminal or civil penalties may also apply. D. Park construction equipment in designated areas only and provide spill control measures as discussed in SECTION 01 57 00 TEMPORARY CONTROLS. E. Park employees' vehicles in designated areas only. F. Obtain written permission of the Owner before entering privately -owned land outside of the Owner's property, rights-of-way, or easements. G. Do not allow the use of audio devices, obnoxious, vulgar or abusive language, or sexual harassment in any form. These actions will cause immediate and permanent removal of the offender from the premises. Criminal or civil penalties may apply. Project Management and Coordination Staples Street Pumping Station Improvements — Project No. E12004 013100-2 Rev 01-13-2016 H. Require Workers to wear clothing that is inoffensive and meets safety requirements. Do not allow sleeveless shirts, shorts, exceedingly torn, ripped, or soiled clothing to be worn on the Project. I. Do not allow firearms or weapons of any sort to be brought on to the Site under any conditions. No exception is to be made for persons with concealed handgun permits. Remove any firearms or weapons and the person possessing these firearms or weapons immediately from the Site. 1.08 PROTECTION OF EXISTING STRUCTURES AND UTILITIES A. Examine the Site and review the available information concerning the Site. Locate utilities, streets, driveways, fences, drainage structures, sidewalks, curbs, and gutters. Verify the elevations of the structures adjacent to excavations. Report any discrepancies from information in the Contract Documents to the OAR before beginning construction. B. Determine if existing structures, poles, piping, or other utilities at excavations will require relocation or replacement. Prepare a Plan of Action per SECTION 0135 00 SPECIAL PROCEDURES. Coordinate Work with local utility company and others for the relocation or replacement. C. Protect buildings, utilities, street surfaces, driveways, sidewalks, curb and gutter, fences, wells, drainage structures, piping, valves, manholes, electrical conduits, and other systems or structures unless they are shown to be replaced or relocated on the Drawings. Restore damaged items to the satisfaction of the OPT and utility owner. D. Carefully support and protect all structures and/or utilities so that there will be no failure or settlement where excavation or demolition endangers adjacent structures and utilities. Do not take existing utilities out of service unless required by the Contract Documents or approved by the OAR. Notify and cooperate with the utility owner if it is necessary to move services, poles, guy wires, pipelines, or other obstructions. E. Protect existing trees and landscaping at the Site. 1. Identify trees that may be removed during construction with OPT. 2. Mark trees to be removed with paint. 3. Protect trees to remain from damage by wrapping trunks with 2 x 4 timbers around the perimeter, securely wired in place, where machinery must operate around existing trees. Protect branches and limbs from damage by equipment. 4. Protect root zone from compaction. 1.09 PRE -CONSTRUCTION EXPLORATORY EXCAVATIONS A. Excavate and expose existing pipelines that cross within 20 feet of Project pipelines prior to any Work. Survey the line to determine its exact vertical and horizontal location at each point the existing pipeline may potentially conflict with the Work. B. Excavate and expose existing parallel pipelines at 300 feet intervals (maximum) for existing pipelines which are within 10 feet of Project pipelines. Survey the line to determine its exact vertical and horizontal location at each point where the line is excavated and exposed. Project Management and Coordination Staples Street Pumping Station Improvements — Project No. E12004 013100-3 Rev 01-13-2016 C. Prepare a Plan of Action per SECTION 0135 00 SPECIAL PROCEDURES indicating the owner of pipelines excavated and surveyed and all pertinent survey data, including the station where lines cross or conflicts may exist and the distance to the pavement centerline and elevations of the top of existing pipelines. D. Do not perform Work on the Project until all exploratory excavations have been completed and the Plan of Action has been approved by the Designer. E. Include the cost for these pre -construction exploratory excavations in the lump sum price in the Bid Form for Exploratory Excavation. 1.10 DISRUPTION TO SERVICES / CONTINUED OPERATIONS A. Existing facilities are to continue in service as usual during the construction unless noted otherwise. Owner or utilities must be able to operate and maintain the facilities. Keep disruptions to existing utilities, piping, process piping, or electrical services to a minimum. 1. Do not restrict access to critical valves or operators. 2. Limit operations to the minimum amount of space needed to complete the specified Work. 3. Maintain storm sewers and sanitary sewers in service at all times. Provide temporary service around the construction or otherwise construct the structure in a manner that. the flow is not restricted. B. Provide a Plan of Action in accordance with SECTION 0135 00 SPECIAL PROCEDURES if facilities must be taken out of operation. 1.11 FIELD MEASUREMENTS A. Perform complete field measurements prior to purchasing products or beginning construction for products required to fit existing conditions. B. Verify property lines, control lines, grades, and levels indicated on the Drawings. C. Check Shop Drawings and indicate the actual dimensions available where products are to be installed. D. Include field measurements in Record Drawings as required in SECTION 0131 13 PROJECT COORDINATION. 1.12 REFERENCE DATA AND CONTROL POINTS A. The OPT will provide the following control points: 1. Base line or grid reference points for horizontal control. 2. Benchmarks for vertical control. B. Locate and protect control points prior to starting the Work and preserve permanent reference points during construction. Designated control points may be on an existing structure or monument. Do not change or relocate points without prior approval of the OAR. Notify OAR when the reference point is lost, destroyed, or requires relocation. Replace Project control points on the basis of the original survey. Project Management and Coordination Staples Street Pumping Station Improvements — Project No. E12004 013100-4 Rev 01-13-2016 C. Provide complete engineering layout of the Work needed for construction. 1. Provide competent personnel. Provide equipment including accurate surveying instruments, stakes, platforms, tools, and materials. 2. Provide surveying with accuracy meeting the requirements established for Category 5 Construction Surveying as established in the Manual of Practice of Land Surveying in Texas published by the Texas Society of Professional Surveyors, latest revision. 3. Record Data and measurements per standards. 1.13 DELIVERY AND STORAGE A. Deliver products and materials to the Site in time to prevent delays in construction. B. Deliver packaged products to Site in original undamaged containers with identifying labels attached. Open cartons as necessary to check for damage and to verify invoices. Reseal cartons and store properly until used. Leave products in packages or other containers until installed. C. Assume full responsibility for the protection and safekeeping of products stored at the Site. D. Store products at locations acceptable to the OAR and to allow Owner access to maintain and operate existing facilities. E. Store products in accordance with the Supplier's storage instructions immediately upon delivery. Leave seals and labels intact. F. Provide additional storage areas as needed for construction. Store products subject to damage by elements in substantial weather -tight enclosures or storage sheds. Provide and maintain storage sheds as required for the protection of products. Provide temperature, humidity control, and ventilation within the ranges stated in the Supplier's instructions. Remove storage facilities at the completion of the Project. G. Protect the pipe interior. Keep all foreign materials such as dirt, debris, animals, or other objects out of the pipe during the Work. Cap or plug ends of installed pipe in an approved manner when pipe is not being installed. Clean or wash out pipe sections that become contaminated before continuing with installation. Take precautions to prevent the pipe from floating or moving out of the proper position during or after laying operations. Immediately correct any pipe that moves from its correct position. H. Provide adequate exterior storage for products that may be stored out-of-doors. 1. Provide substantial platforms, blocking, or skids to support materials and products above ground which has been sloped to provide drainage. Protect products from soiling or staining. 2. Cover products subject to discoloration or deterioration from exposure to the elements, with impervious sheet materials. Provide ventilation to prevent condensation below covering. 3. Store loose, granular materials on clean, solid surfaces, or on rigid sheet materials, to prevent mixing with foreign matter. 4. Provide surface drainage to prevent erosion and ponding of water. Project Management and Coordination Staples Street Pumping Station Improvements — Project No. E12004 013100-5 Rev 01-13-2016 5. Prevent mixing of refuse or chemically injurious materials or liquids with stored materials. 6. Pipes and conduits stored outdoors are to have open ends sealed to prevent the entrance of dirt, moisture, and other injurious materials. Protect PVC pipe from ultraviolet light exposure. 7. Store light weight products to prevent wind damage. I. Maintain storage facilities. Inspect stored products on a weekly basis and after periods of severe weather to verify that: 1. Storage facilities continue to meet specified requirements; 2. Supplier's required environmental conditions are continually maintained; and 3. Products that can be damaged by exposure to the elements are not adversely affected. J. Replace any stored item damaged by inadequate protection or environmental controls. K. Payment may be withheld for any products not properly stored. 1.14 CLEANING DURING CONSTRUCTION A. Provide positive methods to minimize raising dust from construction operations and provide positive means to prevent air -borne dust from disbursing into the atmosphere. Control dust and dirt from demolition, cutting, and patching operations. B. Clean the Project as Work progresses and dispose of waste materials, keeping the Site free from accumulations of waste or rubbish. Provide containers on Site for waste collection. Do not allow waste materials or debris to blow around or off of the Site. Control dust from waste materials. Transport waste materials with as few handlings as possible. C. Comply with Laws and Regulations. Do not burn or bury waste materials. Remove waste materials, rubbish and debris from the Site and legally dispose of these at public or private disposal facilities. D. Provide a final cleaning to thoroughly clean the entire Site and make ready for acceptance. 1. Remove construction debris, boxes, and trash from the Site. 2. Remove construction storage sheds and field offices. 3. Restore grade to match surrounding condition and remove excess dirt. 4. Sweep all drives and parking lots clean of dirt and debris. Use water trucks or hose down paved site to like new appearance. 1.15 MAINTENANCE OF ROADS, DRIVEWAYS, AND ACCESS A. Maintain roads and streets in a manner that is suitable for safe operations of public vehicles during all phases of construction unless the Owner approves a street closing. Do not close public roads overnight. Project Management and Coordination Staples Street Pumping Station Improvements — Project No. E12004 013100-6 Rev 01-13-2016 B. Submit a Notification by Contractor for Owner's approval of a street closing. The request shall state: 1. The reason for closing the street. 2. How long the street will remain closed. 3. Procedures to be taken to maintain the flow of traffic. C. Construct temporary detours, including by-pass roads around construction, with adequately clear width to maintain the free flow of traffic at all times. Maintain barricades, signs, and safety features around the detour and excavations. Maintain barricades, signs, and safety features around the Work in accordance with all provisions of the latest edition of the Manual on Uniform Traffic Control Devices (MUTCD). D. Assume responsibility for any damage resulting from construction along roads or drives. 1.16 AREA ACCESS AND TRAFFIC CONTROL A. Provide traffic control measures to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. Provide all-weather access to all residents and businesses at all times during construction. Provide temporary driveways and/or roads of approved material during wet weather. Maintain a stockpile of suitable material on the Site to meet the demands of inclement weather. B. Schedule operations to minimize adverse impact on the accessibility of adjoining properties. Sequence construction to build driveways in half widths, construct temporary ramps, or any other measure required to maintain access to adjoining properties. C. Comply with the Owner's Uniform Barricading Standards and Practices. Copies of this document are available through the Owner's Traffic Engineering Department. Secure required permits from the Owner's Traffic Engineering Department. 1.17 OVERHEAD ELECTRICAL WIRES A. Comply with OSHA safety requirements regarding construction equipment working beneath overhead electrical wires. Prevent and pay for repairs for damage to existing overhead electrical wires or facilities. B. Provide for adequate safety with regard to overhead lines whether overhead lines are or are not shown in the Contract Documents. 1.18 BLASTING A. Blasting is not allowed for any purpose. 1.19 ARCHAEOLOGICAL REQUIREMENTS A. Cease operations immediately and contact the Owner for instructions if historical or archaeological artifacts are found during construction. B. Conduct all construction activities to avoid adverse impact on the Sites where significant historical or archaeological artifacts are found or identified as an area where other artifacts could be found. Project Management and Coordination Staples Street Pumping Station Improvements — Project No. E12004 013100-7 Rev 01-13-2016 1. Obtain details for Working in these areas. 2. Maintain confidentiality regarding the Site. 3. Adhere to the requirements of the Texas Historical Commission. 4. Notify the OAR and the Texas Historical Commission. C. Do not disturb archaeological sites. 1. Obtain the services of a qualified archaeological specialist to instruct construction personnel on how to identify and protect archaeological finds on an emergency basis. 2. Coordinate activities to permit archaeological work to take place within the area. a. Attempt to archaeologically clear areas needed for construction as soon as possible. b. Provide a determination of priority for such areas. D. Assume responsibility for any unauthorized destruction that might result to such Sites by construction personnel, and pay all penalties assessed by the State or Federal agencies for non-compliance with these requirements. E. Contract Times will be modified to compensate for delays caused by such archaeological finds. No additional compensation will be paid for delays. 1.20 ENDANGERED SPECIES RESOURCES A. Do not perform any activity that is likely to jeopardize the continued existence of a threatened or endangered species as listed or proposed for listing under the Federal Endangered Species Act (ESA), and/or the State of Texas Parks and Wildlife Code on Endangered Species, or to destroy or adversely modify the habitat of such species. B. Cease Work immediately in the area of the encounter and notify the OAR if a threatened or endangered species is encountered during construction. OPT will implement actions in accordance with the ESA and applicable State statutes. Resume construction in the area of the encounter when authorized to do so by the OAR. 1.21 COOPERATION WITH PUBLIC AGENCIES A. Cooperate with all public and private agencies with facilities operating within the limits of the Project. B. Provide a 48-hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using Texas 811 at 811 and the Lone Star Notification Company at 1-800-669-8344. Project Management and Coordination Staples Street Pumping Station Improvements — Project No. E12004 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 J. Douglas McMullan, P. E. Project Engineer (Urban Engineering) 361-854-3101 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 Staples Street Pumping Station Improvements — Project No. E12004 013100-9 Rev 01-13-2016 01 31 13 PROJECT COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Administer Contract requirements to construct the Project. Provide documentation per the requirements of this Section. Provide information as requested by the OPT. 1.02 DOCUMENT SUBMITTAL A. Provide documents in accordance with SECTION 0133 00 DOCUMENT MANAGEMENT. B. Use the forms provided for Contract administration, applications for payment, document submittals, documentation of test results, equipment installation and documentation, and Project closeout. A digital copy of the required forms will be provided to the Contractor before or at the pre -construction conference. 1.03 COMMUNICATION DURING THE PROJECT A. The OAR is to be the first point of contact for all parties on matters concerning this Project. B. The Designer will coordinate correspondence concerning: 1. Documents, including Applications for Payment. 2. Clarification and interpretation of the Contract Documents. 3. Contract Modifications. 4. Observation of Work and testing. 5. Claims. C. The OAR will normally communicate only with the Contractor. Any required communication with Subcontractors or Suppliers will only be with the direct involvement of the Contractor. D. Direct written communications to the OAR at the address indicated at the pre -construction conference. Include the following with communications as a minimum: 1. Name of the Owner. 2. Project name. 3. Contract title. 4. Project number. 5. Date. 6. A reference statement. E. Submit communications on the forms referenced in this Section or in SECTION 0133 00 DOCUMENT MANAGEMENT. Project Coordination Staples Street Pumping Station Improvements — Project No. E12004 013113-1 11-25-2013 1.04 PROJECT MEETINGS A. Pre -Construction Conference: 1. Attend a pre -construction conference. 2. The location of the conference will be determined by the OAR. 3. The time of the meeting will be determined by the OAR but will be after the Notice of Award is issued and not later than 15 days after the Notice to Proceed is issued. 4. The OPT, Contractor's project manager and superintendent, representatives of utility companies, and representatives from major Subcontractors and Suppliers may attend the conference. 5. Provide and be prepared to discuss: a. Preliminary construction schedule per SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. b. Schedule of Values and anticipated Schedule of Payments per SECTION 0129 00 APPLICATION FOR PAYMENT PROCEDURES. c. List of Subcontractors and Suppliers. d. Contractor's organizational chart as it relates to this Project. e. Letter indicating the agents of authority for the Contractor and the limit of that authority with respect to the execution of legal documents, Contract Modifications, and payment requests. B. Progress Meetings: 1. Attend meetings with the OAR and Owner. a. Meet on a monthly basis or as requested by the OAR to discuss the Project. b. Meet at the Site or other location as designated by the OAR. c. Contractor's superintendent and other key personnel are to attend the meeting. Other individuals may be requested to attend to discuss specific matters. d. Notify the OAR of any specific items to be discussed a minimum of 1 week prior to the meeting. 2. Provide information as requested by the OAR or Owner concerning this Project. Prepare to discuss: a. Status of overall Project schedule. b. Contractor's detailed schedule for the next month. c. Anticipated delivery dates for equipment. d. Coordination with the Owner. e. Status of documents. f. Information or clarification of the Contract Documents. g. Claims and proposed Modifications to the Contract. Project Coordination Staples Street Pumping Station Improvements — Project No. E12004 013113-2 11-25-2013 h. Field observations, problems, or conflicts. i. Maintenance of quality standards. 3. OAR will prepare minutes of meetings. Review the minutes of the meeting and notify the OAR of any discrepancies within 10 days of the date of the meeting memorandum. The minutes will not be corrected after the 10 days have expired. Corrections will be reflected in the minutes of the following meeting or as an attachment to the minutes. C. Pre- Submittal and Pre -Installation Meetings: 1. Conduct pre -submittal and pre -installation meetings as required in the individual technical Specifications or as determined necessary by the OAR (for example, instrumentation, roofing, concrete mix design, etc.). 2. Set the time and location of the meetings when ready to proceed with the associated Work. Submit a Notification by Contractor in accordance with Paragraph 1.07 for the meeting 2 weeks before the meeting. OPT must approve of the proposed time and location. 3. Attend the meeting and require the participation of appropriate Subcontractors and Suppliers in the meeting. 4. Prepare minutes of the meeting and submit to the OPT for review. OPT will review the minutes of the meeting and notify the Contractor of any discrepancies within 10 days of the date of the meeting memorandum. The minutes will not be corrected after the 10 days have expired. Corrections will be reflected in a revised set of meeting minutes. 1.05 REQUESTS FOR INFORMATION A. Submit Request for Information (RFI) to the Designer to obtain additional information or clarification of the Contract Documents. 1. Submit a separate RFI for each item on the form provided. 2. Attach adequate information to permit a written response without further clarification. Designer will return requests that do not have adequate information to the Contractor for additional information. Contractor is responsible for all delays resulting from multiple document submittals due to inadequate information. 3. A response will be made when adequate information is provided. Response will be made on the RFI form or in attached information. B. Response to an RFI is given to provide additional information, interpretation, or clarification of the requirements of the Contract Documents, and does not modify the Contract Documents. C. Designer will initiate a Request for a Change Proposal (RCP) per SECTION 0131 14 CHANGE MANAGEMENT if the RFI indicates that a Contract Modification is required. D. Use the Project Issues Log to document decisions made at meetings and actions to be taken in accordance with Paragraph 1.06. E. Use the Action Item Log to document assignments for actions to be taken in accordance with Paragraph 1.06. Project Coordination Staples Street Pumping Station Improvements — Project No. E12004 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 Staples Street Pumping Station Improvements — Project No. E12004 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 Staples Street Pumping Station Improvements — Project No. E12004 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 Staples Street Pumping Station Improvements — Project No. E12004 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 riot 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) Mari 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 Staples Street Pumping Station Improvements — Project No. E12004 013114-1 11-25-2013 provided through Subcontractors and Suppliers. Provide the level of detail outline in the paragraph above for self -performed Work. e. Submit Change Proposals that comply with Article 13 of the General Conditions for Cost of Work. f. Provide a revised schedule. Show the effect of the change on the Project Schedule and the Contract Times. B. Submit a Change Proposal to the Designer to request a Field Order. C. A Change Proposal is required for all substitutions or deviations from the Contract Documents. D. Request changes to products in accordance with SECTION 0133 02 SHOP DRAWINGS. 1.03 DESIGNER WILL EVALUATE THE REQUEST FOR A MODIFICATION. A. Designer will issue a Modification per the General Conditions if the Change Proposal is acceptable to the Owner. Designer will issue a Change Order or Contract Amendment for any changes in Contract Price or Contract. Times. 1. Change Orders and Contract Amendments will be sent to the Contractor for execution with a copy to the Owner recommending approval. A Work Change Directive may be issued if Work needs to progress before the Change Order or Contract Amendment can be authorized by the Owner. 2. Work Change Directives, Change Orders, and Contract Amendments can only be approved by the Owner. a. Work performed on the Change Proposal prior to receiving a Work Change Directive or approval of the Change Order or Contract Amendment is performed at the Contractor's risk. b. No payment will be made for Work on Change Orders or Contract Amendments until approved by the Owner. B. The Contractor may be informed that the Request for a Change Proposal is not approved and construction is to proceed in accordance with the Contract Documents. 1.04 EQUAL NON SPECIFIED PRODUCTS A. The products of the listed Suppliers are to be furnished where Specifications list several manufacturers but do not specifically list "or equal" or "or approved equal" products. Use of any products other than those specifically listed is a substitution. Follow the procedures in Paragraph 1.05 for a substitution. B. Contractor may submit other manufacturers' products that are in full compliance with the Specification where Specifications list one or more manufacturers followed by the phase "or equal" or "or approved equal." 1. Submit a Shop Drawing as required by SECTION 01 33 02 SHOP DRAWINGS to document that the proposed product is equal or superior to the specified product. 2. Prove that the product is equal. It is not the OPT's responsibility to prove the product is not equal. Change Management Staples Street Pumping Station Improvements — Project No. E12004 013114-2 11-25-2013 a. Indicate on a point by point basis for each specified feature that the product is equal to the Contract Document requirements. b. Make a direct comparison with the specified manufacturer's published data sheets and available information. Provide this printed material with the Shop Drawing. c. The decision of the Designer regarding the acceptability of the proposed product is final. 3. Provide a typewritten certification that, in furnishing the proposed product as an equal, the Contractor: a. Has thoroughly examined the proposed product and has determined that it is equal or superior in all respects to the product specified. b. Has determined that the product will perform in the same manner and result in the same process as the specified product. c. Will provide the same warranties and/or bonds as for the product specified. d. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the product into the construction and will waive all claims for additional Work which may be necessary to incorporate the product into the Project which may subsequently become apparent. e. Will maintain the same time schedule as for the specified product. 4. A Change Proposal is not required for any product that is in full compliance with the Contract Documents. If the product is not in full compliance, it may be offered as a Substitution. 1.05 SUBSTITUTIONS A. Substitutions are defined as any product that the Contractor proposes to provide for the Project in lieu of the specified product. Submit a Change Proposal per Paragraph 1.02 along with a Shop Drawing as required by SECTION 0133 02 SHOP DRAWINGS to request approval of a substitution. B. Prove that the product is acceptable as a substitute. It is not the Designer's responsibility to prove the product is not acceptable as a substitute. 1. Indicate on a point by point basis for each specified feature that the product is acceptable to meet the intent of the Contract Documents requirements. 2. Make a direct comparison with the specified Suppliers published data sheets and available information. Provide this printed material with the documents submitted. 3. The decision of the Designer regarding the acceptability of the proposed substitute product is final. C. Provide a written certification that, in making the substitution request, the Contractor: 1. Has determined that the substituted product will perform in substantially the same manner and result in the same ability to meet the specified performance as the specified product. Change Management Staples Street Pumping Station Improvements — Project No. E12004 013114-3 11-25-2013 2. Will provide the same warranties and/or bonds for the substituted product as specified or as would be provided by the manufacturer of the specified product. 3. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the substituted product into the Project and will waive all claims for additional Work which may be necessary to incorporate the substituted product into the Project which may subsequently become apparent. 4. Will maintain the same time schedule as for the specified product. D. Pay for review of substitutions in accordance with SECTION 0133 02 SHOP DRAWINGS. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Change Management Staples Street Pumping Station Improvements — Project No. E12004 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 Staples Street Pumping Station Improvements — Project No. E12004 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 Staples Street Pumping Station Improvements — Project No. E12004 013300-2 11-25-2013 Prefix Description Originator SCH Schedule of Progress Contractor 2. Issue sequence numbers in chronological order for each type of document. 3. ssue numbers for resubmittals that have the same number as the original document followed by an alphabetical suffix indicating the number of times the same document has been sent to the Designer for processing. For example: SD 025 A represents Shop Drawing number 25 and the letter "A" designates that this is the second time this document has been sent for review. 4. Clearly note the document number on each page or sheet of the document. 5. Correct assignment of numbers is essential since different document types are processed in different ways. B. Include reference the Drawing number and/or Specification Section, detail designation, schedule, or location that corresponds with the data on the document transmittal forms. Other identification may also be required, such as layout drawings or schedules to allow the reviewer to determine where a particular product is to be used. 1.06 DOCUMENT REQUIREMENTS A. Furnish documents as indicated below or in individual Specification Sections. Submit documents per the procedures described in the Contract Documents. B. Submit documents per the Specification Section shown in the following table: Document Type Specification Section Application for Payment 01 29 00 Change Proposal 01 31 14 Certified Test Report 01 33 02 for approval of product 0140 00 to demonstrate compliance Notification by Contractor 01 31 13 Photographic Documentation 0133 05 Progress Schedules 0133 04 Record Data 0133 03 Request for Information 0131 13 Shop Drawing 01 33 02 Schedule of Values 01 29 00 Substitutions 0131 14 Suppliers and Subcontractors 0131 13 and 0133 03 Document Management Staples Street Pumping Station Improvements — Project No. E12004 013300-3 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Document Management Staples Street Pumping Station Improvements — Project No. E12004 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 01 35 00 Plan of Action 11110 Horizontal Split Case Centrifugal Pumps 11440 Ultrasonic Flow Measuring Equipment 15060 Ductile iron Pipe and Fitting 15090 Pipe Hanger and Supports 15100 Miscellaneous Valves and Gauges 15101 Check Valves (Slant Disk) 15103 Butterfly Valves (Water Service) 15107 Air Release Valves 15731 Package Outdoor Air Handling Units 15820 Duct Accessories 15855 Diffusers Registers and Grilles 15890 Ductwork 16150 Adjustable Frequency Drives 16170 Ground And Bonding 16402 Electrical Wiring Systems 16490 Safety Disconnect Switches 16536 Cable Trays for Electrical Systems 271323 Communication Optical Fiber Backbone Cabling 409001 Instrumentation N/A Flow Meter S.S. Flow Tube Submittal Register Staples Street Pumping Station Improvements - Project No. E12004 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 N/A Flow Meter S.S. Flow Tube 01.35 00 Plan of Action 11110 Horizontal Split. Case Centrifugal Pumps 11440 Ultrasonic Flow Measuring Equipment 15060 Ductile Iron Pipe and Fitting 15090 Pipe Hanger and Supports 15100 Miscellaneous Valves and Gauges Shop Drawings Staples Street Pumping Station Improvements — Project No. E12004 013302-1 11-25-2013 Specification Section Shop Drawing Description 15101 Check Valves (Slant Disk) 15103 Butterfly Valves (Water Service) 15107 Air Release Valves 15731 Package Outdoor Air Handling Units 15820 Duct Accessories 15855 Diffusers Registers and Grilles 15890 Ductwork 16150 Adjustable Frequency Drives 16170 Ground And Bonding 16402 Electrical Wiring Systems 16490 Safety Disconnect Switches 16536 Cable Trays for Electrical Systems 271323 Communication Optical Fiber Backbone Cabling 409001 Instrumentation B. Include Shop Drawings in the Schedule of Documents required by SECTION 6133 00 DOCUMENT MANAGEMENT to indicate the Shop Drawings to be submitted, the dates on which documents are to be sent to the Designer for review and proposed dates that the product will be incorporated into the Project. C. Incorporate the dates for processing Shop Drawings into the Progress Schedule required by SECTION 0133 04 CONSTRUCTION PROGRESS SCHEDULE. 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; Shop Drawings Staples Street Pumping Station Improvements — Project No. E12004 013302-2 11-25-2013 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information with respect to Shop Drawings and Samples; 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and 4. Determine and verify information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. E. Determine and verify: 1. Accurate field measurements, quantities, and dimensions are shown on the Shop Drawing; 2. Location of existing structures, utilities, and equipment related to the Shop Drawing have been shown and conflicts between the products existing structures, utilities, and equipment have been identified; 3. Conflicts that impact the installation of the products have been brought to the attention of the OPT through the Designer; 4. Shop Drawing are complete for their intended purpose; and 5. Conflicts between the Shop Drawing related to the various Subcontractors and Suppliers have been resolved. F. Review Shop Drawings prior to submitting to the Designer. Certify that all Shop Drawings have been reviewed by the Contractor and are in strict conformance with the Contract Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Shop Drawings except for deviations specifically brought to the Designer's attention on an attached Shop Drawing Deviation Request form in accordance with Paragraph 1.10. G. Fabrication or installation of any products prior to the approval of Shop Drawings is done at the Contractor's risk. Defective products may be rejected at the Owner's option. H. Payment will not be made for products for which Shop Drawings or Samples are required until these are approved by the Designer. 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. Shop Drawings Staples Street Pumping Station Improvements — Project No. E12004 013302-3 11-25-2013 B. Include a complete description of the product to be furnished, including: 1. Type, dimensions, size, arrangement, and operational characteristics of the product; 2. Weights, gauges, materials of construction, external connections, anchors, and supports required; 3. All applicable standards such as ASTM or Federal specification numbers; 4. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 5. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 6. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document submittal that the measurements represent actual dimensions obtained at the Site. C. Submit Shop Drawings that require coordination with other Shop Drawings at the same time. Shop Drawings requiring coordination with other Shop Drawings will be rejected until a complete package is submitted. 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required certifications with the Shop Drawings as specified in the individual Specification Sections: 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product when installed will meet the requirements and is part of the Shop Drawing. Field tests may be performed by the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Shop Drawing. 2. Certification of Local Field Service (CLS): A certified letter stating that field service is available from a factory or supplier approved service organization located within a 300 mile radius of the Site. List names, addresses, and telephone numbers of approved service organizations on or attach it to the certificate. 3. Certification of Adequacy of Design (CAD): A certified letter from the manufacturer of the equipment stating that they have designed the equipment to be structurally stable 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 Shop Drawings Staples Street Pumping Station Improvements — Project No. E12004 013302-4 11-25-2013 the warranty certificate in the name of the Owner. Provide a Warranty Bond for Extended Warranties if required by Specification Sections. C. Provide a copy of all warranties in a separate document in accordance with SECTION 0170 00 EXECUTION AND CLOSEOUT REQUIREMENTS. 1.07 SHOP DRAWING SUBMITTAL PROCEDURES A. Submit Shop Drawings through the Designer. Send all documents in digital format for processing. 1. Provide all information requested in the Shop Drawing submittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. The Shop Drawing submittal form is to be the first document in the file submitted. 2. Submit all documents in Portable Document Format (PDF). a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the Shop Drawing. Submit Samples and color charts per Paragraph 1.08.A. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. 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. Shop Drawings Staples Street Pumping Station Improvements — Project No. E12004 013302-5 11-25-2013 a. Use terms and symbols in Shop Drawings consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Shop Drawings. c. Provide a legend for symbols used on Shop Drawings. 6. Mark Shop Drawings to reference: a. Related Specification Sections, b. Drawing number and detail designation, c. Product designation or name, d. Schedule references, e. System into which the product is incorporated, and f. Location where the product is incorporated into the Project. B. Use the following conventions to markup Shop Drawings for review: 1. Make comments and corrections in the color blue. Add explanatory comments to the markup. 2. Highlight items in black that are not being furnished when the Supplier's standard drawings or information sheets are provided so that only the products to be provided are in their original color. 3. Make comments in the color yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. 4. Make comments in the color orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Include explanatory comments in the Shop Drawing Deviation Request form. 5. Mark dimensions with the prefix FD to indicate field verified dimensions on the Shop Drawings. C. Submit a Change Proposal per SECTION 0131 14 CHANGE MANAGEMENT to request modifications to the Contract Documents, including those for approval of "or equal" products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. D. Designate a Shop Drawing as requiring priority treatment in the comment section of the Shop Drawing submittal form to place the review of the Shop Drawing ahead of other Shop Drawings previously delivered. Shop Drawings are typically reviewed in the order received, unless Contractor requests that a different priority be assigned. Priority Shop Drawings will be reviewed before other Shop Drawings for this Project already received but not yet reviewed. Use of this priority designation for Shop Drawings may delay the review of Shop Drawings previously submitted, pushing the processing of Shop Drawings beyond the 14 day target. Contractor is responsible for delays resulting from the use of the priority designation status on Shop Drawings. E. Complete the certification required by Paragraph 1.03. Shop Drawings Staples Street Pumping Station Improvements — Project No. E12004 013302-6 11-25-2013 1.08 SAMPLE AND MOCKUP SUBMITTAL PROCEDURES A. Submit color charts and Samples for every product requiring color, texture, or finish selection. 1. Submit color charts and Samples only after Shop Drawings for the products have been approved. 2. Deliver all color charts and Samples at one time. 3. Provide Samples of adequate size to clearly illustrate the functional characteristics of the product, with integrally related parts and attachment devices. 4. Indicate the full range of color, texture, and patterns. 5. Deliver color charts and Samples to the field office and store for the duration of the Project 6. Notify the Designer that color charts and Samples have been delivered for approval using the Notification by Contractor form. 7. Submit color charts and Samples not less than 30 days prior to when these products are to be ordered or released for fabrication to comply with the Project schedule. 8. Remove Samples that have been rejected. Submit new Samples following the same process as for the initial Sample until Samples are approved. 9. Dispose of Samples when related Work has been completed and approved and disposal is approved by the Designer. At Owner's option, Samples will become the property of the Owner. B. Construct mockups for comparison with the Work being performed. 1. Construct mockups from the actual products to be used in construction per detailed Specification Sections. 2. Construct mockups of the size and in the area indicated in the Contract Documents. 3. Construct mockups complete with texture and finish to represent the finished product. 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. Shop Drawings Staples Street Pumping Station Improvements — Project No. E12004 013302-7 11-25-2013 B. Submit requests for deviation using the Shop Drawing Deviation Request form provided. Identify each deviation request as a separate item. Include all requested deviations that must be approved as a group together and identify them as a single item. C. Include a description of why the deviation is required and the impact on Contract Price or Contract Times. Include the amount of any cost savings to the Owner for deviations that result in a reduction in cost. D. Submit as a Change Proposal prior to submitting the Shop Drawing if the deviation will result in a change in Contract Price or Contract Times. E. A Modification must be issued by the Designer for approval of a deviation. Approval of a requested Shop Drawing deviation by the Designer on the Shop Drawings Deviation Request form indicates approval of the requested deviation only on its technical merits as generally conforming to the Contract Documents. Deviations from the Contract Documents can only be approved by a Modification. 1.10 DESIGNER RESPONSIBILITIES A. Shop Drawings will be received by the Designer. Designer will log the documents and review per this Section for general conformance with the Contract Documents. 1. Designer's review and approval will be only to determine if the products described in the Shop Drawing or Sample will, after installation or incorporation into the Work, conform to the information given in the Contract. Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. Designer's review and approval will not extend to means, methods, techniques, sequences, or procedures of construction or to safety precautions or programs incident thereto. 3. Designer's review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. B. Comments will be made on items called to the attention of the Designer for review and comment. Any marks made by the Designer do not constitute a blanket review of the 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. Shop Drawings Staples Street Pumping Station Improvements — Project No. E12004 013302-8 11-25-2013 3. Shop Drawing will also be designated for one of the following actions: a. Final distribution: Shop Drawing is acceptable without further action and has been filed as a record document. b. Shop Drawing not required: A Shop Drawing was not required by the Contract Documents. Resubmit the document per SECTION 0133 03 RECORD DATA. e. Cancelled: This action indicates that for some reason, the Shop Drawing is to be removed from consideration and all efforts regarding the processing of that document are to cease. d. Revise and resubmit: Shop Drawing has deviations from the Contract Documents, significant errors, or is inadequate and must be revised and resubmitted for subsequent review. e. Resubmit with corrections made: Shop Drawing is "Approved as Noted," but has significant markups. Make correction and notations to provide a revised document with markup incorporated into the original document so that no markups are required. f. Returned without review due to excessive deficiencies: Document does not meet the requirement of the Specifications for presentation or content to the point where continuing to review the document would be counterproductive to the review process or clearly does not meet the requirements of the Contract Documents. Revise the Shop Drawing to comply with the requirements of this Section and resubmit. g. Actions a through c will close out the Shop Drawing review process and no further action is required as a Shop Drawing. Actions d through f require follow up action to close out the review process. 4. Drawings with a significant or substantial number of markings by the Contractor may be marked "Approved as Noted" and "Resubmit with corrections made." These drawings are to be revised to provide a clean record of the Shop Drawing. Proceed with ordering products as the documents are revised. 5, Dimensions or other data that does not appear to conform to the Contract Documents will be marked as "At Variance With" (AVW) the Contract Documents or other 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. Shop Drawings Staples Street Pumping Station Improvements — Project No. E12004 013302-9 11-25-2013 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 itis acceptable and marked Approved or Approved as Noted and is assigned an action per Paragraph 1.10.E that indicates that the Shop Drawing process is closed. F. Information that is submitted as a Shop Drawings that should be submitted as Record Data or other type of document, or is not required may be returned without review, or may be deleted. No further action is required and the Shop Drawing process for this document will be closed. 1.11 RESUBMISSION REQUIREMENTS A. Make all corrections or changes in the documents required by the Designer and resubmit to the Designer until approved. 1. Revise initial drawings or data and resubmit as specified for the original document. 2. Highlight or cloud in green those revisions which have been made in response to the previous reviews by the Designer. This will include changes previously highlighted or clouded in yellow to direct attention to Designer to items requiring selections or decisions by the Designer or highlighted or clouded in orange for a requested deviation from the Contract Documents. 3. Highlight and cloud new items in yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. 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. Shop Drawings Staples Street Pumping Station Improvements — Project No. E12004 01 33 02-10 11-25-2013 3. Cost for additional review time will be billed to the Owner by the Designer for the actual hours required for the review of Shop Drawings by Designer and in accordance with the rates listed in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. 4. A Set-off will be included in each Application for Payment to pay cost for the additional review to the Owner on a monthly basis. The Set-off will be based on invoices submitted to Owner for these services. 5. Need for more than one resubmission or any other delay of obtaining Designer's review of Shop Drawings will not entitle the Contractor to an adjustment in Contract Price or an extension of Contract Times. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Shop Drawings Staples Street Pumping Station Improvements — Project No. E12004 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: Record Data Description Submit. Redline Drawings for Entire Project following the requirements of 01 31 13 Submit O&M Manuals as noted in the Technical Specifications B. Include Record Data in the Schedule of Documents required by SECTION 0133 00 DOCUMENT MANAGEMENT to indicate the Record Data to be submitted, the dates on which documents are to be sent to the Designer for review, and proposed dates that the product will be incorporated into the Project. C. Complete the following before submitting Record Data: 1. Prepare Record Data and coordinate with Shop Drawings or Samples, other Record Data, and with the requirements of the Work and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information; 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and Record Data Staples Street Pumping Station Improvements — Project No. E12004 013303-1 11-25-2013 4. Determine and verify information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. D. Determine and verify: 1. Accurate field measurements, quantities, and dimensions are shown on the Record Data; 2. Location of existing structures, utilities, and equipment related to the Record Data have been shown and conflicts between the products existing structures, utilities, and equipment have been identified; 3. Conflicts that impact the installation of the products have been brought to the attention of the OPT through the Designer; 4. Record Data are complete for their intended purpose; and 5. Conflicts between the Record Data related to the various Subcontractors and Suppliers have been resolved. E. Review Record Data prior to submitting to the Designer. Certify that all Record Data has been reviewed by the Contractor and is in strict conformance with the Contract Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Record Data. 1.04 RECORD DATA REQUIREMENTS A. Include a complete description of the material or equipment to be furnished, including: 1. Type, dimensions, size, arrangement, model number, and operational parameters of the components; 2. Weights, gauges, materials of construction, external connections, anchors, and supports required; 3. All applicable standards such as ASTM or Federal specification numbers; 4. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 5. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 6. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document submittal that the measurements represent actual dimensions obtained at the Site. 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required certifications with the Record Data as specified in the individual Specification Sections: 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product when installed will meet the requirements and is part of the Record Data. Field tests may be performed by the Record Data Staples Street Pumping Station Improvements — Project No. E12004 013303-2 11-25-2013 Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Record Data. 1.06 WARRANTIES AND GUARANTEES A. Provide all required warranties, guarantees, and related documents with the Record Data. The effective date of warranties and guarantees will be the date of acceptance of the Work by the Owner. B. Identify all Extended Warranties, defined as any guarantee of performance for the product or system beyond the 1 year correction period described in the General Conditions. Issue the warranty certificate in the name of the Owner. Provide a Warranty Bond for Extended Warranties if required by Specification Sections. C. Provide a copy of all warranties in a separate document in accordance with SECTION 0170 00 EXECUTION AND CLOSEOUT REQUIREMENTS. 1.07 RECORD DATA SUBMITTAL PROCEDURES A. Submit Record Data through the Designer. Send all documents in digital format for processing. 1. Provide all information requested in the Record Data submittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. The Record Data submittal form is to be the first document in the file. 2. Submit all documents in Portable Document Format (PDF). a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the Record Data. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. h. Use Bluebeam Revu software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. g. Record Data Staples Street Pumping Station Improvements — Project No. E12004 013303-3 11-25-2013 i. Add footers to each document with the Project name. 3. Submit each specific product, class of material, or product separately so these can be tracked and processed independently. Do not submit Record Data for more than one system in the same Record Data. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Record Data. a. Use terms and symbols in Record Data consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Record Data. c. Provide a legend for symbols used on Record Data. 6. Mark Record Data to reference: a. Related Specification Sections, b. Drawing number and detail designation, c. Product designation or name, d. Schedule references, e. System into which the product is incorporated, and f. Location where the product is incorporated into the Project. B. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to request modifications to the Contract Documents, including those for approval of "or equal" products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. Deviations from the Contract Documents can only be approved by a Modification. C. Complete the certification required by Paragraph 1.03. 1.08 DESIGNER'S RESPONSIBILITIES A. Record Data will be received by the Designer, logged, and provided to Owner as the Project record. 1. Record Data may be reviewed to see that the information provided is adequate for the purpose intended. Record Data not meeting the requirements of Paragraph 1.02 may be rejected as unacceptable. 2. Record Data is not reviewed for compliance with the Contract Documents. Comments may be returned if deviations from the Contract Documents are noted during the cursory review performed to see that the information is adequate. 3. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the review of Record Data. Contract modifications can only be approved by a Modification. Record Data Staples Street Pumping Station Improvements — Project No. E12004 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 0133 02 SHOP DRAWINGS. b. The cursory review indicates that the document does not meet the requirements of Paragraph 1.02. The Record Data will be marked "Rejected" and "Revise and Resubmit." Contractor is to resubmit the Record Data until it is acceptable and marked "Filed as Received." When Record Data is filed, no further action is required and the Record Data process will be closed. c. The Record Data is not required by the Contract Documents nor is applicable to the Project. The Record Data will be marked "Rejected" and "Cancel - Not Required." No further action is required and the Record Data process will be closed. C. Contractor is to resubmit the Record Data until it is acceptable and marked "Filed as Received." 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Record Data Staples Street Pumping Station Improvements — Project No. E12004 013303-5 11-25-2013 01 33 04 CONSTRUCTION PROGRESS SCHEDULE 1.00 GENERAL 1.01 REQUIREMENTS A. Prepare and submit a Progress Schedule for the Work and update the schedule on a monthly basis for the duration of the Project. B. Provide schedule in adequate detail to allow Owner to monitor progress and to relate document processing to sequential activities of the Work. C. Incorporate and specifically designate the dates of anticipated submission of documents and the dates when documents must be returned to the Contractor into the schedule. D. Assume complete responsibility for maintaining the progress of the Work per the schedule submitted. E. Take the requirements of SECTION 0135 00 SPECIAL PROCEDURES into consideration when preparing schedule. 1.02 DOCUMENT SUBMITTAL A. Submit Progress Schedules in accordance with SECTION 0133 00 DOCUMENT MANAGEMENT. B. Submit a preliminary schedule within 10 days after the Notice of Award. The schedule is to be available at the pre -construction conference. C. Submit a detailed schedule at least 10 days prior to the first payment request. D. Submit Progress Schedules updates monthly with Applications for Payment to indicate the progress made on the Project to that date. Failure to submit the schedule may cause delay in the review and approval of Applications for Payment. 1.03 SCHEDULE REQUIREMENTS A. Schedule is to be in adequate detail to; 1. Assure adequate planning, scheduling, and reporting during the execution of the Work; 2. Assure the coordination of the Work of the Contractor and the various Subcontractors and Suppliers; 3. Assist in monitoring the progress of the Work; and 4. Assist in evaluating proposed changes to the Contract Times and Project schedule. B. Provide personnel with 5 years' minimum experience in scheduling construction work comparable to this Project. Prepare the schedule using acceptable scheduling software. C. Provide the schedule in the form of a computer generated critical path schedule which includes Work to be performed on the Project. It is intended that the schedule accomplish the following: 1. Give early warning of delays in time for correction. Construction Progress Schedule Staples Street Pumping Station Improvements — Project No. E12004 013304-1 11-25-2013 2. Provide detailed plans for the execution of the Work in the form of future activities and events in sequential relationships. 3. Establish relationships of significant planned Work activities and provide a logical sequence for planned Work activities. 4. Provide continuous current status information. 5. Allow analysis of the Contractor's program for the completion of the Project. 6. Permit schedules to be revise when the existing schedule is not achievable. 7. Log the progress of the Work as it actually occurs. D. Prepare a time scaled CPM arrow or precedence diagram to indicate each activity and its start and stop dates. 1. Develop Milestone dates and Project completion dates to conform to time constraints, sequencing requirements and Contract completion date. 2. Use calendar day durations while accounting for holidays and weather conditions in the projection of the duration of each activity. 3. Clearly indicate the critical path for Work to complete the Project. E. Provide a time scaled horizontal bar chart which indicates graphically the Work scheduled at any time during the Project. The chart is to indicate: 1. Complete sequence of construction by activity; 2. Identification of the activity by structure, location, and type of Work; 3. Chronological order of the start of each item of Work; 4. The activity start and stop dates; 5. The activity duration; 6. Successor and predecessor relationships for each activity; 7. A clearly indicated single critical path; and 8. Projected percentage of completion, based on dollar value of the Work included in each activity as of the first day of each month. F. Provide a schedule incorporating the Schedule of Documents provided in accordance with SECTION 0133 00 DOCUMENT MANAGEMENT indicating: 1. Specific dates each document is to be delivered to the Designer. 2. Specific dates each document must be received in order to meet the proposed schedule. 3. Allow a reasonable time to review documents, taking into consideration the size and complexity of the document, other documents being processed, and other factors that may affect review time. 4. Allow time for re -submission of the each document. Contractor is responsible for delays associated with additional time required to review incomplete or erroneous Construction Progress Schedule Staples Street Pumping Station Improvements — Project No. E12004 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 Staples Street Pumping Station Improvements — Project No. E12004 013304-3 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Construction Progress Schedule Staples Street Pumping Station Improvements — Project No. E12004 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 0133 00 DOCUMENT MANAGEMENT. B. Submit two DVDs of the video recording as Record Data in accordance with SECTION 0133 00 DOCUMENT MANAGEMENT. Video and Photographic Documentation Staples Street Pumping Station Improvements — Project No. E12004 013305-1 11-25-2013 2.00 PRODUCTS 2.01 PHOTOGRAPHS A. Provide photographs in digital format with a minimum resolution of 1280 x 960, accomplished without a digital zoom. B. Take photographs at locations acceptable to the OAR. C. Provide two color prints of each photograph and a digital copy on a DVD of each photograph taken. D. Identify each print on back with: 1. Project name. 2. Date, time, location, and orientation of the exposure. 3. Description of the subject of photograph. E. Submit photograph in clear plastic sheets designed for photographs. Place only one photograph in each sheet to allow the description on the back to be read without removing the photograph. F. Final photographs are to include two 8 -by -10 -inch glossy color prints for each of ten photographs selected by the OAR. These photographs are in addition to normal prints. 2.02 VIDEO RECORDING A. Provide digital format on DVD that can be played with Windows Media Player in common format in full screen mode. B. Identify Project on video by audio or visual means. C. Video file size should not exceed 400 MB. D. Video resolution shall be 1080p. E. The quality of the video must be sufficient to determine the existing conditions of the construction area. Camera panning must be performed while at rest, do not pan the camera while walking or driving. Camera pans should be performed at intervals sufficient to clearly view the entire construction area. F. DVD shall be labeled with construction stationing and stationing should be called out, voice recorded, in the video. G. The entire construction area recording shall be submitted at once. Sections submitted separately will not be accepted. 3.00 EXECUTION (NOT USED) END OF SECTION Video and Photographic Documentation Staples Street Pumping Station Improvements — Project No. E12004 013305-2 11-25-2013 01 35 00 SPECIAL PROCEDURES 1.00 GENERAL 1.01 CONSTRUCTION SEQUENCE A. The following schedule is a suggested process of which the Contractor is free to modify to suit his needs in completing the work. Under no circumstances will the pumping station be out of service for more than two consecutive days to carry out any of the tasks and the pumping station will have two (2) functioning pumps at all times during construction. The following schedule is set up so that Pumps 1 and 2 are functioning when Pump 3 is being constructed, Pumps 3 and 1 when Pump 2 is being constructed and Pumps 3 and 2 when Pump 1 is being constructed. TASK 1— PUMP 3 TIE-IN TO 42 -INCH DISCHARGE A. Remove existing 42 -inch restrained plug and thrust block B. Install 42" DIP, 42 -inch x20 -inch DIP Tee C. Tie -into the Existing 42 -inch Discharge Pipe and construct new thrust block D. Install 20 -inch DIP pipe and fittings and terminate above ground with temporary blind flange (as necessary) E. Provide temporary pipe supports as needed NOTE: Pumping Station can only be out of service for two (2) days to make any necessary connections to the 42" discharge pipe. Task 2 — Construct Pump 3 A. Construct Pump 3 concrete base, 14-inch/20-inch suction piping/fittings and 16-inch/20- inch discharge piping/fittings complete with pipe supports B. Tie -into the Existing 48 -inch Suction Pipe C. Construct VFD panel and electrical improvements D. Commission Pump 3 NOTE: Pumping Station can only be out of service for two (2) days to make any necessary connections to the 48" suction pipe. Task 3 — Construct HVAC Demolish existing HVAC and construct new HVAC. NOTES: a.) Task 3 will start at the same time as Tasks 1, 2 and 4 b.) Pumping Station can only be out of service for two (2) days to make any necessary connections to the HVAC system. Task 4 — Construct Upgrade to SCADA/Controls/Instrumentation Demolish existing SCADA/Controls/Instrumentation and construct new. Special Procedures Staples Street Pumping Station Improvements — Project No. E12004 013500-1 11-25-2013 NOTES: a.) Task 4 will start at the same time as Tasks 1, 2 and 3 b.) Pumping Station can only be out of service for two (2) days to make any necessary connections to the SCADA/Controls/Instrumentation. Task 5 — Pump 2 Tie-in to 42 -inch Discharge A. Once Task 2 is complete and Pump 3 is in service the contractor can take Pump 2 out of service and begin the demolition of the existing Pump 2 electrical and mechanical systems. B. Tie -into the Existing 42 -inch x 16 -inch Tee C. Install 20" DIP pipe and fittings and terminate above ground with temporary blind flange (as necessary) D. Provide temporary pipe supports as needed NOTE: Pumping Station can only be out of service for two (2) days to make any necessary connections to the 42" x 16" Tee. Task 6 — Construct Pump 2 A. Construct Pump 2 concrete base, 14-inch/18-inch suction piping/fittings and 16-inch/20- inch discharge piping/fittings B. Tie -into Existing 48 -inch Suction Pipe C. Construct VFD panel and electrical improvements D. Commission Pump 2 NOTE: Pumping Station can only be out of service for two (2) days to make any necessary connections to the 42" discharge pipe and the 48" suction pipe. Task 7 — Pump 1 Tie-in to 42 -inch Discharge A. Once Task 6 is complete and Pump 2 is in service the contractor can take Pump 1 out of service and begin the demolition of the existing Pump 1 electrical and mechanical systems. B. Tie -into the Existing 42 -inch x 16 -inch Tee C. Install 20" DIP pipe and fittings and terminate above ground with temporary blind flange (as necessary) D. Provide temporary pipe supports as needed NOTE: Pumping Station can only be out of service for two (2) days to make any necessary connections to the 42" x 16" Tee. Task 8 —Construct Pump 1 A. Construct Pump 1 concrete base, 14-inch/18-inch suction piping/fittings and 16-inch/20- inch discharge piping/fittings B. Tie -into Existing 48 -inch Suction Pipe C. Construct VFD panel and electrical improvements D. Commission Pump 1 Special Procedures Staples Street Pumping Station Improvements — Project No. E12004 013500-2 11-25-2013 NOTE: Pumping Station can only be out of service for two (2) days to make any necessary connections to the 48" suction pipe. Task 9 — Site Work Construct concrete pavement, install grass seed, and building/site clean-up B. Work shall be completed within the specified time for these items: Description Time Task 1— Tie-in to the Existing 42 -inch Discharge Pipe 2 Days (Max) Task 2 — Construct Pump 3 37 Days Task 3 — Construct HVAC 68 Days Task 4 — Upgrade to SCADA/Controls/Instrumentation 68 Days Task 5 — Pump 2 Tie-in to 42 -inch x 16 -inch Tee 2 Days (Max) Task 6 — Construct Pump 2 37 DAYS Task 7 — Pump 1 Tie-in to 42 -inch x 16 -inch Tee 2 Days (Max) Task 8 — Construct Pump 1 37 Days Task 9 — Site Work 40 Days C. Consider the sequences, duration limitations, and governing factors outlined in this Section to prepare the schedule for the Work. D. Perform the Work not specifically described in this Section as required to complete the entire Project within the Contract Times. 1.02 PLAN OF ACTION A. Submit a written plan of action for approval for shutting down essential services. These include: 1. Electrical power, 2. Control power, 3. Pipelines or wastewater systems, 4. Communications equipment, and 5. Other designated functions. B. Describe the following in the plan of action: 1. Scheduled dates for construction; 2. Work to be performed; 3. Utilities, piping, or services affected; 4. Length of time the service or utility will be disturbed; 5. Procedures to be used to carry out the Work; Special Procedures Staples Street Pumping Station Improvements — Project No. E12004 013500-3 11-25-2013 6. Plan of Action to handle emergencies; 7. List of manpower, equipment, and ancillary supplies; 8. Backups for key pieces of equipment and key personnel; 9. Contingency plan that will be used if the original schedule cannot be met; and C. Submit plan 2 weeks prior to beginning the Work. 1.03 CRITICAL OPERATIONS A. The Owner has identified critical operations that must not be out of service longer than the designated maximum time out of service and/or must be performed only during the designated times. These have been identified in the table below: Critical Operation Max. Time Out of Operation Hours Operation can be Shut Down Liquidated Damages (5 per hour) Pumping Station 48 Hours 48 Hours $500. B. Submit a written plan of action per Paragraph 1.02 for approval for critical operations. C. Work affecting critical operations is to be performed on a 24-hour a day basis until Owner's normal operations have been restored. D. Provide additional manpower and equipment as required to complete the Work affecting critical operations within the allotted time. E. Liquidated damages will be assessed if Work on critical operations is not completed within the time indicated. 1. These items are critical to the operation of the existing water distribution system. 2. Loss of operation of the existing distribution system can subject the Owner to loss of revenue, additional operations cost, and fines from regulatory agencies. 3, Liquidated damages have been established for each critical operation. F. Designated Critical Operations are described in more detail as follows: 1. Critical Operation 1— Pumping Station: a. The Staples Street Pumping Station is critical to maintaining the water distribution system and cannot be out of service for more than two (2) days. The two (2) existing pumps or one (1) existing and one (1) new pump must be in operation. 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 Staples Street Pumping Station Improvements — Project No. E12004 013500-4 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Special Procedures Staples Street Pumping Station Improvements — Project No. E12004 013500-5 11-25-2013 01 40 00 QUALITY MANAGEMENT 1.00 GENERAL 1.01 CONTRACTOR'S RESPONSIBILITIES A. Review the OPT's Quality Management Program and prepare and submit the Contractor's Quality Control Plan. B. Implement the Contractor's Quality Control Plan to control the quality of the Work and verify that the Work meets the standards of quality established in the Contract Documents. 1. Inspect products to be incorporated into the Project. Ensure that Suppliers have adequate quality control systems to ensure that products that comply with the Contract Documents are provided. 2. Integrate quality control measures into construction activities to produce Work which meets quality expectations of the Contract Documents. Inspect the Work of the Contractor, Subcontractors, and Suppliers. Correct Defective Work. 3. Provide and pay for the services of an approved professional materials testing laboratory acceptable to the OPT to provide testing that demonstrates that products proposed in Shop Drawings and Record Data for the Project fully comply with the Contract Documents. 4. Provide facilities, equipment, and Samples required for quality control inspections and tests: a. Give the OAR adequate notice before proceeding with Work that would interfere with inspections or testing; b. Notify the OAR and testing laboratories prior to the time that testing is required, providing adequate lead time to allow arrangements for inspections or testing to be made; c. Do not proceed with any Work that would impact the ability to correct defects or Work that would require subsequent removal to correct defects until testing services have been performed and results of tests indicate that the Work is acceptable; d. Cooperate fully with the performance of sampling, inspection, and testing; e. Provide personnel to assist with sampling or to assist in making inspections and field tests; f. Obtain and handle Samples for testing at the Site or at the production source of the product to be tested; g. Provide adequate quantities of representative products to be tested to the laboratory at the designated locations; h. Provide facilities required to store and cure test Samples; i. Provide calibrated scales and measuring devices for the OPT's use in performing inspections and testing; Quality Management Staples Street Pumping Station Improvements — Project No. E12004 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 Staples Street Pumping Station Improvements — Project No. E12004 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 Staples Street Pumping Station Improvements — Project No. E12004 014000-3 11-25-2013 Documents and why it does not comply. Submit these test reports as part of a Shop Drawings submitted per SECTION 0133 02 SHOP DRAWINGS. 4. Provide Certified Test Reports for inspection and testing required in this Section and in other Specification Sections. Provide reports to indicate that Work complies with the Contract Documents or indicate that Work does not comply with the Contract Documents they are not in compliance and why it does not comply. Submit these test reports on forms provided per SECTION 0133 00 DOCUMENT MANAGEMENT. 1.05 STANDARDS A. Provide testing laboratories that comply with the American Council of Independent Laboratories (ACIL) "Recommended Requirements for Independent Laboratory Qualifications." B. Perform testing per recognized test procedures as listed in the various Sections of the Specifications, standards of the State Department of Highways and Public Transportation, American Society of Testing Materials (ASTM), or other testing associations. Perform tests in accordance with published procedures for testing issued by these organizations. 1.06 DELIVERY AND STORAGE A. Handle and protect test specimens of products and construction materials at the Site in accordance with recognized test procedures. Provide facilities for storing, curing, processing test specimens as required by test standard to maintain the integrity of Samples. 1.07 VERIFICATION TESTING FOR CORRECTED DEFECTS A. Provide verification testing on Work performed to correct Defective Work to demonstrate that the Work is now in compliance with the Contract Documents. Document that Defective Work has been corrected and verify that the OAR closes the item in the Defective Work Register. B. Pay for verification testing. OPT may perform verification testing as part of their Quality Management Program and impose a Set-off to recover the cost for this testing. C. Conduct the same tests or inspections used to determine that the original Work was Defective. Different tests or methods may be used if approved by the OPT. 1.08 TEST REPORTS A. Certified Test Reports are to be prepared for all tests. 1. Tests performed by testing laboratories may be submitted on their standard test report forms if acceptable to the OPT. These reports must include the following: a. Name of the Owner, Project title and number and Contractor; b. Name of the laboratory, address, and telephone number; c. Name and signature of the laboratory personnel performing the test; d. Description of the product being sampled or tested; Quality Management Staples Street Pumping Station Improvements — Project No. E12004 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 Staples Street Pumping Station Improvements — Project No. E12004 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 Staples Street Pumping Station Improvements — Project No. E12004 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 Staples Street Pumping Station Improvements — Project No. E12004 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 Staples Street Pumping Station Improvements — Project No. E12004 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. 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. 3. Prevent freezing of pipes, flooding, or the contamination of water. 4. Maintain Site security and protection of the facilities. 1.05 OPTIONS A. Storage sheds may be prefabricated buildings on skids or truck trailers. Temporary Facilities and Controls Staples Street Pumping Station Improvements — Project No. E12004 015000-1 11-25-2013 2.00 PRODUCTS 2.01 TEMPORARY FIELD OFFICE — "FIELD OFFICE NOT REQUIRED" 2.02 TEMPORARY STORAGE BUILDINGS A. Furnish storage buildings of adequate size to store any materials or equipment delivered to the Site that might be affected by weather. 2.03 TEMPORARY SANITARY FACILITIES A. Provide sanitary facilities at the Site from the commencement of the Project until Project conclusion. Maintain these facilities in a clean and sanitary condition at all times, and comply with the requirements of the local health authority. On large sites, provide portable toilets at such locations that no point in the Site shall be more than 600 feet from a toilet. B. Use these sanitary facilities. Do not use restrooms within existing or Owner -occupied buildings. 2.04 TEMPORARY HEAT A. Provide heating devices needed to protect buildings during construction. Provide fuel needed to operate the heating devices and attend the heating devices at all times they are in operation, including overnight operations. 2.05 TEMPORARY UTILITIES A. Provide the temporary utilities for administration, construction, testing, disinfection, and start-up of the Work, including electrical power, water, and telephone. Pay all costs associated with furnishing temporary utilities. 1. Provide a source of temporary electrical power of adequate size for construction procedures. a. Use existing power systems where spare capacity is available. Provide temporary power connections that do not adversely affect the existing power supply. Submit connections to the OAR for approval prior to installation. b. Provide electrical pole and service connections that comply with Laws and Regulations and the requirements of the power company. 2.06 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 Temporary Facilities and Controls Staples Street Pumping Station Improvements — Project No. E12004 015000-2 11-25-2013 Plan to Contractor at the pre -construction meeting. The Contractor will keep a copy of the Plan on the Site throughout construction. 3.00 EXECUTION 3.01 LOCATION OF TEMPORARY FACILITIES A. Locate temporary facilities in areas approved by the OAR. Construct and install signs at locations approved by the OAR. Install informational signs so they are clearly visible. 3.02 PROJECT IDENTIFICATION AND SIGNS A. The Owner will furnish two Project signs to be installed by the Contractor. The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The locations of the signs will be determined in the field by the OAR. 3.03 TEMPORARY LIGHTING A. Provide temporary lighting inside buildings once buildings are weatherproof. B. Provide lighting that is adequate to perform Work within any space. Temporary lights may be removed once the permanent lighting is in service. C. Provide portable flood lights at any time that Work will be performed outside the structure at night. Provide adequate lighting at any location Work is being performed. 3.04 DRINKING WATER A. Provide all field offices with potable water. Provide a dispenser and cooling apparatus if bottled drinking water is provided. B. Pay for water services and maintain daily. 3.05 CONSTRUCTION FENCE A. Install and maintain a construction fence around the Site and off-site storage yards. Fence must be a minimum 6 feet high chain link construction unless shown otherwise. Provide gates with padlocks. 3.06 REMOVAL OF TEMPORARY FACILITIES A. Remove temporary buildings, sheds, and utilities at the conclusion of the Project and restore the Site to original condition or finished in accordance with the Drawings. B. Remove informational signs upon completion of construction. C. Remove Project identification signs, framing, supports, and foundations upon completion of the Project. 3.07 MAINTENANCE AND JANITORIAL SERVICE A. Provide janitorial service (sweeping/mopping) for the OPT's field office on a weekly basis or as requested. Empty trash receptacles daily or as needed. Temporary Facilities and Controls Staples Street Pumping Station Improvements — Project No. E12004 015000-3 11-25-2013 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 Staples Street Pumping Station Improvements — Project No. E12004 015000-4 11-25-2013 01 57 00 TEMPORARY CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide labor, materials, equipment, and incidentals necessary to construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. B. Construct temporary impounding works, channels, diversions, furnishing and operation of pumps, installing piping and fittings, and other construction for control of conditions at the Site. Remove temporary controls at the end of the Project. C. Provide a Storm Water Pollution Prevention Plan (SWPPP) as required by Texas Pollutant Discharge Elimination System (TPDES) General Permit No. TXR150000 for stormwater discharges from construction activities. Comply with all requirements of the Texas Commission on Environmental Quality (TCEQ) and Laws and Regulations. File required legal notices and obtain required permits prior to beginning any construction activity. D. Provide labor, materials, equipment, and incidentals necessary to prevent stormwater pollution for the duration of the Project. Provide and maintain erosion and sediment control structures as required to preventive sediment and other pollutants from the Site from entering any stormwater system including open channels. Remove pollution control structures when no longer required to prevent stormwater pollution. 1.02 QUALITY ASSURANCE A. Construct and maintain temporary controls with adequate workmanship using durable materials to provide effective environmental management systems meeting the requirements of the Contract Documents and Laws and Regulations. Use materials that require minimal maintenance to prevent disruption of construction activities while providing adequate protection of the environment. B. Periodically inspect systems to determine that they are meeting the requirements of the Contract Documents. 1.03 DOCUMENT SUBMITTAL A. Provide documents requiring approval by the OPT as Shop Drawings in accordance with SECTION 01 33 02 SHOP DRAWINGS. B. Provide copies of notices, records, and reports required by the Contract Documents or Laws and Regulations as Record Data in accordance with SECTION 0133 03 RECORD DATA. 1.04 STANDARDS A. Provide a SWPPP that complies with all requirements of TPDES General Permit No. TXR150000 and any other applicable Laws and Regulations. B. Perform Work to comply with the City of Corpus Christi Code of Ordinances, Part III, Chapter 14, Article X - titled "STORM WATER QUALITY MANAGEMENT PLANS" and any other applicable Laws and Regulations. Temporary Controls Staples Street Pumping Station Improvements — Project No. E12004 015700-1 11-25-2013 1.05 PERMITS A. TPDES General Permit No. TXR 150000 notices (NOI, NOC and NOT) are not required — Area disturbed by construction will typically be less than 1 acre. 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. Develop and implement appropriate Best Management Practices as established by local agencies of jurisdiction. 3. Provide all monitoring and/or sampling required for reporting to the TCEQ. 4. Submit reports to the TCEQ as required as a condition of the TPDES General Permit. 5. Submit copies of the reports to the Designer as Record Data in accordance with SECTION 01 33 03 RECORD DATA. 6. 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. 7. Assume sole responsibility for implementing, updating, and modifying the TPDES General Permit per Laws and Regulations for the SWPPP and Best Management Practices. B. 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 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. C. 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. D. 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. Temporary Controls Staples Street Pumping Station Improvements — Project No. E12004 015700-2 11-25-2013 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. 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 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 Temporary Controls Staples Street Pumping Station Improvements — Project No. E12004 015700-3 11-25-2013 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. 1.10 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 entering the storm water system. Sheet flow and ponding is to allow solids screening and/or settling prior to entering a storm water conduit or inlet. D. Storm water or groundwater shall not be discharged to private property without. permission. It is the intent that Contractor discharges groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream, the Oso Creek. E. Testing of groundwater quality is to be performed by the Contractor, at the Contractor's expense, prior to commencing discharge and shall be retested by the Contractor, at the Contractor's expense, a minimum of once a week. Contractor shall coordinate with the Owner on all testing. Tests will also be performed as each new area of construction is started. F. Another option for disposal of groundwater by Contractor would include pumping to the nearest sanitary sewer system. If discharging to temporary holding tanks and trucking to a sanitary sewer or wastewater plant, the costs for these operations shall be negotiated. Other groundwater disposal alternatives or solutions may be approved by the Designer on a case by case basis. G. Prior to Pumping groundwater from a trench to the sanitary sewer system the Contractor shall contact [Wastewater Pre-treatment Coordinator at 826-1817] to obtain a "no cost" permit from the Owner's Waste Water Department. Contractor will pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to sit overnight, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. 1.11 DISPOSAL OF HIGHLY CHLORINATED WATER A. Dispose of water used for testing, disinfection, and line flushing. Comply with Owner's requirements and Laws and Regulation regarding the disposal of contaminated water, including water with levels of chlorine, which exceed the permissible limits for discharge Temporary Controls Staples Street Pumping Station Improvements — Project No. E12004 015700-4 11-25-2013 into wetlands or environmentally sensitive areas. Comply with the requirements of all regulatory agencies in the disposal of all water used in the Project. Include a description and details for disposal of this water in a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES. Do not use the Owner's sanitary sewer system for disposal of contaminated water. 1.12 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 Staples Street Pumping Station Improvements — Project No. E12004 015700-5 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 Staples Street Pumping Station Improvements — Project No. E12004 017000-1 11-25-2013 5. Work is complete and ready for final inspection. B. OPT will visit the Site to determine if the Project is complete and ready for Final Payment within a reasonable time after the notice is received. C. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. D. Take immediate steps to correct Defective Work. Notify the Designer when Defective Work has corrected. OPT will visit the Site to determine if the Project is complete and the Work is acceptable. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. E. Submit the Request for Final Payment with the closeout documents described in Paragraph 1.06 if notified that the Project is complete and the Work is acceptable. 1.05 REINSPECTION FEES A. Owner may impose a Set-off against the Application for Payment in accordance with the General Conditions to compensate the OPT for additional visits to the Project if additional Work is required. 1.06 CLOSEOUT DOCUMENTS SUBMITTAL A. Record Documents per SECTION 0131 13 PROJECT COORDINATION. B. Warranties and bonds. C. Equipment installation reports on equipment. D. Shop Drawings, Record Data, and other documents as required by the Contract Documents. E. Evidence of continuing insurance and bond coverage as required by the Contract Documents. F. Final Photographs per SECTION 0133 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION. 1.07 TRANSFER OF UTILITIES A. Transfer utilities to the Owner when the Certificate of Substantial Completion has been issued and the Work has been occupied by the Owner. B. Submit final meter readings for utilities and similar data as of the date the Owner occupied the Work. 1.08 WARRANTIES, BONDS, AND SERVICES AGREEMENTS A. Provide warranties, bonds, and service agreements required by SECTION 0133 02 SHOP DRAWINGS or by the individual Specification Sections. B. The date for the start of warranties, bonds, and service agreements is established per the General Conditions. C. Compile warranties, bonds, and service agreements and review these documents for compliance with the Contract Documents. Execution and Closeout Requirements Staples Street Pumping Station Improvements — Project No. E12004 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 Staples Street Pumping Station Improvements — Project No. E12004 017000-3 11-25-2013 TECHNICAL SPECIFICATIONS Urban Engineering Specs Technical Special Provisions 01000 Scope of Work 01011 Equipment Documentation Requirements 01200 Existing Obstructions 01614 Delivery, Storage and Handling of Materials and Equipment 01650 Requirements for Start-up of Equipment 02225 Structural Excavation and Backfill 02226 Pipe Trench Excavation and Backfill 02620 Storm Water Pollution Prevention 02802 Seeding 03100 Concrete Formwork 03200 Reinforcing Steel 03300 Normal Weight Aggregate Concrete 03800 Concrete Structures 09910 Painting 11060 Equipment Installation 11110 Horizontal Split Case Centrifugal Pumps 11440 Ultrasonic Flow Measuring Equipment 15060 Ductile Iron Pipe and Fittings 15065 Installation of Process Piping 15066 Testing of Process Piping 15090 Pipe Hangers & Supports 15096 Pipe Labeling 15100 Miscellaneous Valves and Gauges 15101 Check Valves (Slant Disc) 15103 Butterfly Valves (Water Service) 15104 Plastic Valves and Strainers 15107 Air Release Valve Bath Engineering Specs 15010 15140 15731 15810 15820 15855 15890 15990 16010 16051 16053 16150 16170 16220 16402 16490 16536 16573 260519 271323 409000 409001 409002 409002.1 409003 Basic Mechanical Requirements Supports and Anchors Packaged Outdoor Air Handling Units Mechanical Insulation Duct Accessories Diffusers, Registers and Grilles Ductwork Test, Adjusting and Balancing Electrical General Requirements Demolition Work Identification For Electrical Systems Adjustable Frequency Drives Ground and Bonding AC Motors Electrical Wiring Systems Safety Disconnect Switches Cable Trays for Electrical Overcurrent Protective Device Coordination Study Low -Voltage Electrical Power Conductors and Cables Communications Optical Fiber Backbone Cabling Instrumentation and Control for Process Systems Instrumentation Supervisory Control and Data Acquisition User Requirements Specification SCADA Instrumentation Testing Instrument Index Staples Street TECHNICAL SPECIAL PROVISIONS These Technical Special Provisions amend or supplement the Technical Specifications and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. ARTICLE TS -1 DEFINITIONS Design Specification - Whenever the term "Design Specification" is used, it shall be understood that the performance of the completed work is as designed by the ENGINEER, and the CONTRACTOR must follow the requirements of the drawings and specifications; followed the manufacturer's recommendations (material and equipment); followed industry standard procedures and provided top quality workmanship. Performance Specification - Whenever the term "Performance Specification" is used, it shall be understood that the performance of the completed work is the responsibility of the CONTRACTOR, provided the OWNER has faithfully followed all written operational and maintenance instructions supplied by the CONTRACTOR. (The CONTRACTOR is not relieved of the responsibility for improper performance of the completed work even if there was improper operation and/or maintenance by the OWNER but it obviously was not the cause of improper performance.) In a performance specification, the CONTRACTOR is responsible for the design of the item furnished and installed by him. It is intended that the item function properly without excessive operation and maintenance being required by the OWNER. The item furnished must incorporate the features specified but still perform as intended. The materials specified are to set a minimum standard but shall not be considered a design. If the design furnished by the CONTRACTOR requires higher quality material in order to perform as intended, it shall be furnished at no increase in cost to the Contract amount. When minimum dimensions are specified, they shall not be considered a design. If the design furnished by the CONTRACTOR requires larger dimensions in order to perform as intended, it shall be furnished at no increase in cost to the Contract amount. Work - Whenever the word "Work" is used it shall be understood as referring to all materials, supplies, machinery, equipment, plant, tools, superintendence, labor, bonds, insurance, water, light, power, fuel, transportation, royalty fees and any other facilities necessary to the proper execution and completion of the project. The Contractor shall provide an pay for all the aforementioned items. ARTICLE TS -2 LAYOUT OF THE WORK The Contractor shall layout the work from the existing facilities. If, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the Engineer prior to deviation. If, in the opinion of the Engineer, the required deviation would necessitate a revision to the Drawings, the Contractor shall provide supporting measurements as required by the Engineer. Technical Special Provisions Page 1 of 4 ARTICLE TS -3 QUALIFICATIONS OF MANUFACTURER'S FIELD SERVICE REPRESENTATIVES I. General: The technical specifications require that for certain equipment and other items, the manufacturer shall include in his cost to the Contractor specified periods of on-site time of a qualified factory field service engineer to provide certain services. Providing these services is an extremely important part of seeing that the item is installed, adjusted and serviced properly. This, in turn, will help insure that the item furnished will function as intended and have a useful, trouble-free service life. 2. Prior Approval: As part of the submittal data required, the name and complete qualifications of the person the manufacturer proposes to send as his representative must be included. The Engineer will have the right to reject any person who, in the Engineer's opinion, is not qualified to perform the required services based on the information furnished. 3. On -The -Site Rejection: In the event a manufacturer's representative, while on the job site, demonstrates (in the opinion of the Engineer) that he/she is not thoroughly qualified to perform the required services, the Engineer shall have the right to immediately stop these services. The Contractor is obligated to replace the manufacturer's representative with a person who is qualified to redo as much of the completed service designated by the Engineer and complete the remaining services. This shall be done at no increase in the Contract amount (no cost to the City). 4. Video Tapes: The City reserves the right to video tape any and all services performed by manufacturer's field service representative(s). The Contractor shall give the Engineer seven days advance notice of when services will be performed by the manufacturer's representative. Should the Contractor fail to provide the required advance notice, the Engineer shall have the right to reschedule services to accommodate the City. ARTICLE TS -4 TENTATIVE APPROVAL AND ALTERNATE DESIGNS I. General: Manufacturers shall obtain tentative approval (prior to bidding) for certain major items of equipment on which the Contractors are basing their bid. The successful bidder shall have the option of using any product which received tentative approval prior to bidding. 2. Procedure: a. Submission to the Engineer: (1) The Manufacturer shall deliver to the Engineer prior to the date set for bid opening, information (Which will be hereafter referred to as the Formal Submission) and this submission shall be on the major items of equipment, as set out hereinafter. To be considered, specific information must be received by the Engineer no later than 14 calendar days prior to the date set for bid opening. If the 14th day falls on Saturday or Sunday, then submission must be delivered to the Engineer by 5:00 P.M. on the previous Friday. Incomplete Technical Special Provisions Page 2 of 4 submissions will not be reviewed and will automatically be disapproved. The Engineer will respond in writing either approving or disapproving the submission within 48 hours prior to the bid opening time. (2) The Manufacturer is responsible for obtaining written proof that the Engineer has received this information and that it is approved for use on the project. b. The following major items of equipment require specific information to be furnished in order to obtain tentative approval. The required information is contained in the technical sections listed below: (1) Horizontal Split Case Centrifugal Pumps. (Section 11110) c. Tentative Approval of Other Equipment: All other equipment must meet all requirements of the specifications, but tentative approval (prior to Bidding) will not be given. Any information on equipment, other than that listed above, submitted to the Engineer prior to bidding will not be reviewed and will be automatically be discarded without notification. d. Final Approval: If the equipment does receive tentative approval for use on the project, this does not constitute final approval. If it is found at any time in the future that exceptions were not listed or the item is not as it was represented, the Engineer shall have the right to reject the equipment; or require the Contractor to modify it to bring it into compliance at no increase in cost to the Contract. Tentative approval does not relieve the Contractor of any responsibility regarding performance of the equipment after installation. Likewise, no extra payment will be made to the Contractor for any changes found necessary to adapt this equipment, such as modifications to structures, foundations, piping, valves, electrical system, etc. 4. Alternate Design Concept: a. General: If a Contractor desires to base his bid on a concept different from that shown in the Contract Documents, it shall be said Contractor's responsibility to submit to the Engineer, 14 days prior to the date of bid opening, complete details of said concept including required modifications, if any, to existing or proposed structures. The final decision to accept or reject the alternate design concept shall rest solely with the Engineer acting on behalf of the City, with said acceptance or rejection being in writing from the Engineer to the prospective bidder no later than 48 hours before bid opening time. Time is of the essence, and failure of the bidder using a different design concept, from that shown on the drawings or described in these specifications, to submit to the Engineer complete details 14 days prior to bid opening will cause said concept to be excluded from consideration. Alternate Designs not obtaining approval prior to bidding shall not be used in the construction of this project. Technical Special Provisions Page 3 of 4 b. Equipment: If the approved alternate design involves equipment, the Contractor is not relieved of any responsibility regarding performance of the equipment after installation. Likewise, no extras will be paid the Contractor for any changes found necessary to adapt the alternate equipment, such as modifications to the drawings, structural or foundation changes, additional piping and valves, changes in pipe sizes, electrical alterations, or any other modifications. Technical Special Provisions Page 4 of 4 01000 SCOPE OF WORK 1.0 GENERAL REQUIREMENTS 1.01 SCOPE ?his specification shall govern for all work necessary to furnish and install the improvements as required to complete the project. 1.02 SPECIFICATION TYPE This specification is a performance specification as defined in Article TS -1 in the Technical Special Provisions. 1.03 INTENT It is the intent of this Section to summarize the scope of work required to provide the materials, labor and equipment to construct the improvements as described here in and to provide additional information and requirements that are not specified in other sections. The following information/sequence of work is provided in an attempt to assist the Contractor with construction of required improvements in an orderly manner with minor disruption to pump station. The Contractor may submit revisions to the proposed work sequence for review by the Engineer. Contractor shall coordinate with the pump station operators prior to initiation of any work items affecting the pump station. 1.04 VERIFICATION OF DIMENSIONS It is the intent of this specification that the Contractor shall verify all dimensions before starting the work and the ordering of any material. 2.0 PROPOSED IMPROVEMENTS 2.01 NEW WORK Pumps: The project consists of the installation of three (3) 7.5 MGD horizontal split case pumps, motors and bases, suction and discharge pipe, valves and fittings, variable speed drives, electrical feed to support the new pumps, HVAC: The existing HVAC will be upgraded to maintain humidity and temperature in the pumping station electrical and control rooms. SCADA, Controls and Instrumentation: Upgrade of the process monitoring and control instrumentation, installation of analytical instrument panels, control system integration and an upgrade of the SCADA system to Utility Department Standard Hardware/Software Platform. 01000 Scope of Work Page 1 of 4 2.02 DEMOLITION PUMPS: The Contractor shall demolish the two (2) existing 5 MGD pumps, motors, bases and suction/discharge pipes. Note that several fittings and valves on the suction side will remain. After salvaging the ladder, grating and flow meters the existing meter vault will be demolished so that the walls are below the grade of the proposed concrete pavement and it will be filled with cement stabilized sand. Several panels of the existing concrete sidewalk will be removed and the existing 16 -inch discharge pipes will then be filled with grout. HVAC: The Contractor shall demolish of components of the existing HVAC system to facilitate construction of the new system. SCADA, Controls and Instrumentation: The Contractor shall demolish the existing analytical panels to facilitate construction of the new system. 3.0 SEQUENCE OF WORK 3.01 GENERAL The following schedule is a suggested process of which the Contractor is free to modify to suit his needs in completing the work. Under no circumstances will the pumping station be out of service for more than two consecutive days to carry out any of the tasks and the pumping station will have two (2) functioning pumps at all times during construction. The following schedule is set up so that Pumps 1 and 2 are functioning when Pump 3 is being constructed, Pumps 3 and 1 when Pump 2 is being constructed and Pumps 3 and 2 when Pump 1 is being constructed. 3.02 CONSTRUCTION SEQUENCE Task 1 - Pump 3 Tie-in to 42 -inch Discharge a. Remove existing 42 -inch restrained plug and thrust block b. Install 42" DIP, 42 -inch x20 -inch DIP Tee c. Tie -into the Existing 42 -inch Discharge Pipe and construct new thrust block d. Install 20 -inch DIP pipe and fittings and terminate above ground with temporary blind flange (as necessary) e. Provide temporary pipe supports as needed NOTE: Pumping Station can only be out of service for two (2) days to make any necessary connections to the 42" discharge pipe. 01000 Scope of Work Page 2 of 4 Task 2 - Construct Pump 3 a. Construct Pump 3 concrete base, 14-inch/20-inch suction piping/fittings and 16-inch/20-inch discharge piping/fittings complete with pipe supports b. Tie -into the Existing 48 -inch Suction Pipe c. Construct VFD panel and electrical improvements d. Commission Pump 3 NOTE: Pumping Station can only be out of service for two (2) days to make any necessary connections to the 48" suction pipe. Task 3 - Construct HVAC Demolish existing HVAC and construct new HVAC. NOTES: a.) Task 3 will start at the same time as Tasks 1, 2 and 4 b.) Pumping Station can only be out of service for two (2) days to make any necessary connections to the HVAC system. Task 4 - Construct Upgrade to SCADA/Controls/Instrumentation Demolish existing SCADA/Controls/Instrumentation and construct new. NOTES: a.) Task 4 will start at the same time as Tasks 1, 2 and 3. b.) The pumping station can only be out of service for two (2) days to make any necessary connections to the SCADA, controls and instrumentation. Task 5 - Pump 2 Tie-in to 42 -inch Discharge a. Once Task 2 is complete and Pump 3 is in service the Contractor can take Pump 2 out of service and begin the demolition of the existing Pump 2 electrical and mechanical systems. b. Tie -into the Existing 42 -inch x 16 -inch Tee. c. Install 20" DIP pipe and fittings and terminate above ground with temporary blind flange (as necessary). d. Provide temporary pipe supports as needed. NOTE: Pumping Station can only be out of service for two (2) days to make any necessary connections to the 42" x 16" Tee. Task 6 - Construct Pump 2 a. Construct Pump 2 concrete base, 14-inch/18-inch suction piping/fittings and 16-inch/20-inch discharge piping/fittings. b. Tie -into existing 48 -inch suction pipe. c. Construct VFD panel and electrical improvements. d. Commission Pump 2. 01000 Scope of Work Page 3 of 4 NOTE: Pumping Station can only be out of service for two (2) days to make any necessary connections to the 48" suction pipe. Task 7 - Pump 1 Tie-in to 42 -inch Discharge a. Once Task 6 is complete and Pump 2 is in service the Contractor can take Pump 1 out of service and begin the demolition of the existing Pump 1 electrical and mechanical systems. b. Tie -into the existing 42 -inch x 16 -inch tee. c. Install 20" DIP pipe and fittings and terminate above ground with temporary blind flange (as necessary). d. Provide temporary pipe supports as needed. NOTE: Pumping Station can only be out of service for two (2) days to make any necessary connections to the 42" x 16" Tee. Task 8 - Construct Pump 1 a. Construct Pump 1 concrete base, 14-inch/18-inch suction piping/fittings and 16-inch/20-inch discharge piping/fittings. b. Tie -into existing 48 -inch suction pipe. c. Construct VFD panel and electrical improvements d. Commission Pump 1. NOTE: Pumping Station can only be out of service for two (2) days to make any necessary connections to the 48" suction pipe. Task 9 - Site Work Once the improvements to Pump 1 and 2 have been completed the Contractor shall demolish the meter vault and fill the existing 16 - inch discharge pipes with grout. He will then construct the concrete sidewalk, concrete pavement, and permanent the pipe supports. The final step will be to install grass seed, and conduct building/site clean-up. 01000 Scope of Work Page 4 of 4 01011 EQUIPMENT DOCUMENTATION REQUIREMENTS PART 1 - GENERAL A. INTENT The intent of this specification is to provide definite requirements for the format of operating and maintenance documentation for all purchased equipment to be transmitted by the Contractor to the Owner. This includes all mechanical, electrical, and instrumentation equipment. B. APPLICABLE STANDARDS Work shall be in accordance with the applicable codes and standards of the following organizations: INSTRUMENT SOCIETY OF AMERICA (ISA) NATIONAL ELECTRIC CODE (NEC) NATIONAL ELECTRICAL MANUFACTURERS ASSOCIATION (NEMA) INSTITUTE OF ELECTRICAL AND ELECTRONIC ENGINEERS (IEEE) AMERICAN NATIONAL STANDARDS INSTITUTE (ANSI) OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970, AS AMENDED (OSHA) PART 2 - PRODUCTS A. DOCUMENTATION FORM - HARDCOPY Four printed copies of each maintenance and operating manual shall be submitted. B. DOCUMENTATION - ELECTRONIC FORMAT 1. One electronic copy of each maintenance and operating manual shall be submitted: Contractor shall submit 2 hardbound copies for review as indicated below, prior to final inspection, bound in 8-1/2 x 11 inch three D side ring binders with durable covers. Binder shall include labeled dividers for each section. Engineer shall review, provide comments, and return to contractor. After final approval, contractor shall submit final copies within 14 days after final review. a. The Operating and Maintenance (O&M) manuals shall be in a "multimedia format" suitable for viewing with Microsoft's Internet Explorer, or Adobe Reader. As a minimum the Introduction, Table of Contents, and Index shall be in HTML (Hyper Text Markup Language) format, with hypertext links to the other parts of the manual. The remainder of the manual can be scanned images or a mixture of scanned images and text. b. The common formats for scanned images - GIF, TIFF, JPEG, PDFs etc. - shall be used. If software in addition to the Internet Explorer web browser (e.g. a web browser "plug-in") is required for viewing images or other portions of the documentation, the Contractor shall provide this software on the CD-ROM with the documentation. 01011 Equipment Documentation Requirements Page 1 of 3 c. Prepare binder covers with printed title "OPERATION AND MAINTENANCE INSTRUCTIONS", title of project, and subject matter of binder when multiple binders are required. d. Internally subdivide the binder contents with permanent page dividers, logically organized as described below; with tab titling clearly printed under reinforced laminated plastic tabs. e. Contents: Prepare a Table of Contents for each volume, with each Product or system description identified, type on white paper. f. Part 1: Directory, listing names, addresses, and telephone numbers of Engineer, Contractor, Subcontractors, and major equipment suppliers. Part 2: Operation and maintenance instructions, arranged by system and subdivided by specification section. For each category, identify names, addresses, and telephone numbers of Subcontractors and suppliers. Identify the g - following: 1) List of equipment. 2) Parts list for each component. 3) Operating instructions. 4) Maintenance instructions for equipment and systems. 5) Maintenance instructions for special finishes, including recommended cleaning methods and materials and special precautions identifying detrimental agents. h. Part 3: Project documents and certificates, including the following: 1) Panel layout drawings and schematics generated in AutoCAD and viewable in Adobe acrobat. 2) Product data, equipment manuals and related information. (All hard copy manuals that are normally provided with equipment shall be provided in electronic PDF format.) 3) Certificates. 4) Photocopies of warranties. i, The final manuals shall be delivered on a CD-ROM to Engineer for review. CD-ROM shall be labeled with city project title, number, and content. Engineer shall review CD-ROM and, once approved, deliver to City. 01011 Equipment Documentation Requirements Page 2 of 3 The Contractor (or Subcontractor) is encouraged to view the electronic Operating and Maintenance Manual at the O.N. Stevens Water Treatment Plant prior to beginning work on the manuals for this project. 1) The electronic copy must contain all the information present in the printed version of the manual. C. RECORD DRAWINGS 1. Contractor shall submit red -lined drawings to Engineer at the completion of the project. D. SPARES LIST AND MAINTENANCE SCHEDULE The Contractor shall be responsible for submitting a list of recommended spare parts and a recommended maintenance schedule for all instrumentation and electrical equipment provided as part of this project. PART 3 - EXECUTION (Not used) END OF SECTION 01011 Equipment Documentation Requirements Page 3 of 3 01200 - EXISTING OBSTRUCTIONS 1.0 GENERAL The drawings show the locations of all known surface and subsurface structures. In the case of underground obstructions such as existing water, sewer, storm sewer, gas, electrical or other utility lines that are not shown on the drawings, their location is not guaranteed. The Owner assumes no responsibility for failure to show any or all these structures on the drawings or to show them in their exact location. It is assumed, that, the Contractor has thoroughly inspected the site, is informed as to the correct location of surface structures, and has included the cost of such incidental work in the price bid, and has considered and allowed for all foreseeable incidental work due to variable sub -surface conditions, whether such conditions and such work are fully and properly described on the drawings or not. Minor changes and variations of the work specified and shown on the drawings shall be expected by the Contractor and allowed for as incidental to the satisfactory completion of a whole and functioning work or improvement. 2.0 ABANDONED LINES When a line is uncovered that is not necessary for the proper operation of the proposed improvements, the Contractor shall notify the Engineer for further review. 3.0 SERVICE LINES When an un -shown line is uncovered that must remain in service for the proper operation of the proposed improvements, the Contractor shall notify the Engineer for further review. 4.0 TRENCHING AHEAD 4.01 General: The Contractor is required to conduct trenching operations in a manner which will allow conflicts to be anticipated thereby allowing measures to be taken in certain cases to circumvent the conflict. Specifically the Contractor shall do the following: a. Trenching shall be performed a minimum of 100 feet (or the total length of the trench) ahead of pipe laying operations. Pilot Trenches may be used at the Contractor's option. b. If un -shown buried lines are discovered which may cause conflict, Contractor shall stop pipe -laying operations and notify Engineer of discovery. 4.02 Grade Alignment of Pipes in Pressure Service: ("Pressure Service" is defined as any system subject to a hydrodynamic or hydrostatic head induced by pumping or a reservoir of fluid.) If a conflict can be avoided by adjusting grades up or down and no additional fittings are required, no claim for additional compensation for extra work will be considered. 01200 - Existing Obstructions Page 1 of 2 4.03 Avoidable Conflicts: Are those conflicts occurring because of the Contractor's failure to comply with 4.01 and which could have been avoided by grade adjustment in accordance with 4.02. 5.0 PRE -CONSTRUCTION EXPLORATORY EXCAVATIONS The contractor is required to carry out pre construction exploratory excavation as described in Section 01 31 00. END OF SECTION 01200 - Existing Obstructions Page 2 of 2 01614 - DELIVERY, STORAGE AND HANDLING OF MATERIALS AND EQUIPMENT 1.0 GENERAL 1.01 SCOPE This section covers delivery, storage, and handling of materials and equipment. 1.02 SPECIFICATION TYPE This specification is a performance specification as defined Article TS -1 in the Technical Special Provisions. 1.03 DELIVERY The Contractor shall be responsible for delivering equipment and materials to the construction site. He shall comply with the requirements specified herein and shall provide required information concerning the shipment and delivery of the materials specified in this Contract. These requirements also apply to any sub -contractors and suppliers making direct shipments or deliveries to the jobsite. The Contractor shall accept all responsibility for the safe handling and protection of the equipment and materials furnished under this Contract. Final acceptance of the equipment shall be made after it is installed, tested, placed in operation and found to be in compliance the contract documents. The Contractor shall check all items delivered against packing lists immediately on delivery to the construction site. If portions of the equipment are delivered in several individual shipments they shall be subject to review by the owners authorized representative before shipment. If permitted, all partial shipments shall be marked to facilitate installation. 1.04 STORAGE Once delivered to the site, all equipment and materials shall immediately be stored and protected until installed by the Contractor. Items that are stacked shall be protected from damage by safely installed spacers or load distributing supports. Miscellaneous steel shapes and reinforcing steel shall not be directly stored on the ground. All lime and cementitious type products shall be stored off the ground on pallets and shall be covered and kept dry at all times. Pipe, fittings, and valves must be placed on 01614 Delivery, Storage and Handling of Materials and Equipment Page 1 of 2 wooden pallets or fabricated blocking. Plastic materials such as PVC pipe, geomembranes, and plastic liner shall also be stored off the ground on pallets and must be protected from direct sunlight Masonry units shall be handled and stored in a manner to minimize any breakage, chipping, cracking, and spalling. All mechanical (pumps, motors, HVAC), and electrical (VFD, MCC) and control equipment shall be stored in structures that are weathertight. These structures shall be maintained at a temperature above 60°F and designed to protect the contents against moisture and water damage. Equipment that is furnished to the construction site with space heaters shall be connected to a power supply and operated continuously prior to installation. Equipment with gears, bearings, seals, etc. shall be stored fully lubricated with oil, grease, or other, as required by the manufacturer. The Manufacturer's storage instructions take precedence and shall be carefully followed by the Contractor. Equipment with moving parts shall be rotated as required by the equipment manufacturer. Typically this shall be done a minimum of twice a month to ensure proper lubrication and to avoid metal to metal bonding. Once installed, the equipment shall be started and operated periodically at one-half load to ensure that the equipment does not deteriorate from lack of use. The manufacturer's instructions shall be consulted and followed prior to and during these operations. Once the equipment has been installed the lubricants shall be changed as required by the equipment manufacturer's requirements during the period between installation and acceptance. The Contractor is responsible for providing and installing new lubricants in each piece of equipment up to the time of final acceptance. Equipment and materials that show any pitting, rusting or other harmful effects of storage shall not be installed. Spare pieces of equipment and spare parts shall be packaged for export and shall be suitable for long-term storage in a damp location. Spare items shall be package separately with the appropriate identification on the outside of the packing container. 1.05 HANDLING A11 items stored at the construction site shall be laid out to facilitate easy retrieval by the Contractor as he is constructing the improvements. The Contractor shall take precautions when removing the equipment for use to ensure the equipment handled in a manner that does not cause damage to the equipment. END OF SECTION 01614 Delivery, Storage and Handling of Materials and Equipment Page 2 of 2 01650 - REQUIREMENTS FOR START-UP OF EQUIPMENT 1.0 GENERAL 1.01 SCOPE This section covers requirements for start-up of all equipment and systems included in the contract documents. This specification and any additional requirements that may be specified in specific equipment specifications shall govern. The requirements of this section shall be satisfactorily completed prior to any field tests specified in the specific equipment sections. 1.02 SPECIFICATION TYPE This specification is a performance specification as defined Article TS -1 in the Technical Special Provisions 1.03 OPERATION Operation of equipment shall be by, or under the supervision of, qualified personnel having the knowledge and experience necessary to obtain proper results. All items of equipment and systems shall be tested for proper operation, efficiency, and capacity. All required adjustments, tests, operation checks, and other startup activity shall be provided by qualified personnel. All planning, supervising, executing and installation of the improvements shall be Contractor's responsibility. 1.04 COORDINATION All tests related to startup of equipment and systems shall be coordinated by the Contractor. The Contractor shall report the results to the Engineer in accordance with the contract documents. The test results related to starting of equipment and systems shall be accepted by the Contractor before Engineer will accept the equipment and the test results. The Contractor shall give written notice to Engineer at least 14 days before any offsite witness testing is performed or any field witnessed performance testing, unless otherwise specified. 2.0 EQUIPMENT TESTS 2.01 Factory Tests The equipment will be test run, at the manufacturer's facility as specified in the specific equipment sections. All cost associated with this testing shall be at the Contractor's expense. Upon completion the test results will be submitted to the Engineer for review. The equipment will not be shipped until the Engineer has reviewed the test results and provided written acceptance to the Contractor. Acceptance of the factory test results will not be considered as final acceptance. The final acceptance will be based on the test results of the equipment after installation. 01650 Requirements for Start-up of Equipment Page 1 of 3 2.02 Preliminary Field Tests The Contractor shall give all items of mechanical equipment a preliminary field test after installation to ensure proper operation. The preliminary field test shall follow the manufacturer's requirements, the requirements listed in this specification and any exceptions or additions indicated in the specific equipment sections. The duration of the test operation of each piece of mechanical equipment shall be for a period of not less than 8 hours without interruption. During this time all moving parts of equipment and machinery shall be carefully tested for operation, and adjusted so all parts move freely and function satisfactorily. All equipment shall be tested continuously under actual or simulated operating conditions. All parts shall operate satisfactorily in all respects, under continuous full load and in accordance with the specified requirements, for the full duration of the 8 hour test period. If any part of a unit shows evidence of unsatisfactory or improper operation during the 8 hour test period, correction or repairs shall be made and the full 8 hour test operation, as specified, shall be completed after all parts operate satisfactorily. The appropriate and approved test codes (American Society of Mechanical Engineers, Hydraulic Institute standards, and IEEE) shall be followed for testing of all process equipment, pumping equipment, drive motors and auxiliaries. No testing shall be conducted until after the work is substantially complete. Each item of equipment must be ready operation with other equipment at the pumping conducting the tests or starting the equipment all and calibrating procedures shall be submitted to and acceptance. for integrated station. Prior to testing, measuring, ENGINEER for review Prior to conducting the testing or start-up the equipment shall be properly filled with oil and grease, as required by the manufacturer's literature. The Contractor shall provide all labor, materials and power to safely conduct the equipment testing. The period of time required for instruction of DWNER's personnel shall be as specified in the Contract Documents. The inspection period, initial startup operation, and field adjustment shall be as required by the manufacturer to achieve satisfactory installation and operation of the items furnished. If an installation check by the equipment manufacturer is specified, the manufacturer's representative will make all necessary field adjustments and correct defects in materials or workmanship during this test period. The written instructions of the equipment manufacturer and the instructions of the manufacturer's field representative shall be followed for all equipment installed or placed in to operation under this Contract, including that furnished by others. 01650 Requirements for Start-up of Equipment Page 2 of 3 2.03 Field System Operation Test The Contractor shall conduct a field system operation test after all equipment is installed and the pump station is ready to operate. The test shall consist of the requirements listed herein and any exceptions or additions that are indicated in the specific equipment sections. The field system operation testing period shall be a minimum of 7 days. Each system shall be operated under actual or simulated operating conditions before the Engineer will accept the new equipment. Any defects of material, workmanship, or equipment which are discovered during this testing period shall be corrected by the Contractor. After the corrections have been made, the 7 day test shall be repeated, unless this requirement is waived by the Engineer. The Contractor shall provide all labor, materials and power to safely conduct the operation test. The final adjustments and inspections of all newly installed systems and equipment will be made by the manufacturer's factory trained service personnel. The service personnel will also supervise the test operation by the Contractor until such tests have been accepted by the Engineer. 3.0 ACCEPTANCE Once the field system operational testing has been completed each system will be accepted, if in the opinion of the Engineer the following conditions have been satisfied; • The system or equipment has operated satisfactorily without excessive power use, wear, or need for lubrication, or requiring undue attention; • The system or equipment's rotating parts operate without excessive vibration or noise at any operating condition; • All field tests for acceptance as specified in the equipment sections have been satisfactorily completed; • All field performance tests for baseline as specified in the equipment sections have been satisfactorily completed. All work completed in connection with the installation of equipment furnished by others will be subject to approval of the manufacturer's field representative prior to being accepted. Acceptance by the Owner or approval of the manufacturer's field representative will not relieve Contractor of responsibility for defective Work. END OF SECTION 01650 Requirements for Start-up of Equipment Page 3 of 3 02225 - STRUCTURAL EXCAVATION AND BACKFILL 1.0 GENERAL REQUIREMENTS 1.01 SCOPE This specification shall govern for all work necessary to accomplish the structural excavation required to complete the project. 1.02 SPECIFICATION TYPE This is a performance specification as defined in Article TS -1 of the Technical Special Provisions. 2.0 MATERIAL Structural excavation shall include all material encountered including earth, asphalt, base material, concrete, masonry, rock, trees, stumps, and roots. 3.0 CONSTRUCTION METHODS Contractor shall minimize encroachment of the excavation and backfilling operations on existing improvements (edge of pavement, retaining structures, etc.) 3.01 STRUCTURAL EXCAVATION ALL DEPTHS A. GENERAL The limit of excavation shall be such to 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 and driveways. Gutters shall be kept clear. B. EXCAVATION SAFETY The Contractor's excavation safety procedures shall, in all respects, meet the current standards established by the U. S. Department of Labor, Occupational Safety and Health Administration (OSHA) on excavation, trenching and shoring. C. RESPONSIBILITY Contractor has the sole and exclusive responsibility for the sufficiency of the trench excavation safety systems utilized. The Contractor shall specifically agree that neither the Owner nor the Engineer has such responsibility, and Contractor will not rely on the Owner or the Engineer or any of their representatives for inspection, design, supervision, construction or any other aspect of trench excavation safety protection. Contractor shall fully indemnify, save and hold harmless Owner and Engineer, their employees and agents (hereinafter the Indemnities) against any and all liability, damage, loss, claims, demands and actions of any nature whatsoever on account of personal injuries (including, without limitation on the foregoing, workers' compensation and death claims), or property loss or damage of any kind whatsoever, which arise out of or are in any manner connected with, or are claimed to 02225 - Structural Excavation and Backfill Page 1 of 4 arise out of or be in any way connected with, the negligence of the Contractor in the inspection, design, engineering, supervision, construction, safety devices or other activity connected with the trench excavation safety protection under this Agreement. Contractor shall, at his own expense, investigate all such claims and demands, attend to their settlement or other disposition, defend all actions based thereon and pay all charges of attorneys and all other costs and expenses of any kind arising from any such liability, damage, loss, claims demands, and actions. D. VERTICAL SIDES When necessary to protect existing or proposed structures or other improvements, the Contractor shall maintain vertical sides of the excavation. The limit 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, trees, 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 in such a manner as to prevent injurious caving. E. SLOPING SIDES Where sufficient space is available, and the depth is less than 5 feet the Contractor shall be allowed to back slope the sides of the excavation. The back slope shall be such that the excavation shall be safe from caving. The type of material being excavated shall govern the back slope used. The Contractor shall be responsible for determining the back slope used, but in any case the back slope shall be no steeper than 1 foot horizontal to 1 foot vertical. 3.02 DEWATERING The Contractor shall keep the excavation free from water by use of cofferdams, bailing, pumping, well point, or any combination as the particular situation may warrant. All dewatering 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 dewatered condition a sufficient period of time to insure the safety of the structure, but in no case shall dewatering be terminated sooner than 7 days after placing concrete. All dewatering methods and procedures are subject to the approval of excavation shall be protected from excessive The excavation shall be inspected and before work on the structure is started. specifications that the Contractor foundation bed for footings and undisturbed earth without additional cost to the Owner, regardless of the soil conditions encountered. The Engineer will be the judge as to whether these conditions have been met. The Contractor shall pile excavated material in a manner that will not endanger the work. the Engineer. The rainfall and drying. approved by the Engineer It is the intent of these provide a relatively smooth, firm slabs that bear directly on the 02225 - Structural Excavation and Backfill Page 2 of 4 3.03 UNAUTHORIZED OVER -EXCAVATION Excavation for slabs, footings, etc., that bear on earth shall not be carried below the elevation shown on the drawings. In the event the excavation is carried on below the indicated elevation, the Contractor shall bring the slab, footing, etc., to the required grade by filling with concrete having a minimum compressive strength of at least 3000 psi.at 28 days. 3.04 BACKFILL MATERIAL A. GENERAL: Suitable material chosen from the excavation shall be used for backfill. The material chosen shall be free of large lumps or clods, which will not readily break down under compaction. This material will be subject to approval by the Engineer. Backfill material shall be free of vegetation or other extraneous material. Excavated materials which are to be used for fill or backfill may be stockpiled on the site. Location of stockpiles shall be approved by the Engineer. Top soil should be stockpiled separately and used for finish grading around structure. B. FIBERGLASS MANHOLES AND WET WELLS: Cement stabilized sand shall be used for backfill around manholes and/or wet wells for a distance of 2 feet from the outside surface and extending from the bottom of the excavation to the bottom of the top slab. Suitable material (as set out above) chosen from the excavation may be used for the remainder of the backfill. Location of stockpiles shall be approved by the Engineer. 3.05 SCHEDULE OF BACKFILLING A. CONCRETE AND MASONRY STRUCTURES: The Contractor shall begin backfilling of concrete structures no sooner than 7 days but no later than 14 days, after they are cast. The Contractor shall backfill brick and mortar structures after they have been in place at least 3 days. B. Fiberglass Manholes and Wet Wells: The Contractor may begin backfilling of manholes and/or wet wells as soon as the concrete has been allowed to cure and any forms are removed. 3.06 BACKFILL A. GENERAL: Backfill shall be placed in layers of not more than 9 inches (loose measure) and mechanically tamped to at least 95% Standard Proctor Density - A.S.T.M. Specification D-698. Flooding will not be permitted. Backfill shall be placed in such a manner as to prevent any wedging action against the structure. 02225 - Structural Excavation and Backfill Page 3 of 4 B. FIBERGLASS MANHOLES AND WET WELLS: Backfill shall be placed in layers of not more than 6 inches (loose measure) and mechanically tamped to at least 95% Standard Proctor Density. Flooding will not be permitted. Backfill shall be placed in such a manner as to prevent any wedging action against the structure. 3.07 EXCESS AND UNSUITABLE MATERIAL All excess and/or unsuitable excavated material shall be loaded and hauled off by the Contractor. END OF SECTION 02225 - Structural Excavation and Backfill Page 4 of 4 02226 - PIPE TRENCH EXCAVATION AND BACKFILL 1.0 GENERAL REQUIREMENTS 1.01 SCOPE This specification shall govern for all work necessary to accomplish the pipe trench excavation for all piping required to complete the project. 1.02 SPECIFICATION TYPE This is a performance specification as defined in Article TS -1 of the Technical Special Provisions. 2.0 MATERIAL Trench excavation shall include all material encountered including dirt, asphalt, base material, concrete, masonry, rock, trees, stumps and roots. Trench excavation will not be measured. 3.0 CONSTRUCTION METHODS Contractor shall minimize encroachment of the trenching and backfilling operations on existing improvements (Edge of pavement, retaining structures etc.). 3.01 TRENCHES ALL DEPTHS A. GENERAL The Contractor shall schedule the excavation of pipe trenches at such times and in such sequence as to present the least interference with other items of the work and the operation of the existing facilities. The Contractor shall pile excavated material in a manner that will not endanger the work, and will avoid obstructing sidewalks and driveways. Gutters shall be kept clear. B. TRENCH EXCAVATION SAFETY: The Contractor's trench excavation safety procedures shall, in all respects, meet the current standards established by the U. 5. Department of Labor, Occupational Safety and Health Administration (OSHA) on excavation, trenching and shoring. C. RESPONSIBILITY: Contractor has the sole and exclusive responsibility for the sufficiency of the trench excavation safety systems utilized. The Contractor shall specifically agree that neither the City nor the Engineer has such responsibility, and Contractor will not rely on the City or the Engineer or any of their representatives for inspection, design, supervision, construction or any other aspect of trench excavation safety protection. Contractor shall fully indemnify, save and hold harmless City and Engineer, their employees and agents (hereinafter the Indemnities) against any and all liability, damage, loss, claims, demands and actions of any nature whatsoever on account of personal injuries (including, without limitation on the foregoing, workers' compensation and death claims), or property loss or damage of any kind whatsoever, which arise out of or are in any manner connected with, or are claimed to arise out of or be in any way connected with, the negligence of the 02226 - Pipe Trench Excavation and Backfill Page 1 of 4 Contractor in the inspection, design, engineering, supervision, construction, safety devices or other activity connected with the trench excavation safety protection under this Agreement. Contractor shall, at his own expense, investigate all such claims and demands, attend to their settlement or other disposition, defend all actions based thereon and pay all charges of attorneys and all other costs and expenses of any kind arising from any such liability, damage, loss, claims demands, and actions. D. VERTICAL SIDES When necessary to protect existing or proposed structures or other improvements the Contractor shall maintain vertical sides of the trench. The maximum width of trench is set out on the Drawings. 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, trees, etc. The Contractor shall be responsible for the design and adequacy of all shoring, bracing and sheeting. The Contractor shall remove shoring, bracing and sheeting, as the excavation is backfilled, in such a manner as to prevent injurious caving. E. SLOPING SIDE: Where sufficient space is available, and depth is less than 5 feet the Contractor shall be allowed to back slope the sides of the excavation. The back slope shall be such that the excavation shall be safe from caving. The type of material being excavated shall govern the back slope used. The Contractor shall be responsible for determining the back slope used, but in any case the back slope shall be no steeper than 1 foot horizontal to 1 foot vertical. 3.02 TRENCHING AHEAD Contractor shall conduct trenching operations in a manner that will allow conflicts to be anticipated as noted in Technical Specification 01200. 3.03 UNAUTHORIZED OVER -EXCAVATION If the Contractor should excavate below the proposed trench grade (without authorization of the Engineer) the Contractor shall correct the grade by filling in with sand and tamping thoroughly as directed by the Engineer. 3.04 TREES, STUMPS OR ROOTS Where trees, stumps or roots are encountered, they shall be removed and disposed of by the Contractor. Roots shall be cut off flush with the sides of the trench. 3.05 ROCKS, BOULDERS, EXISTING STRUCTURES ETC. Where rocks, boulders, existing structures or other unsuitable soil conditions are encountered, they shall be removed by the Contractor to a depth of 12 inches below the grade line for the full width of the trench and refilled with sand and tamped thoroughly as directed by the Engineer. 02226 - Pipe Trench Excavation and Backfill Page 2 of 4 3.06 MAINTENANCE OF FLOW IN SEWERS AND DRAINS The Contractor shall make adequate provision for maintaining the flow of sewers and drains encountered during construction. 3.07 DEWATERING The Contractor shall keep the pipe trench free from water by use of bailing, pumping, well points or any combination as the particular situation may warrant. It is the intent of these specifications to install pipe on a firm dry bed. All dewatering methods and procedures are subject to the approval of the Engineer. The cessation of the dewatering operation will be accomplished during a sufficient period of time to insure that there is no displacement of the pipe due to unequal hydrostatic pressure. 3.08 UNSTABLE TRENCH BOTTOM When the soil encountered at the established bedding grade is a quicksand, muck or similar unsuitable material, the Contractor shall proceed as follows: All unstable soil shall be removed to a depth of 2 feet below bottom of pipe for pipe 2 feet or more in diameter, and to a depth equal to the diameter of pipe for pipe less than 2 feet in diameter. 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 tamping as required to provide a stable foundation for the structure. Soil which is considered to be of sufficient stability to sustain properly the adjacent sections of the roadway (or other) embankment will be considered a suitable foundation material for the pipe. 3.09 UNYIELDING TRENCH BOTTOM When the soil encountered at the established bedding grade is ledge rock, rocking or gravelly soil, hard pan or other unyielding material, such materials shall be removed prior to bedding the pipe. These materials shall be excavated for a minimum of 6 inches below the bottom of the pipe and shall be replaced with sand. 3.10 SHAPING TRENCH BOTTOM The bottom of the trench shall be shaped to support the bottom quadrant uniformly and for its entire length. Provide bell holes for couplings. The pipe shall be bedded in a foundation of stable material accurately shaped to fit the lower part of the pipe exterior. 3.11 BACKFILL AND BEDDING MATERIAL Material shall be one of the following; a.) A well graded gravel, gravel -sand mixture, crushed well graded rock with little or no fines, free of foreign material (GW or SW) % Passing No. 200 Sieve: 5% by weight Plasticity Index: Non -plastic b.) A poorly graded gravel or sand little or no fines free of foreign material GP or SP) as follows: 02226 - Pipe Trench Excavation and Backfill Page 3 of 4 % Passing No. 200 Sieve 5% by weight Plasticity Index NP to 4 max. 3.12 BEDDING AND INITIAL BACKFILL A. GENERAL: Bedding and initial backfill is defined as that material from 8" below the bottom of the pipe to 8" above the top of the pipe for pipes 16" and smaller and 12" below the bottom of the pipe to 12" above the top of the pipe for pipes greater than 16" dia. The bedding and initial backfill shall be sand as specified above. B. PLACEMENT AND COMPACTION: The Contractor 8 -inch layers density between ASTM D-698 with top of the pipe pipe equally to 3.13 FINAL BACKFILL A. GENERAL: 1. shall place bedding and initial backfill in maximum (loose measure) and mechanically compact it to a 90% and 95% of the maximum density as determined by a moisture content near optimum. Backfill below the shall be placed and compacted along the sides of the prevent strain on or displacement of the pipe. Definition of Final Backfill: Final backfill is defined as that backfill from 8" (12" for pipe dia. greater than 16") above the top of the pipe to finished subgrade or ground line. 2. Unpaved Areas: In these areas not under existing or proposed pavement suitable material chosen from the excavation shall be used for final backfill. The material chosen shall be free of large lumps, or clods, which will not readily break down under compaction. Backfill material shall be free of vegetation or other extraneous material. Material will be subject to approval by the Engineer. In these areas not under existing or proposed pavement, the last 6 inches of backfill shall be topsoil. 3. Paved areas: In these areas under existing or proposed pavement the final backfill shall be cement stabilized sand. B. PLACEMENT AND COMPACTION The Contractor shall place final backfill in maximum 8 -inch layers (loose measure) and mechanically compact it to a density between 90% and 95% of the maximum density ASTM D-698 with a moisture content near optimum. Water tamping, jetting or flooding in not allowed on this project. 3.14 EXCESS AND/OR UNSUITABLE MATERIAL All excess and/or unsuitable excavated material shall be loaded, hauled and legally disposed of off site by the Contractor. END OF SECTION 02226 - Pipe Trench Excavation and Backfill Page 4 of 4 SECTION 02620 - STORM WATER POLLUTION PREVENTION 1.0 GENERAL 1.01 SCOPE: This specification shall govern for all work under the contract related to storm water pollution prevention. 1.02 SPECIFICATION TYPE: This is a performance specification as defined in Article TS -1 of the Technical Special Provisions. 2.0 REQUIREMENTS 2.01 General: The intent of storm water management is to improve water quality by reducing the pollutants in storm water discharges from the site. Storm water means storm water runoff, surface runoff and drainage from the construction site. The Contractor must implement the Best Management Practices (BMP) for the construction activities as outlined in the Storm Water Pollution Prevention Plan (SWP3). Attached to and a part of this specification is the following item: a. Storm Water Pollution Prevention Plan (SWP3) as shown on Sheet 7. 2.02 Storm Water Pollution Prevention Plan [SWP3]: a. General: A SWP3 has been prepared for this project and is included with this specification. The SWP3 identifies potential sources of pollution that may be expected to affect the quality of storm water discharges from the construction site and includes a site description, erosion and sediment controls, storm water management, other controls, maintenance procedures and inspection procedures. The Contractor shall implement, maintain and inspect the control techniques required by the SWP3. b. Inspection and Maintenance: Inspection and maintenance is required for all areas disturbed by construction activity and for all erosion and sediment controls that are used. Inspection shall be performed at least once a week, and within 24 hours of a storm event of 0.5 inches or greater for as long as a portion of the site is disturbed. The Contractor should select one individual who will be responsible for the inspection and maintenance of the system. The inspector will look at the control measures and determine if they are performing correctly and effectively. A report form is provided in the SWP3 for the inspector to use. Additional information and requirements are detailed on Sheet 7. 02620 - Storm Water Pollution Prevention Page 1 c. Storm Water Pollution Prevention Plan: The SWP3 is included in the following information contained in this specification. Copies of the document will be kept at the site of the construction activities at all times. 3.0 STORM WATER POLLUTION PREVENTION PLAN: 3.1 Project Description: a. General The project limits are shown on Sheet 7. It is anticipated that the sites disturbance will be less than one acre and as such will not require NOI, NOT or a construction site notice. b. Project Location This project is located on the Southside of the City of Corpus Christi, as shown on Sheet 1. c. Owner: City of Corpus Christi d. Construction Contractor: e. Name of Receiving Waters: Oso Creek 3.2 Best Management Practices (BMP): a. Erosion Controls: The existing vegetation must be preserved to the greatest extent possible. The areas disturbed by construction will be seeded to provide stabilization and prevent erosion. The stabilization measures shall be implemented as soon as practicable in portions of the site where construction activities have ceased. Stabilization practices must be implemented no later than 14 days after the construction activities in any portion of the site have ceased. The above timing for stabilization practices does not apply to the following; areas where construction activity will resume in the area within 21 days, or in arid, semi and or drought stricken areas. In these areas the stabilization measures will take place as soon as practicable. Other erosion control measures which may be implemented include: • Temporary Vegetation • Blankets/Matting • Mulch • Sod • Interceptor Swale • Diversion Dike • Erosion Control Compost • Mulch Filter Berms and Socks • Compost Filter Berms and Socks 02620 - Storm Water Pollution Prevention Page 2 b. Sedimentation Controls: Sedimentation controls will be implemented to retain sediment onsite and minimize offsite transport to the extent practicable. Silt fence will be installed on the slopes to prevent sediment from entering Oso Creek during construction. Sediment must be removed no later than the time that the capacity of the control is reduced by 50%. If sediment escapes from the site the accumulations must be removed at a frequency so as to minimize further negative effects and whenever feasible prior to the next rain. Other sedimentation controls which may also be used include: • Sand Bag Berm • Rock Berm • Brush Berms • Mulch Filter Berms and Socks • Compost Filter Berms and Socks • Silt Fence • Hay Bale Dike • Triangular Filter Dike • Stone Outlet Sediment Traps • Sediment Basins • Erosion Control Compost c. Post -Construction TSS Control: Grass seed will be placed on disturbed areas to reduce the total suspended solids load in the storm water runoff. Other post - construction TSS control measures which may be implemented include: • Retention/Irrigation • Constructed Wetlands • Extended Detention Basin • Wet Basins • Vegetative Filter Strips • Vegetation Lined Drainage Ditches • Grassy Swales • Sand Filter Systems • Erosion Control Compost • Mulch Filter Berms and Socks • Compost Filter Berms and Socks 02620 - Storm Water Pollution Prevention Page 3 3.3 Other Controls: a. Waste Disposal: (1) Waste Materials: All waste materials will be collected and stored in a securely lidded metal Dumpster rented from a reputable disposal company licensed for solid waste disposal. The Dumpster will meet all local, State and Federal solid waste management regulations. All trash and construction debris from the site will be disposed in the Dumpster. The Dumpster will be emptied as necessary and the trash hauled to a permitted waste disposal site. No construction waste materials will be buried on site. All personnel will be instructed regarding the correct procedure for waste disposal. The Pollution Prevention Plan will be posted in the office trailer and the Construction Superintendent will be responsible for seeing that these procedures are followed. (2) Hazardous Waste: All hazardous waste materials will be disposed of in the manner as required by City, State or Federal regulations or by the materials manufacturer. All personnel will be instructed regarding the correct procedure for handling hazardous waste and the Construction Superintendent will be responsible for seeing that these procedures are followed. (3) Sanitary Waste: All sanitary waste will be collected from portable units as necessary and/or required by governing regulations. Collection will be by a licensed or permitted Disposal Company and the waste properly disposed of. b. Offsite Vehicle Tracking: Stabilized construction entrances will be provided to help reduce vehicle tracking of sediments. The paved street adjacent to the site entrance will be swept daily to remove any excess mud, dirt or rock tracked from the site. c. Sprinkling for Dust Control The Contractor shall provide water as needed to sprinkle areas in order to control and minimize the generation of dust. 3.4 Demonstration of Compliance with Federal, State and Local Regulations: This plan follows the outline provided to meet the requirements of State regulations concerning storm water management. 3.5 Maintenance/Inspection Procedures: a. General: All erosion, sedimentation, post -construction TSS and other protective measures identified in the SWP3 must be maintained in effective operating condition. If during the regular inspections the permittee notes that the measures are not performing as intended then maintenance must be performed before the next storm event. Any measure that has been rendered ineffective due to construction activity must be replaced or corrected immediately. 02620 - Storm Water Pollution Prevention Page 4 b. Maintenance and Inspection Practices for Erosion, Sedimentation and Post -Construction TSS Controls: These are the maintenance and inspection practices that will be used to maintain erosion and sedimentation and post -construction TSS controls. (1) Where possible, the site work will be performed in phases leaving certain areas undisturbed as the work progresses. (2) All control measures will be inspected at least once each week and within 24 hours of any storm event of 0.5 inches or greater. (3) All measures will be maintained in good working order; if a repair is necessary, it will be initiated within 24 hours of report. (4) Built up sediment will be removed from silt fence when it has reached one-third the height of the fence. (5) Silt fence will be inspected for depth of sediment, tears, to see if the fabric is securely attached to the fence posts, and to see that the fence posts are firmly in the ground. (6) Earthen dikes, sediment traps and check dams will be inspected to verify they are functioning as originally constructed. (7) Temporary and permanent seeding, planting, mulching, sod stabilization and sod filter strips will be inspected for bare spots, washouts and healthy growth. (8) A maintenance inspection report will be made after each inspection. A copy of the report form to be completed by the inspector is shown at the end of this section. (9) The Construction Superintendent will select one individual who will be responsible for inspections, maintenance and repair activities, and filling out the inspection and maintenance report. (10) Personnel selected for inspection and maintenance responsibilities will receive training from the Construction Superintendent. They will be trained in all the inspection and maintenance practices necessary for keeping the erosion and sediment controls used on site in good working order. (11) Inspection report with certification for compliance should be retained for at least three years. 3.6 Inventory For Pollution Prevention Plan: The materials or substances listed below are expected to be present onsite during construction: a. Lumber b. PVC pipe c. Ductile iron Pipe Fittings d. Concrete materials and reinforcing steel e. Polyethylene pipe and products f. Petroleum and asphalt products g. Paint h. Fertilizer i. Herbicides 02620 - Storm Water Pollution Prevention Page 5 3.7 Management Practice To Prevent Spills: a. General Material Management Practices: The following are the material management practices that will be used to reduce the risk of spills or other accidental exposure of materials and substances to storm water runoff. The following good housekeeping practices will be followed onsite during the construction project. (1) An effort will be made to store only enough product required to do the job. (2) All materials stored onsite will be stored in a neat, orderly manner in their appropriate containers and, if possible, under a roof or other enclosure. Products will be kept in their original containers with the original manufacturer's label. (4) Substances will not be mixed with one another unless recommended by the manufacturer. Whenever possible, all of a product will be used up before disposing of the container. (6) Manufacturers' recommendations for proper use and disposal will be followed. The site superintendent will inspect daily to ensure proper use and disposal of materials onsite. (3) (5) (7) b. Hazardous Products Management Practices: These practices are used to reduce the risks associated with hazardous materials. (1) Products will be kept in original containers unless they are not resealable. (2) Original labels and material safety data will be retained; they contain important product information. If surplus product must be disposed of, manufacturers' or local and State recommended methods for proper disposal would be followed. (3) c. Product Specific Practices The following product specific practices will be followed onsite. (1) Petroleum Product: All onsite vehicles will be monitored for leaks and receive regular preventive maintenance to reduce the chance of leakage. Petroleum products will be stored in tightly sealed containers, which are clearly labeled. Any asphalt substances used onsite will be applied according to the manufacturer's recommendations. (2) Fertilizers: Fertilizers used will be applied only in the minimum amounts recommended by the manufacturer. Once fertilizer will be worked in the soil to storm water. Storage will be in contents of any transferred to a partially limit a covered used bags of sealable plastic bin to 02620 - Storm Water Pollution Prevention Page 6 applied, exposure to shed. The fertilizer will be avoid spills. (3) Herbicides: Herbicides used will be applied only in the minimum amounts recommended by the manufacturer. Applications shall be accomplished only at times when wind will not cause over spray. Storage will be in a covered shed. Partially used containers of herbicides will be tightly resealed. (4) Paints: All containers will be tightly sealed and stored when not required for use. Excess paint will not be discharged to the storm sewer system but will be properly disposed of according to manufacturer's instructions or State and local regulations. (5) Concrete Trucks: Concrete trucks will wash out or discharge surplus concrete or drum wash water only in specific areas selected and maintained by the Contractor. The Contractor will remove this waste material at the completion of the project. 3.8 Spill Prevention And Cleanup: In addition to the management practices discussed in the previous sections of this plan, the following practices will be followed for spill prevention and cleanup: a. Manufacturers' recommended methods for spill cleanup will be clearly posted and site personnel will be made aware of the procedures and location of the information and cleanup supplies. b. Materials and equipment necessary for spill cleanup will be kept in the material storage area onsite. Equipment and materials will include but not be limited to brooms, dust pans, mops, rags, gloves, goggles, kitty litter, sand, sawdust, and plastic and metal trash containers specifically for this purpose. c. All spills will be cleaned up immediately after discovery. d. The spill area will be kept well ventilated and personnel will wear appropriate protective clothing to prevent injury from contact with a hazardous substance. e. Spills of toxic or hazardous material will be reported to the appropriate State or local government agency, regardless of the size. f. The spill prevention plan will be adjusted to include measures to prevent this type of spill from reoccurring and how to clean up the spill if there is another one. A description of the spill, what caused it, and the cleanup measures will also be included. The Construction Superintendent responsible for the day-to-day site operations will be the spill prevention and cleanup coordinator. He will designate at least one other site personnel who will receive spill prevention and cleanup training; this individual will become responsible for a particular phase of prevention and cleanup. The names of responsible spill personnel will be posted in the material storage area and in the office trailer onsite. g- 02620 - Storm Water Pollution Prevention Page 7 STORM WATER POLLUTION PREVENTION PLAN INSPECTION AND MAINTENANCE REPORT 1.) LOCATION OF BMP'S THAT NEED TO BE MAINTAINED: 2.) LOCATION OF BMP'S THAT FAILED TO OPERATE AS DESIGNED: 3.) LOCATIONS WHERE ADDITIONAL BMP'S ARE NEEDED: 4.) CHANGES REQUIRED TO THE POLLUTION PREVENTION PLAN: 5.) REASONS FOR CHANGES: INSPECTORS SIGNATURE: DATE: 02620 - Storm Water Pollution Prevention Page 8 DATE: STORM WATER POLLUTION PREVENTION PLAN INSPECTION AND MAINTENANCE REPORT STRUCTURAL CONTROLS SILT FENCE: INSPECTORS INITIALS: IS THE BOTTOM OF THE FABRIC STILL BURIED? IS THE FABRIC TORN OR SAGGING? ARE THE POSTS TIPPED OVER? HOW DEEP IS THE SEDIMENT? MAINTENANCE REQUIRED FOR SILT FENCE: TO BE PERFORMED BY: ON OR BEFORE: Note: Inspections and reports to be performed at least once each week and following any storm event of 'z inch or greater. 02620 - Storm Water Pollution Prevention Page 9 02802 - SEEDING (S-14) 1.0 GENERAL REQUIREMENTS 1.01 SCOPE This specification shall govern all work necessary for fertilizing, planting seeds and maintaining vegetation required to complete the project. 1.02 SPECIFICATION TYPE This is a performance specification as defined in Article TS -1 of the Technical Special Provisions. 2.0 MATERIALS 2.01 FERTILIZER All fertilizer shall be delivered in bags or clearly marked containers showing the analysis, name, trademark, and warranty. The fertilizer is subject to testing by the State chemist in accordance with the Texas fertilizer law. Fertilizer shall have an analysis of 12-12-12 (% of nitrogen, phosphoric acid, and potash) as determined by the Association of Official Agricultural Chemists. Fertilizer shall be free flowing and uniform in composition. 2.02 SEED Seed shall be labeled and meet the requirements of Labels shall indicate purity, germination, name and furnished shall be of the previous season's crop and shown on each bag shall be within twelve months project. the Texas Seed Law. type of seed. Seed the date of analysis of delivery to the The quantity of "Commercial Seed" required to equal the quantity of "Pure Live Seed" shall be computed by the following formula: Commercial Seed = Pure Live Seed x 10,000 % Purity x % Germination The quantity of pure live seed and type required are indicated below. See drawings for mixture. COMMON NAME Green Sprangletop Sideoats Grama (premier) Bermudagrass (Hulled) Bermudagrass (Unhulled) K. R. Bluestem Buffalograss Annual Ryegrass LB/ACRE OF PURE LIVE SEED SCIENTIFIC NAME FOR MIXTURES A B C Leptochloa Dubia Bouteloua Curtipendula Cynodon Dactylon Cynodon Dactylon Andropogon Ischaeum Pennisetum Ciliare Lolium Multiflorum Mixture - A: Recommended for clay December 1 thru May 1 Mixture - B: Recommended thru May 1 Mixture - C: Recommended November 30 or tight 1.4 0.6 7.0 1.2 5.0 1.4 7.4 1.2 4.2 5.0 0.6 30.0 1.5 20.0 soil planted between for sandy soil planted between for all soils planted between 02802 - Seeding Page 1 of 4 December 1 May 2 thru 2.03 MULCH Mulch shall be either the straw type, wood cellulose fiber type, asphaltic emulsion type or asphaltic emulsion over wood cellulose fiber type, whichever is indicated on the drawings. A. Straw Type - Straw mulch shall be of straw from stalks of domestic grain, Bermudagrass or cotton hulls or other approved by Engineer. B. Asphaltic Emulsion Type or Asphalt Emulsion Over Wood Cellulose Fiber Type - Shall conform to ASTM specification D 977, Grade SS -1 mixed with water (60% asphalt 40% water). C. Wood Cellulose Fiber Type - Wood cellulose fiber shall have no growth inhibiting ingredients and shall be dried with a moisture content less that 10% by weight. Fibers shall be dyed an appropriate color to facilitate visual metering and application of mulch. The cellulose fiber shall be manufactured so that after addition and agitation in slurry tank with fertilizers, seeds, and other approved additives, the fibers in the material will become uniformly suspended to forms a homogeneous slurry; when sprayed on the ground, the material shall form a uniform cover impregnated with seeds; the cover shall allow added water to percolate to the underlying soil. The fiber material shall be supplied in packages of not more than 100 lb. gross weight and shall be marked by the manufacturer to indicate the dry weight content. 2.04 EQUIPMENT The fertilizing, seeding and/or mulching operations shall be accomplished with equipment suitable to the required function. It shall be of current design and in good operating condition. Special seeding and mulching equipment must also meet the following requirements: A. Seeder - Equipment for applying a seed -fertilizer mix shall be a hydraulic seeder designed to pump and discharge a waterborne, homogeneous slurry of seed and fertilizer. The seeder shall be equipped with a power driven agitator, and capable of pressure discharge. B. Straw Mulch Spreader - Equipment used for straw mulch application shall be trailer mounted, equipped with a blower capable of 2000 r.p.m. operation and that will discharge straw mulch material thru a discharge boom with spout at speeds up to 220 feet per second. The mulch spreader shall be equipped with an asphalt supply and application system near the discharge end of the boom spout. The system shall apply asphalt adhesive in atomize form to the straw at a predetermined rate. The spreader shall be capable of blowing the asphalt -coated mulch, with a high velocity airstream, over the surface at a uniform rate, forming a porous, stable erosion - resistant cover. C. Wood Cellulose Fiber Mulch Spreader - Equipment used for this application of fertilizer, seeds, wood pulp, water and other additives shall have a built-in agitation system with sufficient capacity to agitate, suspend and homogeneously mix a slurry containing up to 40 lbs. of fiber plus the required fertilizer solids for each 100 gallons of water. It shall have sufficient agitation and pump capacity to spray a slurry in a uniform coat over the area to be mulched. 02802 - Seeding Page 2 of 4 2.05 WATER Water shall be fee from oils, acids, alkalies, and which may inhibit grass growth. Water shall be provided, transported and applied by the Contractor. 3.0 CONSTRUCTION METHODS 3.01 PREPARATION OF SEEDBED The area to be treated along with requirements for seed, fertilizer and other treatments shall be done as indicated on the drawings and as specified below. A. Tilling - The area to be seeded shall be tilled to a depth of 2 to 6 inches by disking, plowing, or other approved methods until soil condition is acceptable. 3.02 FERTILIZING Fertilizer shall be uniformly applied at a rate of 400 lb/acre, after tilling. Fertilizing and seeding shall be done concurrently. If seeds and fertilizer are distributed in a water slurry. The mixture shall be applied to the area to be seeded within 30 minutes after all the components have come into contact. 3.03 SEEDING The seed mixture shall be uniformly distributed at a rate specified above. A. Broadcast Seeding - Seed shall be placed with fertilizer, after tilling. After planting, the area shall be rolled on contour with a corrugated roller. B. Straw Mulch Seeding - Seed shall be placed with fertilizer, after tilling. After placement of the seed and fertilizer mixture, straw mulch shall be uniformly placed at a rate of 2 tons per acre. As soon as the mulch has been spread, it shall be anchored to the soil a minimum depth of 3 inches by use of a heavy, dulled sick harrow, set nearly straight. Disks shall be set approximately 9 inches apart. C. Straw Mulch With Asphalt Seeding - Seed, fertilizer, and straw mulch shall be placed as described in straw mulch seeding with the two exceptions. An asphalt -water emulsion shall be applied to the mulch near the discharge end of the boom spout at a rate of 300 to 600 gallons per acre. Mechanical anchoring by disking will not be required. D. Asphalt Mulch Seeding - The seed and fertilizer shall be placed as described for "Broadcast Seeding". After the area has been rolled, the area shall be watered sufficiently to assure a uniform moisture to a minimum depth of 4 inches. As asphalt -water emulsion shall be applied at a rate of 1,500 to 1,800 gallons per acre, immediately after watering. Asphalt shall be applied to the area in such a manner that a complete film is obtained and the finished surface shall be comparatively smooth. 02802 - Seeding Page 3 of 4 E. Wood Cellulose Fiber Mulch Seeding - After tilling, mulch shall be applied. Wood cellulose fibers shall be added to the hydraulic seeder after the proportionate amounts of seeds, fertilizer, water and other approved materials are added. Application shall be 1500 lb/acre on flats, 2000 lb/acre on 3:1 slopes, and 2500 lb/acre on 2:1 or greater. 100 lb. of fiber per acre shall be used when asphalt is to be applied over cellulose mulch. The mulch shall provide a uniform cover over the soil surface. F. Asphalt Over Wood Cellulose Fiber Mulch Seeding - "Wood Cellulose Fiber Mulch Seeding" shall be done as described above. After mulch has been placed, an asphalt -water emulsion shall be uniformly spread over the mulch at a rate of 1200 gallons per acre. 3.04 MAINTENANCE The Contractor will water, repair and reseed areas as required for a period of 45 days. This includes erosion damage. Maintenance does not include mowing or weed control, unless indicated on the plans. If at any time the seeded area becomes gullied or otherwise damaged, or the seedings have been damaged or destroyed, the affected portion shall be re-established to the specified condition prior to acceptance of the work. 3.05 GUARANTEE The Contractor shall assure 95% of the seeded area has established growth at 45 calendar days after seeding, unless indicated otherwise on the drawings. Where established, growth is defined as at least one plant per square foot. END OF SECTION 02802 - Seeding Page 4 of 4 03100 CONCRETE FORMWORK 1.0 GENERAL REQUIREMENTS 1.01 SCOPE This specification shall govern for all wo rk necessary for providing and installing concrete forms f required to complete the project. With t flatwork, concrete formwork systems shall rate of concrete placement in the forms of hour. 1.02 SPECIFICATION TYPE or he be any concrete exception of designed for designing, structure slabs and a minimum ten (10) vertical feet per This specification is a performance specification as defined in Article TS -1 of the Technical Special Provisions. 2.0 MATERIAL 2.01 WOOD FORMS Form lumber shall be seasoned, of good quality, free from loose or unsound knots, knot holes, twists, shakes, decay or other imperfections which would affect its strength or impair the finished surface of the concrete. Lumber used for facing or sheathing shall be surfaced on at least one side and two edges. All exposed concrete edges shall be chamfered. Molding used for chamfer strips shall be of redwood, cypress or pine of quality that will not split when nailed and which can be maintained to true lines. Chamfer strips to predetermined elevations just prior to placing final lift. 2.02 STEEL FORMS Metal forms shall provide a smooth straight surface and shall line up properly. Rivets and bolt heads in contact with concrete will be countersunk, level with surrounding surface. Metal surfaces in contact with concrete will be free from rust, paint or other foreign material that will disfigure or discolor concrete. Mount chamfer strip by Engineer approved methods and maintain as to grade and alignment. 2.03 FORM LINING Surfaces to be given a rubbed finish are to have form surfaces or form lining surfaces free of irregularities. Lining is to be of plywood made with waterproof adhesive, of 1/4 inch minimum thickness, preferably oiled at using. concrete presswood the mill and then re -oiled or lacquered on the job before An alternate to the plywood lining is tempered Masonite form presswood having a minimum 3/16 inch thickness. Keep moist at least 12 hours before applying to sheathing. Use smooth hard face as concrete contact surface. Facing may be constructed of 3/4 inch plywood made with waterproof adhesive, backed by adequate studs and wales; and, in this case, form lining will not be required. Carefully align edges and faces of adjacent panels. 03100 Concrete Formwork Page 1 of 3 2.04 FORM TIES Form ties shall be threaded rod or coil tie type designed and of such length to provide a cone shaped formed "setback" of 3/4" on each wall face. After removal of forms, the cone shaped void shall be grouted. All form ties shall incorporate a waterstop manufactured as an integral feature of the tie. Form ties shall be part of the form system design and shall be adequate for all aspects of said system including a minimum rate of concrete placement in the forms of ten (10) vertical feet per hour. The use of wire ties, "snap ties" or similar products will not be permitted, except that Engineer will consider Contractor proposals to utilize such products on a case by case basis. Temporary form spreaders will be removed as concrete is placed. Engineer will consider details of permanent form spreaders that Contractor may propose to use. A. VOID FORMS: Moisture resistant treated paper faces, biodegradable, structurally sufficient to support weight of wet concrete mix until initial set, 6 inches thick and void form cover sheets. 3.0 CONSTRUCTION METHODS 3.01 FALSEWORK Falsework shall be of rigid construction to prevent excessive settlement or deformation under imposed loading and to insure the safety of the workmen and the structure. Only sound timber shall be used for falsework. Falsework shall be designed using 150 pounds per square foot of horizontal surface of form. 3.02 FORMS Forms are to be constructed and placed in such a manner as to insure mortar tightness, rigidity to prevent excessive settlement or deformation under imposed loading and to insure the safety of the workmen and the structure. Forms shall be constructed in such a manner as to allow cleanout before placing of concrete; adequate access by tremies and vibrators; and removal without damage to concrete. Adequate cleanout openings shall be provided as directed by the Engineer. If excessive settlement or deformation occur, remove the concrete and steel, reset forms, replace the steel and pour fresh concrete. If existing steel is to be reused, Specification T-4 (must be met. 3.03 DESIGN OF FORMS Forms shall be designed for a fluid pressure of 150 pounds per cubic foot and a live load of 50 pounds per square foot on horizontal surfaces with maximum unit stress of 125% of allowable stresses. 03100 Concrete Formwork Page 2 of 3 3.04 OILING FORMS All surfaces of forms that will be in contact with concrete will be treated with an approved form oil before concrete is placed. The Contractor shall apply form oil in such a manner so as to insure that no excess oil accumulates on the reinforcing or previously placed concrete. Immediately prior to placing concrete, the Contractor shall wet forms which will come in contact with concrete. 3.05 REMOVAL OF FORMS FROM SURFACES TO BE RUBBED Removal Of Forms From Surfaces To Be Rubbed: Forms shall be removed when concrete has attained adequate strength to prevent damage and only as rapidly as rubbing operation progresses. Forms left in place longer than 24 hours will be rewet to keep moist. 3.06 REMOVAL OF FORMS AND FALSEWORK Forms and falsework shall be removed after concrete has aged the following number of curing days. A. Slabs, Beams, or Girders - 7 curing days. B. Walls, Columns and Piers - 2 curing days. 3.07 SETTING FORMS ON FALSEWORK ON SUBSTRUCTURES Forms or falsework shall not be erected on a concrete structure until the concrete in the substructure has cured at least four curing days. 3.08 SETTING FORMS ON FALSEWORK ON FOOTINGS Forms or falsework shall not be erected on a concrete footing until the concrete in the footing has cured at least 3 curing days. 3.09 CURING DAY A curing day is any calendar day on which the temperature near the structure is above 50°F for at least 19 hours. END OF SECTION 03100 Concrete Formwork Page 3 of 3 03200 REINFORCING STEEL 1.0 GENERAL REQUIREMENTS 1.01 SCOPE This specifications shall govern for all work necessary for furnishing reinforcing steel, bar supports, welding, tools, supplies, equipment and services, and placing of concrete reinforcement of the shape and dimensions shown on the contract drawings, and as called for by these specifications required to complete the project. 1.02 SPECIFICATION TYPE This specification is a performance specification as defined in Article TS -1 of the Technical Special Provisions. 2.0 MATERIAL 2.01 REINFORCING STEEL All reinforcing bars shall be deformed as defined in ASTM Specifications. All reinforcing bars, unless noted on the structural drawings, shall be Grade 60 as defined by the American Society for Testing and Materials "Specifications for Steel Bars for Concrete Reinforcement" (A615, A616 or A617). Spiral reinforcing steel shall be fabricated from cold drawn wire (ASTM A82) or hot rolled plain or deformed bars conforming to ASTM A625, Grade 60. Welded smooth wire fabric shall conform to ASTM A185 "Welded Steel Wire Fabric for Concrete Reinforcement" (ACI 318-71 limits the wire spacing to 12 inches maximum). Welded deformed wire fabric shall conform to ASTM A497 "Welded Deformed Steel Wire Fabric for Concrete Reinforcement" (ACI 318-71 limits the wire spacing to 16 inches max.). Reinforcing steel to be welded shall be deformed bars and shall conform to ASTM A706, "Low Alloy Deformed and Plain Bars for Concrete Reinforcement". 2.02 TIE WIRE The tie wire used shall be black annealed wire, 16 gauge or heavier. 2.03 REINFORCING BAR SUPPORTS Bar supports shall conform to the "Bar Supports Specifications" contained in "Manual of Standard Practice", as published by the Concrete Reinforcing Steel Institute and the Western Concrete Reinforcing Steel Institute. The Contractor shall provide such accessories as plastic spacers, plastic bar supports (chairs), and other approved devices necessary for proper assembly, spacing and supporting the reinforcing steel. 2.04 REINFORCEMENT ACCESSORIES All accessories for reinforcement spacing and support shall be the size and type to accurately conform to the required spacing and concrete clear cover as shown on Construction Drawings. 2.05 MILL CERTIFICATES Two certified copies of mill tests on each grade of reinforcing steel delivered showing physical and chemical analysis shall be provided, upon request, at the time of shipment. 03200 Reinforcing Steel Page 1 of 3 2.06 SURFACE CONDITION Metal reinforcement at the time concrete is placed shall be free from mud, oil, or other non-metallic coatings that adversely affect bonding capacity. Metal reinforcement, except pre -stressing steel, with rust, mill scale, or a combination of both shall be considered as satisfactory, provided the minimum dimensions, including height of deformations and weight of a hand wire brushed test specimen, are not less than the applicable ASTM specification requirements. 2.07 REINFORCING STEEL OF FOREIGN MANUFACTURE No reinforcing steel of foreign manufacture shall be allowed on the project site. Any foreign steel accidentally delivered to the project site must be removed immediately. 3.0 CONSTRUCTION METHODS 3.01 STORAGE The Contractor shall store all reinforcement above the surface of the ground on platforms, skids or other suitable supports. 3.02 PROTECTION The Contractor shall protect all reinforcement from mechanical injury, from surface deterioration caused by exposure to conditions producing rust, and from non-metallic coatings that adversely affect bonding capacity. 3.03 STANDARD PRACTICE All requirements specifications or with "Manual of Reinforcing Steel Institute, unless of concrete reinforcement not covered in these on the structural drawings shall be in accordance Standard Practice", as published by the Concrete Institute and the Western Concrete Reinforcing Steel noted otherwise on the drawings. All hooks shall conform to bend dimensions defined as "ACI Standard Hooks" in "Manual of Standard Practice", as published by the Concrete Reinforcing Steel Institute and the Western Concrete Reinforcing Steel Institute. All reinforcing bars shall be bent cold. Reinforcing bars shall not be bent or straightened in a manner that will injure the material. Reinforcing bars shall conform accurately to the dimensions shown on the structural drawings and within the fabricating tolerances shown in "Manual of Standard Practice", as published by the Concrete Reinforcing Steel Institute and the Western Concrete Reinforcing Steel Institute. 3.04 PLACING REINFORCING STEEL The placement of bars should conform to the recommended practices in "Placing Reinforcing Bars", as published by the Concrete Reinforcing Steel Institute. Bars should be securely tied to prevent displacement during the concreting operation and all dowels must be wired in place before depositing concrete. All splicing of bars, concrete cover, placing tolerances and bar spacing shall conform to "Building Code Requirements for Reinforced Concrete" (ACI 318), as published by the American Concrete Institute, and to recommended practices in "Reinforcing Bar Splices" by the Concrete Reinforcing Steel Institute. All reinforcing steel splices shall be Class B - ACI 318-98, unless shown otherwise on the drawings. 03200 Reinforcing Steel Page 2 of 3 3.05 SHOP DRAWINGS The Contractor shall furnish, 6 copies of the placing drawings and bar lists in accordance with the latest revision of "Manual of Standard Practice for Detailing Concrete Structures" (ACI 315), as published by the American Concrete Institute. Reinforcing steel shall not be fabricated until shop drawings have been approved by the Engineer. END OF SECTION 03200 Reinforcing Steel Page 3 of 3 03300 NORMAL WEIGHT AGGREGATE CONCRETE 1.0 GENERAL REQUIREMENTS 1.01 SCOPE This specification shall govern for all work necessary for providing all Portland Cement Concrete with normal weight coarse aggregate required to complete the project. 1.02 SPECIFICATION TYPE This is a performance specification, as defined in Article TS -1 of the Technical Special Provisions. 1.03 LABORATORY TESTING OF CONCRETE Moisture content check will be made at sufficient intervals to maintain accurate batching and proportioning. All sampling will be done in accordance with ASTM sampling and testing procedures. The cost of testing will be borne by the City. A set of test cylinders shall consist of 3 test cylinders. One cylinder shall be tested for strength at the age of 7 days, one cylinder at the age of 28 days, and one cylinder shall be held in reserve to be tested for strength when directed by the Engineer. The cylinders shall be made and cured in conformance with ASTM C-192. Curing facilities shall be provided in accordance with ASTM C-31. Cylinders shall be tested in conformance with ASTM C-39. Air content shall be tested in accordance with ASTM C173. Slump shall be tested in accordance with ASTM C143. 2.0 MATERIAL 2.01 PORTLAND CEMENT Portland Cement shall conform to ASTM C-150 and shall be Type I. Other types of cement shall be used only when approved by the Engineer. 2.02 WATER Water shall be reasonably clean and free from injurious amounts of oils, acid, salt, alkali, organic matter or other deleterious substances. Questionable water shall be tested by a testing laboratory in accordance with ASTM C-94. The cost of testing will be borne by the Contractor. Potable water need not be tested. 2.03 FINE AGGREGATE Fine Aggregate shall consist of natural sand, or sand prepared from product obtained by crushing stone or gravel. Sampling of fine aggregate shall be in conformance with ASTM D-75. Sieve analysis shall be in accordance with ASTM C-136. Fine aggregate shall conform to the following grading requirements: Retained on 3/8" screen 0.0% Retained on 1/4" screen 0 to 5.0% Retained on 20 mesh sieve 15 to 50.0% Retained on 100 mesh sieve 85 to 100.0% Deleterious substances shall not be present in excess of following percentage by weight. 03300 Normal Weight Aggregate Concrete Page 1 of 6 Material removed by decantation 3.0% Clay Lumps 0.5% Other substances such as coal, shale and friable particles 2.0% Fine aggregate shall be of such quality that when made into mortar and tested in accordance with ASTM C-87 the mortar shall develop a compressive strength at 7 days and 28 days of not less than 95 percent of that developed by the mortar specified as the basis for comparison. Sand shall not contain organic impurities in amounts that, when the sand is tested in accordance with ASTM C-40, would cause it to show a color darker than the standard color. Fine aggregate shall have a fineness modulus conforming to the following: All strength concrete 2,000 psi concrete and less 2,500 psi concrete and greater The fineness modulus shall be determined by retained on the following U.S. Standard sieves not less than 2.00 not more than 3.25 not more than 3.50 adding total percentages and dividing by 100: 3 in., 1-1/2 in., No. 4, No. 8, No. 16, No. 30, No. 50 and No. 100. 2.04 NORMAL WEIGHT COARSE AGGREGATE Coarse aggregate shall consist of crushed stone or gravel. Sampling of coarse aggregate shall be in conformance with ASTM D-75. Sieve analysis shall be in accordance with ASTM C-136. Coarse aggregate shall conform to the following grading requirements: Retained on 2" screen 0.0% Retained on 1-1/2" screen 0 to 5.0% Retained on 3/4" screen 25 to 60.0% Retained on 1/4" screen 95 to 100.0% Deleterious substances shall not be present in excess of following percentages by weight: Material removed by decantation 1.00% Shale or slate 1.00% Clay lumps 0.25% Soft fragments 3.00% Sum of all deleterious ingredients, exclusive of material removed by decantation, shall not exceed 4% by weight. Coarse aggregate shall not exceed the following: Soundness test (Sodium sulfate) weighted average loss at 5 cycles 15.0% Absorption test 3.0% Coarse aggregate shall not have a wear equivalent of more than 40 when tested for abrasion in conformance with ASTM C-131. 2.05 RETARDER-DENSIFIER Retarder-densifier, when required, shall meet ASTM C-494 and shall be Sika's "Plastiment", Sonneborn's "Sonotar" or an approved equal. Mixing shall be done in strict conformance with Manufacturer's recommendations. 03300 Normal Weight Aggregate Concrete Page 2 of 6 2.06 AIR -ENTRAINMENT AGENT The use of air -entrainment admixture is required for all concrete. Air -entrainment shall be at least 3% but shall not exceed 5%. Mixing shall be done in strict conformance with Manufacturer's recommendation. ASTM C-138, C-173 or C-231 shall govern. 2.07 PROPORTIONING OF CONCRETE It is the intent of this specification to obtain concrete of a homogeneous structure that will be of such consistency and composition that it can be worked readily into corners and angles of forms and around the reinforcement without permitting materials to segregate or free water to collect on the surface. The concrete when it hardens will have a resistance to weathering and the required compressive strength. The general requirements for different compressive strength concrete are as follows: Max. Allowable Min. Cement Min. 28 -day Water -Cement Content Content -Sacks Compressive Gal. per sack per Slump Strength of Cement Cubic Yard Range 1500 psi (Class E) 10.50 3.00 2"-6" Seal Slab (Class D) 4.00 6"-8" 2000 psi (Class C) 7.50 4.00 2"-5" 2500 psi (Class B) 6.75 4.50 2"-5" 3000 psi (Class A) 6.25 5.25 2"-5" 4000 psi (Class 2-A) 5.00 6.50 2"-5" 5000 psi (Class 3-A) 4.00 7.00 2"-5" Maximum water/cement ratio for watertight structures shall be less than or equal to 0.35. For non -watertight structures, the maximum water/cement ratio shall be less than or equal to 0.40. Maximum allowable net water content will be the amount added at the mixer, plus free water in the aggregate and minus absorption of the aggregate based on the thirty minute absorption period. No allowances will be made for evaporation of water after batching. 2.08 MIX DESIGN A. GENERAL: It is the intent of these specifications that the Contractor is responsible for providing a mix design that will produce a concrete meeting the requirements of this specification. The mix design does not have to be prepared especially for this project, but it must apply to the materials being furnished. B. MIX DESIGN REPORT: The Contractor shall submit to the Engineer for approval six (6) copies of a mix design prepared by a reputable testing laboratory. Any cost to furnish the mix design shall be borne by the Contractor. The mix design shall include mix proportions, water cement ratio, slump and workability characteristics required to produce the specified compressive strength concrete. The mix design shall be established by making, curing and testing a minimum of 5 standard size test cylinders for each strength concrete. 03300 Normal Weight Aggregate Concrete Page 3 of 6 Cylinders shall be made, cured and tested in conformance with ASTM C-192 and C-39. The mix design must be delivered to the Engineer a minimum of four (4) days prior to the first pour. The Contractor shall have written notice from the Engineer approving the mix design before placing any concrete. If, during progress of the work, it is found impossible to secure concrete of required workability and strength with material being furnished by Contractor, the Engineer may order such changes as may be necessary to secure desired properties, subject to limiting requirements shown in Paragraph 3.0. Any changes so ordered shall be made at the Contractor's expense, and no extra compensation will be allowed by reason of such change. 2.09 CONSISTENCY A. GENERAL: The quantity of water to be used shall be determined by the Engineer and shall be such as to give a mixture containing the minimum of water consistent with the required workability. The quantity of water shall be varied only by the Engineer. The Contractor shall provide a concrete that has a consistency that conforms to the following: 1. The mortar will cling to the coarse aggregate. 2. The concrete is not sufficiently fluid to segregate to the place of deposit. 3. The concrete, when dropped directly from the discharge chute of the mixer, will flatten out at the center of the pile, but the edged of the pile will stand up and not flow. 4. The mortar will show no free water when removed from the mixer. 5. The concrete will settle into place when deposited in the forms; and when transported in metal chutes at an angle of 30 degrees with the horizontal, it will slide and not flow into place. 6. The surface of the finished concrete will be free from laitance or a surface film of free water. B. CONCRETE FAILING TO MEET CONSISTENCY REQUIREMENTS: Any concrete mix failing to meet the above outlined consistency requirements, although meeting the slump requirements, will be considered unsatisfactory; and the mix shall be changed to correct such unsatisfactory conditions. The slump test will be made by the Engineer in accordance with the methods outlined in ASTM C-143. 2.10 FLY ASH Fly ash may be used if the following criteria are met: A. Meets the requirements of ASTM C618, Class F. B. Provide a Certificate of Compliance for the fly ash. C. The proportioning of the concrete mix with the fly ash shall be 5.5 sacks cement/CY and 92 lbs. fly ash/CY. The water/cement ratio shall be calculated as the weight of water divided by the sum of the weight of cement and 60% of the weight of fly ash. 03300 Normal Weight Aggregate Concrete Page 4 of 6 2.11 WATER REDUCING ADMIXTURE A high range water reducing admixture shall be used on all vertical concrete pours (such as walls) and a mid-range reducing admixture shall be used for all horizontal flatwork. The high range water reducing admixture shall meet the requirements of ASTM C494, Type G. Water reducing dosage rates shall be in accordance with manufacturer's recommendations. Maximum slump prior to addition of the high range water reducer shall be 2". Slump after addition of the high range water reducer will be 4" minimum to 8" maximum. Approved high range water reducing admixtures include Daracem 100 manufactured by W. R. Grace or Rheobuild 1000 manufactured by Masterbuilders. Mid-range water reducing admixtures shall also be manufactured by W. R. Grace, Masterbuilders or approved equivalent. 3.0 CONSTRUCTION METHODS 3.01 MIXING A. GENERAL: The Contractor shall procure concrete from a "transit -mixed" concrete plant. Aggregates shall be proportioned by weight unless a satisfactory volumetric method of measurement is approved by the Engineer. The use of fractional sacks of cement will not be permitted unless the cement is proportioned by weight. Water shall be measured by an accurate measuring device which can be adjusted to compensate for variations in the free moisture content of the aggregate. The concrete shall be mixed in quantities required for immediate use, and any concrete which is not in place within one hour after start to mixing shall not be used unless otherwise authorized by the Engineer. In threatening weather, which in the opinion of the Engineer 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 to be used, the Contractor shall furnish adequate shelter to protect the concrete against damage from rainfall or damage due to freezing temperatures. In case it is necessary to continue mixing operations during rainfall, the Contractor shall provide protective covering for the material stock piles as well as for the concrete being placed. The covering for aggregate stock piles will be required only to the extent as may be necessary to control the moisture conditions in the aggregate so that adequate control of the consistency of the concrete mix may be maintained. No concrete shall be mixed without the approval of the Engineer when the air temperature is at or below 40'F. (taken in the shade away from artificial heat) and falling. If authorized for concrete placement during cold weather, the concrete will be placed in accordance with the PCA "Design and Control of Concrete Mixtures". The maximum temperature of cast -in-place concrete (Type I, Portland Cement and Type K, Shrinkage Compensating Cement) shall not exceed 98°F. If adjustments of the mixture for temperature control are required, then the procedure for hot -weather mixing, placing and curing shall be in accordance with ACI 305 Recommended Practice for Hot Weather Concreting. 03300 Normal Weight Aggregate Concrete Page 5 of 6 B. "TRANSIT -MIXED" CONCRETE: The mixing and the transporting operations shall conform with ASTM C-94. Mixing water shall not be added after a truck has left the plant except by permission of the Engineer or his representative. No concrete shall be used in the work which has been held longer than 1 hour in a mixer truck, unless approved by the Engineer. If dry batched to the job site, the batching plant operations shall conform with ASTM C-94. Transportation of the dry materials shall be performed in such a manner as to prevent loss, segregation or contamination of ingredients. C. FAILURE TO MEET STRENGTH REQUIREMENTS: Should the strength shown by the test specimens made and tested fall below the values required, the Engineer shall have the right to require changes in proportions, or to require additional curing on those portions of the structure represented by the test specimens which failed. If additional curing does not give the strength required, the Contractor will be responsible for removal and replacement of those portions which fail to develop required strength. Specimens will be considered to have failed when average strength for any period of placing is less than values indicated in the following table: No. Days Consecutive Percent Placing of Any One of Strength Class Of Concrete Specified 1 85 2 95 3 95 5 or more 100 When additional curing of portions of the structure is ordered by the Engineer, it shall be done at Contractor's expense and no claim for extra compensation for such additional curing shall be allowed. In no case shall the Contractor be required to provide such additional curing beyond a total of 21 days, except where average strengths of specimens, representing concrete placed on any three consecutive days, fall below 80% of the value specified in Paragraph 2.07. In this case, curing shall be maintained until cores drilled from portions of the structure involved show an average strength equal to that specified in Paragraph 2.07. Cores shall have diameter of approximately three times the maximum size of aggregate and shall be tested in accordance with ASTM C-42. 3.02 STORAGE OF MATERIALS Cement shall be stored off the ground in a well -ventilated, weatherproof building. Aggregate shall be stored in a manner that will prevent the mixing of foreign materials and in a manner to prevent segregation of the aggregate. 3.03 MEASUREMENT OF MATERIALS The measurement of materials, except water, used in the batches of concrete shall be by weight. The different grades of aggregate shall be weighed separately. Cement may be measured by the bag. Water may be measured by volume. Allowance will be made for water content where moist aggregates are used. 03300 Normal Weight Aggregate Concrete Page 6 of 6 03800 CONCRETE STRUCTURES 1.0 GENERAL REQUIREMENTS 1.01 SCOPE This specification shall govern for all work necessary to construct all structures required to complete the project. 1.02 SPECIFICATION TYPE This specification is a performance specification as defined Article TS -1 of the Technical Special Provisions. 2.0 MATERIAL 2.01 CONCRETE Concrete shall have a minimum compressive strength of 3000 psi at 28 days (unless specifically specified otherwise) and shall be in accordance with Section 03300 "Normal Weight Aggregate Concrete". 2.02 REINFORCING STEEL See Section 03200 "Reinforcing Steel". 2.03 PRE -MOLDED EXPANSION JOINT FILLER Pre -molded expansion joint filler shall conform to ASTM Specification D-544, Type I. 2.04 NON -SHRINKAGE GROUT Shall be "Embeco 636" or "Masterflow 713" as manufactured by Master Builders Company, or "Ferrolith G" as manufactured by L. Sonneborn and Sons, Inc., or approved equal. 2.05 WATERSTOP Waterstops shall be pre -molded polyvinyl chloride being "Durajoint" No. 5 as manufactured by Electrovert, Inc., or "Sealtight" No. 6380 as manufactured by W.T. Meadows, Inc., or "Synko-flex" plastic (Bitumen) continuous waterstop or approved equal unless otherwise designated on plans. The "Synko-flex" type water stop shall be used only in horizontal construction joints. The pre -molded PVC type water stop shall be used in vertical construction joints and may be used in horizontal construction joints (Contractor's option). 2.06 MEMBRANE CURING COMPOUND Membrane curing compound shall be a resin base compound in accordance with ASTM Specification C-309, Type I, with light red tint of fugitive dye. 2.07 COTTON MATS FOR CURING Cotton mats for curing shall be mats which uniformly contain a minimum of 3/4 pound of cotton per square yard, with Osnaburg covering cloth being a weight of not less than 6 ounces per square yard. The mats hall be a size which may be easily handled and having 6 inch wide flap for overlaps. 03800 Concrete Structures Page 1 of 7 3.0 CONCRETE 3.01 REQUIRED APPROVAL Prior to starting work, the Engineer may require the Contractor to furnish for approval any or all of the following: A. Methods of construction. B. Drawings for all form and falsework. C. Amount and type of equipment to be used on the project. D. The concrete placing schedule which take into account concrete shrinkage. E. A schedule showing all surfaces to receive a rubbed finish. The Engineer's approval of the above listed items does not relieve the Contractor of any responsibility for safety or correctness of methods, adequacy of equipment, or for carrying out work in accordance with his contractual obligations. 3.02 TIME SEQUENCE OF OPERATION A. All substructure concrete work shall be cured for a minimum of four days before erecting forms or placing structural steel thereon. B. All substructure concrete work shall cure for a minimum of 7 days before pouring superstructure concrete thereon. C. All wall footings shall cure for a minimum of 3 days before placing wall forms thereon. D. All super structure shall cure for a minimum of 10 days before being used. 3.03 EXPANSION JOINT The Contractor shall remove forms as soon as possible to permit free expansion of concrete. Pre -molded expansion joint fillers will be anchored to concrete on side of joint by means of copper wire No. 12 B and C gauge or heavier or copper nails of approved size. Concrete sections are to be completely separated by open joint or by joint material. 3.04 CONSTRUCTION JOINTS A. GENERAL: A "Construction Joint" is defined as a contact surface between plastic concrete and concrete that has attained initial set. "Monolithic" means concrete placed Waterstops shall be provided in containing liquids up to a point one foot above the maximum water surface elevation and in all construction joints in structures with walls adjacent to soil, below a point one foot above the finished grade. The Contractor shall obtain written authorization of the Engineer to permit construction joints other than those indicated. Where such authorization is obtained, make additional construction joints with details and equivalent to those shown for similar joints. without construction joints. all construction joints in structures 03800 Concrete Structures Page 2 of 7 waterstops B. CONSTRUCTION: The Contractor shall leave surfaces rough with aggregate surface prior to placing of new concrete. Immediately prior to placing concrete on horizontal joint surfaces, slush surface with mortar coating. Mortar is to consist of regular concrete mix less coarse aggregate. On vertical surface, mortar is to brushed on and worked into irregularities on surface. Keyways are to be formed so as to permit easy removal of forms without damaging the concrete. Waterstops are to extend into both old and new pour an equal distance, or according to Manufacturer's recommendations as approved by the Engineer. 3.05 CONCRETE FROM WORK See Section 03100 - "Concrete Form Work". 3.06 PLACING REINFORCEMENT See Section 03200 - "Reinforcing Steel". 3.07 SEAL SLABS Seal slabs will be placed in all excavations for structures which require reinforcing steel in base slab. Excavate three (3) inches minimum below bottom of structural slab and pour seal slab concrete to structural slab bottom elevation. Rough float finish seal slab. No direct payment will be made for seal slab concrete. 3.08 AUTHORIZATION TO PLACE CONCRETE The Contractor shall notify the Engineer at least 48 hours in advance of a scheduled concrete placement. The Contractor shall not begin mixing concrete (or place an order for concrete) until the Engineer has inspected the forms, reinforcing steel, and given his approval. Before concrete is placed, all embedded items shall be accurately and securely fastened in place. The Contractor shall not place any concrete until he has at least three (3) mechanical vibrators, of an approved type, on the project site that are in good operating order. 3.09 SCHEDULING OF CONCRETE PLACEMENT The Contractor shall schedule the concrete placement so as to insure completion during the hours of daylight. If it is necessary to continue pouring during hours of darkness, light the site in such a manner as to insure competent and safe operation. The Engineer can order postponement of placing operations when impending weather conditions threaten to impair the quality of the finished work. Should rainfall occur after placing operations have started, provide covering to protect work. If conditions occur which would be detrimental to placement and setting of concrete, such as pile driving or other vibration, stop the cause of such condition when concrete is being placed and until concrete has aged 12 hours. 3.10 HANDLING AND TRANSPORTING CONCRETE The Contractor shall use metal or metal lined chutes, troughs, and/or pipes in placing concrete to prevent separation of concrete ingredients. When pouring down steep slopes, chutes will be equipped with baffles to reverse lateral direction of movement. Down pipe will be provided at end of chute. A maximum slope of one vertical to two 03800 Concrete Structures Page 3 of 7 horizontals will be used. Chutes and troughs will be kept free from coatings of hardened concrete or other harmful material. Chutes in excess of 35 feet in length may be used by authorization of the Engineer only. Pumping of concrete may be done by authorization of Engineer only. 3.11 PLACING CONCRETE Free fall of concrete will be limited to a maximum of 4 feet. The Contractor shall place concrete in walls and other inaccessible places by use of tremies. Concrete will be placed as close as possible to its final location. Vibrators will not be used to work concrete along the forms. Concrete, reinforcing steel or forms will not be jarred, moved, or otherwise disturbed after concrete has taken initial set. Concrete will be placed in continuous horizontal layers approximately 12 inches thick. Each successive layer will be placed while the layer below is still plastic. If excessive water forms on the surface of the concrete, use concrete to a point approximately 1 foot below finish elevation and allow to settle. To avoid cold joint, resume placement of concrete after partial stiffening. Retempering of concrete or mortar which has partially hardened will not be permitted. 3.12 CONSOLIDATING CONCRETE Consolidation of concrete will be done by means of spading implements and mechanical vibrators of approved type. Use of vibrators of the type which operate by attachment to forms will be by authorization of the Engineer only. Vibration of concrete will begin immediately after placement and will go completely through to next layer below to insure mixture of both layers. Vibration will not be used for flowing concrete laterally. 3.13 PLACING CONCRETE ON THE GROUND The Contractor shall prepare the subgrade in accordance with any applicable earthwork specifications. Apply membrane waterproofing if called for on the drawings and/or specified elsewhere. If membrane waterproofing is not required, moisten subgrade just prior to placing concrete, to decrease absorption of moisture from the concrete. If necessary, pump or bail during placing operations from suitable sump located outside of forms. Pumping will be continued until concrete has attained initial set. Side forms may be omitted when authorized by the Engineer. 3.14 CURING CONCRETE A. GENERAL: The Contractor shall have the option of using curing compound or cotton mats with the exception of the following: Membrane curing compound will not be used on surfaces to be rubbed or painted or to which waterproofing materials to be applied. Membrane curing compound will not be used on concrete which will have additional concrete placed on it later. Membrane curing compound will not be used on concrete floor slab within Pump Station Building. Membrane curing compound will be used for curing surfaces which cannot be satisfactorily cured with mats. Curing mats will be kept moist and in contact with concrete for 7 consecutive days. High early strength concrete will be cured for 3 consecutive curing days. 03800 Concrete Structures Page 4 of 7 B. USE OF MEMBRANE CURING COMPOUND: Membrane curing compound will be delivered on job site in original containers, labeled to show name of compound, manufacturer, and batch number. Compound will be kept thoroughly mixed and sprayed on the structure using pressure -tank type spraying equipment. The Contractor shall apply curing compound to the concrete immediately upon removing forms at a rate of one gallon per 200 square feet. Apply compound to slabs or other exposed surfaces immediately after finishing or after excess moisture has disappeared. Membrane will be kept intact and protected from abrasive action for 14 days to obtain equivalent to 7 -day moist curing. Protect against traffic and apply protective coating no sooner than 24 hours after application of membrane. Damage to membrane during 14 -day period will be repaired immediately. 3.15 REMOVAL OF FORMS AND FALSE WORK See Section 03100 'Toncrete Form Work". 3.16 DEFECTIVE WORK All work which is deemed by the Engineer to be defective will be repaired immediately by the Contractor in accordance with the Engineer's instructions. 3.17 MONOLITHIC SLAB FINISH Unless otherwise specified, slabs, platforms, and steps will be finished monolithically. Unless otherwise specified, slabs will be level. The Contractor shall place screeds accurately and rigidly prior to placement of concrete. Concrete will be tamped to force coarse aggregate away from surface; then float finish and steel trowel to finish building floors. "Dusting" of floor surfaces with dry materials will not be permitted. Edges of all expansion joints will be rounded at all expansion joints with suitable jointing or edging tool. 3.18 FILLING TIE AND BOLT HOLES The Contractor shall fill holes solid with cement mortar. Add white cement to mortar so that patches will not appear darker than adjacent concrete surface. Mortar will be placed into holes as dry as possible. Holes passing entirely through concrete will be filled from inside of structure with pressure gun or other device that will force mortar through to outside face. Strike off excess mortar flush with surface and finish to make hole as inconspicuous as possible. 3.19 PATCHING DEFECTS Slight honeycomb and other minor defects in concrete surfaces will be patched with cement mortar mixed 1 part cement to 2 parts fine aggregate. The Contractor shall repair by cutting out unsatisfactory material and replacing it with new concrete, securely keyed and bonded to old concrete and finish so as to make joints as inconspicuous as possible. Mixture will be as stiff and dry as possible. For hydraulic structures, repair areas in which honeycomb occurs sufficiently to cause leakage through concrete, using mortar to which non -shrinking grout aggregate has been added at the rate of 5 pounds per sack of cement. 03800 Concrete Structures Page 5 of 7 3.20 RUB -FINISH SURFACES A. SURFACES TO BE RUBBED: Exposed vertical and inches below surface for small structures grade. B. PROCEDURE: battered surfaces will be rub -finished from 6 or from below water level to the top, except which extend 12 inches or less above finished The Contractor shall start the rubbing operations immediately after form removal. Do necessary pointing as forms are removed. Remove forms only as rubbing progresses in order to prevent rapid hardening of surface to be rubbed. After pointing has set, wet surface and give first rubbing with No. 16 Carborundum Stone or equal. Rub sufficiently to bring to surface paste and to produce smooth dense surface without irregularities. Add no cement to form surface paste. Spread or brush material which has been ground to paste uniformly over surface and allow to take reset. Do not rub chamfered corners in first surface rubbing. First rubbing will be completed within 36 hours after completion of concrete placement. In preparation for final finish, rub with No. 30 Carborundum Stone or equal. After rubbing, strip surface with brush and allow mortar on surface to take reset; then wash surface with clean water. Leave structure with clean, neat, and uniform appearing finish. 3.21 ROUGH FINISH For concrete having no special finish indicated, remove ties, fill holes, and remove fins and rough edges. 3.22 WATERSTOP Waterstop material will be completely embedded in concrete and shall extend an equal distance into both the old and the new concrete. Waterstops will be continuous. Splices will be made in accordance with Manufacturer's recommendations and approved by the Engineer. 3.23 GROUTING A. MIXTURE: The Contractor shall mix grout (proportion by weight) as follows: (1) For Setting New Equipment: Where clearance is 1 inch or less in thickness, the Contractor shall use 1 part Portland Cement, 1 part clean sharp sand, 7/10 part non -shrinking grout aggregate. No more than 5-1/2 gallons water per sack of cement. Where clearance is over 1 inch shall use 1 part Portland Cement, 1-1/2 parts 1/4 inch pea gravel, aggregate. No more than 6 gallons in thickness, the Contractor 1 part clean sharp sand, and 7/10 part non -shrinking grout of water per sack of cement. 03800 Concrete Structures Page 6 of 7 (2) Other: For general purpose grouting, the Contractor shall use 1 part Portland Cement and 2 parts sand. When space to be grouted is less than 1 inch, and it is impossible to tamp grout, use 1 to 1 mixture. Use stiff mixture for grout to be tamped. To obtain stiff grout mix mortar using amount of water required to thoroughly mix ingredients, then continue mixing without additional water until grout is stiff enough to be compacted by tamping when placed. For grouting blackouts for embedded pipes and similar items, use grout to which 5 pounds of non -shrinking grout aggregate per sack of cement has been added. B. PROCEDURE FOR GROUTING EQUIPMENT: The surfaces of foundations that are to receive grout will be free of all laitance, grease, oil, organic matter and loose particles. Bolt holes will be cleaned of all extraneous matter. Concrete will be chipped in order to obtain a firmer bond as directed by the Engineer. Forms for the grout will be set true, level, and tight, and shall be well braced. All equipment to be grouted shall be assembled at the grouting site before grouting operations begin. Base plates and items to be embedded shall be cleaned and set in their final positions prior to the start of grouting operations. A11 equipment shall be so shimmed as to facilitate the removal of the shims. Shims shall be removed only after the grout has attained its full strength. The areas to receive grout shall be kept wet for a minimum of 12 hours prior to grouting. Neat cement mortar slush coat shall applied with a stiff brush, and shall be scrubbed into the concrete foundation and applied to the sides and bottom of the base plate or other item to be set. The mortar shall be thoroughly mixed and an excess of water in the mixture shall be avoided. The grout shall be continuously worked and rodded while it is being placed in the forms. All grout destroyed in the removal of shims shall be replaced with grout of the exact same composition and consistency. All grout containing non -shrinkage grout aggregate shall be cut off vertically below the outside edge of the base plate or the base of the embedded equipment, and normal cement mortar shall be used to cover the edge of the grout. All exposed surfaces of the grout shall be steel troweled. All exposed areas shall be protected against rapid drying out. Items embedded in grout shall not be stressed. The machinery embedded in the grout shall not be operated for 36 hours. END OF SECTION 03800 Concrete Structures Page 7 of 7 09910 PAINTING 1.0 GENERAL REQUIREMENTS 1.01 SCOPE This specification shall govern for all work necessary to accomplish the pump, piping and accessories painting required to complete the project. 1.02 SPECIFICATION TYPE This is a performance specification as defined in Article TS -1 of the Technical Special Provisions. 2.0 WORKMANSHIP All work shall be done using "first class workmanship". The Engineer shall be the sole judge as to what constitutes "first class workmanship" and shall have the right to immediately stop the work covered under this section, if said work is not being done to his satisfaction. The painting operation shall not resume until the methods have been corrected to the Engineer's satisfaction. 3.0 PROTECTIVE COATING FOR UNDERGROUND PIPE See pipe specification. 4.0 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. 5.0 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. 6.0 PREPARATION OF SURFACES 6.01 GENERAL Completely clean surface to be painted not less than 30 minutes, nor more than 8 hours prior to application of paint. 6.02 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. 09910 Painting Page 1 of 6 B. NEAR WHITE METAL (Sand blast cleaning SP -10 or NACE #2.) 1. Definition: "Near White Metal" is a method of preparing the metal surfaces for the application of protective coatings by removing mill scale, rust, old 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 10% of the surface area. 2. Procedure: a. Before blasting, grind smooth any rough welds and sharp edges. b. Remove heavy deposits of oil and grease by detergent cleaning using one pound Sodium Meta Silicate per five gallons of water. c. The sand used shall be 16-35 mesh, or 20-60 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. d. 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. e. All blast products shall be swept or blown from the surface before priming commences. f. 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 50 F above dew point, or when relative humidity is above 85%. g. The blasted surface shall be primed within 8 hours. C. 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. D. 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. E. SANDBLASTING Clean such surfaces by "Near White" sandblasting and leave clean, dry and ready to receive prime coat. 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 sand- blasting work. 09910 Painting Page 2 of 6 7.0 STORING AND MIXING OF PAINT The Contractor shall use one convenient location for storing and mixing of paint materials, and keep an approved type fire extinguisher available in this area. The Contractor shall protect all areas where paint is stored or painting is done and he shall remove oily rags and waste from buildings at close of each day. 8.0 WEATHER AND SITE CONDITIONS 8.01 TEMPERATURE Painting shall not be accomplished when either the surface or ambient temperatures are less than 50 degrees Fahrenheit; or when temperature drop of 20 degrees, or below 50 degrees Fahrenheit is forecast. Material shall be stored in areas where the extreme cold or heat will not greatly affect viscosity. Coatings apply much better when product temperature is held within 60° F - 90° F range (77° F is optimum). 8.02 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 5° F above the dew point. 8.03 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. 9.0 APPLICATION PROCEDURES 9.01 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 painted surfaces between coats of enamel, paint or shellac when applied to any surface other than masonry. Apply paints in accordance with manufacturer's recommendations. Do not apply finish field painting to machinery, equipment or piping until operational testing has been completed. 9.02 DRYING TIME Allow thorough drying of each coat before succeeding coat is applied, except when manufacturer recommends otherwise, or as specified herein. 9.03 COVERAGE Shall be as recommended by manufacturer. 9.04 DELIVERY OF PAINT Contractor shall deliver paint to the site in original, unbroken, sealed containers, with manufacturer's label attached. 9.05 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. 09910 Painting Page 3 of 6 9.06 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. 9.07 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 imperfections. The Contractor shall take special care to cover edges, corners and rivet head without bridging over of paint film. 9.08 APPLICATION OF PROTECTIVE COATING When applying coats 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. 9.09 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 retouch damaged areas with additional primer. B. AFTER INSTALLATION After erection or installation of shop coated metal work, clean and retouch all rust spots, all places where paint has been rubbed or scraped off, and all field rivet and bolt heads and 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 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. 09910 Painting Page 4 of 6 D. BOLTED AND EMBEDDED SURFACES All surfaces to be bolted together, bolted to concrete, embedded in concrete or grouted, shall have prime and finish coats applied and dried before installation. 10.0 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. 09911 SURFACES TO RECEIVE PAINT 1.0 INTENT It is the intent of this specification that all ferrous metal or unfinished material furnished on this project 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. 2.0 SCHEDULE OF SURFACES TO BE PAINTED The following schedule of surfaces to be painted is general and does not change the intent of this section as stated above. A. Paint all new exposed piping, valves and fittings. B. Paint all new metal items that are not stainless steel, brass, or aluminum. C. Paint all piping and accessories, including PVC, associated with the pumps that are not stainless steel, brass, galvanized or aluminum. D. Paint pumps and motors. C. Paint all new valve operator stands and actuators. 09912 PAINTING EQUIPMENT, MACHINERY AND METAL WORK 1.0 EXTERIOR - SHOP PAINTED PUMPS, MACHINERY AND MOTORS (Surface Preparation - Sandblast "Near White Metal" SP -10, or MACE # 2) 1.01 PRIME COAT A. 1 coat: Briners #4805 Versatile Red Primer (2.5-3.0 DMT*) B. 1 coat: Koppers 654 Epoxy Primer (2.5-3.0 DMT*) C. 1 coat: Pittsburgh Aquapon Red Inhibitive Primer #97-48/98 (2.5-3 DMT*) Minimum Dry Mil Thickness 09910 Painting Page 5 of 6 1.02 INTERMEDIATE COAT 1.03 A. B. C. 1 coat: 1 coat: 1 coat: TOP COAT Briners #4817 Versatile Tan Primer Koppers Glamorglaze 200 Epoxy Pittsburgh Polyamide Epoxy Gray High Solids #97-151/159 A. 1 coat: Briners ACRA - CLAD, Acrylic Urethane B. 1 coat: Koppers Polyurethane C. 1 coat: Pittsburgh Pitthane, Polyurethane (3.0 DMT*) (3.0 DMT*) (5 DMT*) (2.5 DMT*) (2.5 DMT*) (2.5 DMT*) Minimum Dry Mil Thickness 09913 PAINTING EXPOSED CONCRETE OR METAL PIPING 1.0 EXPOSED VALVES, FITTINGS AND PIPES (Surface Preparation - Sandblast "Near White Metal" SP -10, or NAGE # 2) 1.01 PRIME COAT A. B. C. D. 1 coat: 1 coat: 1 coat: 1 coat: Briners #6805 Versatile Red Primer Koppers 654 Primer Pittsburgh Aquapon #97-48/98 Tnemec Series 37-77 Chem -Prime Red Inhibitive 1.02 INTERMEDIATE COAT 1.03 Primer A. 1 coat: Briners #6817 Versatile Tan Primer B. 1 coat: Koppers H.B. Epoxy C.1 coat: Pittsburgh Polyimide Epoxy Gray High Solids #97-151/159 D. 1 coat: Tnemec Series 66 Epoxoline E. 1 coat: Tnemec Series 66 Epoxoline TOP COAT A. 1 coat: Briners ACRA-CLAD, Acrylic Urethane B. 1 coat: Koppers Polyurethane C. 1 coat: Pittsburgh Pitthane, Polyurethane D. 1 coat: Tnemec Series 75 Endura -Shield Minimum Dry Mil Thickness (3.0 DMT*) (2.5 DMT*) (2.5 DMT*) (2.5 DMT*) (3.0 DMT*) (6.0 DMT*) (5 DMT*) (4.0 DMT*) (2.0 DMT*) (2.5 DMT*) (2.5 DMT*) (2.5 DMT*) (2.5 DMT*) 09914 RESPONSIBILITY FOR PAINT SYSTEMS It is the intent of this specification to provide the Contractor with several manufacturers' paint systems on which to base his bid. The manufacturers' list was furnished to the Engineer by each manufacturer with the product designations listed herein and was represented to list materials to be suitable for their intended use and that they were comparable to other systems listed. 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. END OF SECTION 09910 Painting Page 6 of 6 11060 EQUIPMENT INSTALLATION 1.0 GENERAL REQUIREMENTS 1.01 SCOPE This section covers installation of new equipment units that have been purchased by CONTRACTOR as part of this Work. Startup requirements shall be as indicated in Section 01650. 1.02 GENERAL Equipment installed under this section shall be erected and placed in proper operating condition in full conformity with drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer, unless exceptions are noted by ENGINEER. When pumping units are being installed, hydraulic considerations and definition of terms shall be as set forth in the Hydraulic Institute Standards. 1.03 COORDINATION When manufacturer's field services are provided by the equipment manufacturer, CONTRACTOR shall coordinate the services with the equipment manufacturer. CONTRACTOR shall give ENGINEER written notice at least 30 days prior to the need for manufacturer's field services furnished by others. Flanged connections to equipment including the bolts, nuts, and gaskets are covered in the appropriate pipe specification section. 1.04 DELIVERY, STORAGE, AND HANDLING Upon delivery, all equipment and materials shall immediately be stored and protected by CONTRACTOR in accordance with Section 01614 until installed in the Work. Equipment shall be protected by CONTRACTOR against damage and exposure from the elements. At no time shall the equipment be stored on or come into contact with the ground, grass, or any other type of vegetation. CONTRACTOR shall keep the equipment dry at all times. 2.0 PRODUCTS 2.01 MATERIALS Materials shall be as follows: Grout - As specified in the equipment grout section. 11060 Equipment Installation Page 1 of 3 3.0 EXECUTION 3.01 INSTALLATION General: Equipment shall not be installed or operated except by, or with the guidance of, qualified personnel having the knowledge and experience necessary to obtain proper results as specified in the Section 01650 Startup Requirements. Each equipment unit shall be leveled, aligned, and shimmed into position. Installation procedures shall be as recommended by the equipment manufacturer and as required herein. Shimming between machined surfaces will not be permitted. Unless otherwise indicated or specified, all equipment shall be installed on concrete bases at least 6 inches high. Base plates shall be anchored to the concrete base with required anchor bolts. For equipment with grouted bases, the space beneath shall be filled with grout as specified in the equipment grout section. The equipment base shall be grouted after initial fitting and alignment. Anti -seize thread lubricant shall be liberally applied to the threaded portion of all stainless steel bolts during assembly. When specified in the equipment sections, the equipment manufacturer will provide installation supervision and installation checks. For installation supervision, the manufacturer's field representative will observe, instruct, guide, and direct CONTRACTOR'S erection or installation procedures as specified in the equipment specifications. For installation checks, the manufacturer's field representative will inspect the equipment installation immediately following erection by CONTRACTOR, and observe the tests indicated in Section 01650. The manufacturer's representatives will revisit the site as often as necessary to ensure installation satisfactory to OWNER. Pumping Units When pumping units are to be installed, the equipment shall be installed in accordance with the Hydraulic Institute Standards. When installing pumping units, the equipment base shall be grouted after initial fitting and alignment, but before final bolting of connecting piping. Special care shall be taken to maintain alignment of pumping unit components. No stresses shall be transmitted to the pump flanges. After final alignment and bolting, connections to pumping equipment shall be tested for applied piping stresses by loosening the flange bolts. If any movement or opening of the joints is observed, piping shall be adjusted to proper fit. Couplings shall be realigned after grouting. Final coupling misalignment shall be within one-half of the coupling manufacturer's allowable tolerance. 11060 Equipment Installation Page 2 of 3 3.02 STARTUP AND TESTING Startup requirements, and tests associated with startup shall be as indicated in Section 01650. Other field tests shall be as indicated in the specific equipment sections. Startup and tests required shall occur in the order listed in the following paragraphs. Tests shall not begin until any installation supervision and installation checks by the equipment manufacturer have been completed, except where noted below. Preliminary Field Tests. Preliminary field tests shall be conducted on all equipment by CONTRACTOR as indicated in Section 01650. When an installation check is specified in the equipment sections, the equipment manufacturer's representative will participate in these tests to the extent described in Section 01650 and in the equipment sections. Field System Operation Tests. Field system operation tests shall be conducted on all equipment by CONTRACTOR as indicated in Section 01650. When an installation check is specified in the equipment sections, the equipment manufacturer's service personnel will participate in these tests to the extent described in Section 01650 and in the equipment sections. Field Demonstration Tests. Field demonstration tests will be conducted by the equipment manufacturer on equipment as indicated and as specified in the equipment sections. Field Performance Tests & Distribution Tests. Field performance tests or distribution tests will be conducted by the equipment manufacturer on equipment as indicated and as specified in the equipment sections. Field Baseline Performance Tests. Field baseline performance tests shall be conducted by CONTRACTOR on the equipment indicated in the equipment sections, and the tests shall be performed as indicated. When indicated in the equipment sections, the equipment manufacturer will participate in these tests. This test shall not be considered an acceptance test, but rather a test to determine initial performance curves and efficiency just prior to the equipment entering service. END OF SECTION 11060 Equipment Installation Page 3 of 3 11110 HORIZONTAL SPLIT CASE CENTRIFUGAL PUMPS 1.0 GENERAL: 1.01 SCOPE: This specification shall govern for furnishing pumping units as required to complete the project. This specification is performance specification as defined in Article TS -1 of the Technical Special Provisions. 1.02 Schedule of Pumps to be Furnished: Designation: Suction: Discharge: Motor Size: Max Pump Speed: VFD: Pump No. 1 14" 10" 250 HP (Min) 1800 RPM Yes Pump No. 2 14" 10" 250 HP (Min) 1800 RPM Yes Pump No. 3 14" 10" 250 HP (Min) 1800 RPM Yes 1.03 Definitions: a. Pumping Units: Pumping units shall consist of pumps, motors, couplings, coupling guards, bases, anchor bolts and appurtenances furnished as one unit. b. Pumps: Pumps shall be horizontal split case, double suction centrifugal pumps. The pump shall consist of an impeller, wear rings, shaft assembly and pump casing. 1.04 Tentative Approval Prior To Bidding: All manufacturers must obtain tentative approval prior to bidding in order for their pumping units to be considered for use on the project. See Article TS -4 of the Technical Special Provisions for procedure for obtaining tentative approval. To be considered, specific information must be received by the Engineer no later than 10 calendar days prior to the date set for bid opening. The following information must be provided in order to obtain tentative approval: a. A list of 5 projects in Texas where similar pumps have been used successfully for 5 years, including the following information: • Project Name, Location and Pump Description, Date of Initial Operation and • Description of Liquid Pumped • Owner's Name, Address and Telephone Number • Engineer's Name, Address and Telephone Number • Unfavorable reports from users regarding equipment design, parts availability or service support shall be justifiable cause for disapproval. 11110 Horizontal Split Case Pumps Page 1 of 8 b. A description of all components including materials of construction; drawings including dimensions and sizes of all c. components, curves showing flow, hydraulic HP, hydraulic efficiency and NPSH plotted against T.D.H.; including full load amps, efficiency, power factor, input kW, motor data insulation materials, power cable size and description, and other data to confirm compliance or exception to all sections of these specifications. Absence of data will be considered as non- compliance and basis for disapproval. A statement signed by the manufacturer certifying that "the pumps proposed to be furnished will function as intended and every requirement following equipment any time of the governing will meet specifications with the exceptions: (Contractor to list exceptions)". If the is approved for use on this project and it is found at in the future that exceptions were not listed, the Engineer shall have the right to reject the equipment or require the Manufacturer to modify the equipment to bring it into compliance at no increase in cost to the Contract. d. Complete the detailed history of a service organization located within 100 miles of the project site including a list of personnel and their qualifications. e. A statement that this organization is in sound financial condition. f. A statement that spare parts for these pumps are routinely kept in stock locally. g. Approved Manufacturers: (1)General: The Manufacturer's equipment listed below does not require pre- bid submittal and is tentatively approved for use on this project, provided that equipment meets all the requirements of these specifications. If it is found, after bidding (or within one year after installation and acceptance), that equipment to be furnished does not meet these specifications or fails to operate as intended, the Engineer shall have the right to reject the equipment or require the Contractor to modify the equipment to bring it into compliance at no increase in cost to the Owner. (2)Approved Equipment: a) Acceptable pump manufactures shall be Flow Serve or approved equal. 2.0 PUMP CONSTRUCTION: 2.01 Impeller: The pump impeller shall be of the statically and dynamically balanced rings. Pump impeller to be bronze shall be precision cast in one piece promote maximum efficiency. Impellers the shaft by shaft sleeves and sleeve enclosed, double type, with integral impeller wearing - ASTM B-584AL836. Impellers with smooth flow contours to shall be fixed axially along nuts and secured to the shaft suction through a precision fit and full-length key. 11110 Horizontal Split Case Pumps Page 2 of 8 2.02 Wearing Rings: Wear rings shall be provided on both the impeller and casing so that clearances can be maintained throughout the life of the rings and minimize recirculation. Impeller wear rings shall be on the annular type and casing wear rings shall be of the annular type pinned at the parting flange of the casing to prevent rotation. a. Impeller wearing rings shall be bronze - ASTM B-505AL932. b. Casing wearing rings shall be bronze - ASTM B-505AL932. 2.03 Shaft Assembly: The pump shaft shall be stainless steel and shall have a minimum diameter as the impeller as set out hereinafter. The shaft shall be capable of carrying maximum loads imposed and to prevent excessive vibration and fatigue. Renewable shaft sleeves shall be provided to protect the shaft through the seal areas. Shaft sleeves shall be bronze ASTM B-505-932. Sleeve nuts shall be provided to accurately position (by threading on the shaft) the impeller within the pump case. Sleeve nuts shall be bronze ASTM B-505-932. A single row of deep groove ball bearings in cartridge type housing shall be pressed on each end of the shaft. Bearing housings to be integral with the lower half of the pump case and shall be positioned by means of dowel pins. 2.04 Mechanical Seal: The casing shall be machined to accept mechanical seals. External piping complete with snubber valves shall be installed from the casing to each sealing chamber to circulate sealing water. The Mechanical seal shall be A.W. Chesterton - Type 442 split seal, or approved equal. 2.05 Pump Casing: The pump casing shall be cast iron - ASTM A-48 Class 35. It shall be a single volute and axially split along the shaft centerline. The upper half of the casing shall be completely removable without disturbing the suction or discharging piping connections. The lower half of the pump case shall be tapped 1" below each seal chamber for excess water drain. Pump case shall have a 1/2" tap at the high point of the pump case to allow the installation of an air release valve or stop cock. Pump casing shall also have gauge taps. The suction and discharge side shall have a flat face flange - ANSI B16.1-125 lb. Size of flange shall be as set out in Paragraph 1.02. 2.06 Testing: Each pump shall receive non -witnessed hydrostatic tests per HIS requirements, as well as non -witnessed pump performance tests over the complete hydraulic range of each pump. Performance tests can be conducted with factory motors on standard manufactured test stand. Job motors and bases are not required. Prior to release of shipment from pump manufacturer, certified pump performance tests must be submitted and approved by owner. 3.0 DRIVERS: 3.01 Motors: The motor (driver) shall be provided and shall be coordinated with the requirements of the pumping unit. Pump manufacturer shall be responsible for furnishing the motor, for matching the motor, pump and the VFD. See Technical Specification 16220 AC Motors. 11110 Horizontal Split Case Pumps Page 3 of 8 3.02 Minimum Horsepower: The pump shall not overload the motor at any point through the full range of the pump curve. The service factor may not be considered. The minimum horsepower that will be accepted is set out in Paragraph 1.02. 3.03 Adjustable Frequency Drives: Adjustable frequency drives shall be provided and shall be coordinated with the requirements of the pumping unit and the motor. The pump manufacturer shall be responsible for furnishing the adjustable frequency drive, for matching the motor and the drive, and for coordinating the collection of data and the design to limit harmonics to the levels specified, see Technical Specification 16150 Adjustable Frequency Drives. 4.0 COTJPL ING : The coupling shall be a Falk T10 Steelflex type coupling. An O.S.H.A. approved coupling guard shall be provided. All couplings and other moving or rotating parts shall be covered on all sides by a safety guard. Safety guards shall be fabricated from 16 USS gage or thicker galvanized or aluminum -clad sheet steel or from 1/2 inch mesh galvanized expanded metal. Each guard shall be designed for easy installation and removal. All necessary supports and accessories shall be provided for each guard. Supports and accessories, including bolts, shall be galvanized. All safety guards in outdoor locations shall be designed to prevent the entrance of rain and dripping water. 5.0 BASE: The base shall be fabricated from A-36 steel or better materials. The base shall be constructed as a form bent channel (structural) and shall comply with the latest version of the Hydraulic Institute Standard (HIS). Form bend bases shall have a minimum thickness of 1/2". Both ends on the form bent base shall be capped with the minimum thickness equal to the base thickness. Steel cross supports of equal thickness shall be used under the baseplate to stiffen the base. All exposed welding shall be seal welded. Cast iron bases are not acceptable. The motor and pump pad material shall be A-36 steel or better with a minimum finished thickness of 1". The motor pads and pump pads shall be machined to ensure flat and parallel surfaces. The entire base shall be commercial heated stressed relieved prior to machining. The mounting pads shall be machined to minimum 0.005 inches flatness and parallel to each other within 0.010 inches. The coupling guard shall be fabricated from A-36 steel or better. The minimum thickness shall be 12 gauge. The guard may include expanded metal with minimum openings on 11". It shall be fabricated and installed to ensure no access to the rotating shafts and coupling. The guard must be removable for maintenance purposes. 11110 Horizontal Split Case Pumps Page 4 of 8 The base shall be provided with a drip rim completely around the perimeter on the base plate. The rim must have a minimum width and depth of 1-1/2". A minimum 1" NPT coupling shall be provide as a drain connection. Drain piping shall be provided by the contractor. Anchor bolt holes may not penetrate the drip rim. A minimum of four (4), anchor bolts holes must be provided. The bolt holes must be 1/8" larger diameter than the anchors bolts. Anchor bolt must extend a minimum of 10 bolt diameters into the concrete foundation. Anchor bolts will be provided by the contractor. The base plate shall be provided with 4" minimum diameter grout holes to allow grout to be installed in the filed by the contractor. The pumps and motor shall be fastened to the baseplate using Grade 5 or better plated bolting. Baseplates for larger pumps over 150 kW (200 hp) shall be mounted on heavy duty baseplates with machined pump and motor pads. The base rigidity shall prevent more than 0.25mm (0.010 in) parallel coupling misalignment and 0.127mm/mm (0.005 in/in) angular misalignment when subjected to maximum motor and piping loads simultaneously. 6.0 PRE -INSTALLATION: The pump and motor shafts shall be aligned in the factory prior to shipping using a laser alignment device or instrument. A minimum of 0.125 in of shim pack thickness shall be provided under all drivers. The pump shall not be shimmed. After the factory alignment, the pump shall be pinned or blocked to prevent the pump from moving on the mounting pads. This allows the pump to be removed and reinstalled in the same position. The pump and motor may be removed to verify the base leveled during the installation process. 8.0 ASSEMBLY OF THE PUMPING UNITS: The motor shall be mounted on the base; coupling hubs shall be installed on the motor and pump shaft by the pump manufacturer or supplier. 9.0 OPERATING CONDITIONS: 9.01 General: The following operating conditions are for each pump operating alone. a. Pump No.1, No.2 and No.3 (1) Minimum Shut Off Head: 220 FT (2) Minimum Head Condition: (a) Pumping Rate: 6150 GPM (b) Total Dynamic Head: 119 FT (c) Minimum Efficiency: 83.2% (3) Design Head Condition: (a) Pumping Rate: 5128 GPM (b) Total Dynamic Head: 147 FT (c) Minimum Efficiency: 85.9 % (4) Maximum Head Condition: (a) Pumping Rate: 3590 GPM (b) Total Dynamic Head: 183 FT (c) Minimum Efficiency: 80.7% 11110 Horizontal Split Case Pumps Page 5 of 8 b. Pump Station F.F. Elevation = +/-24.5-ft. c. Pump Center Line Elevations = varies see Sheet 4 of 40 and 5 of 40. 9.02 PUMPS: Each pump shall be capable of providing 7.5 MGD at the following heads at the indicated speeds: 80% 7.5 MGD at 65' 90% 7.5 MGD at 105' 93.3% 7.5 MGD at 116' 100% 7.5 MGD at 147' Two pumps pumping in parallel shall be capable of providing 13.75 MGD at the following heads at the indicated speeds: 80% 13.75 MGD at 88.8% 13.75 MGD at 93.4% 13.75 MGD at 100% 13.75 MGD at 79T 111' 129' 155' 10.0 PUMP CONTROLS: Integrator shall coordinate with the pumping equipment contractor for the replacement of the existing pumps, motors and VFD's. Integration of the minimum and maximum operating speeds and flow rates, as recommended by the pump manufacturer's representative for successful pump operation. See also Section's 409000, 409001, 409002, 409002.1 and 409003. 11.0 ANCHORAGES: The pump manufacturer or supplier shall furnish all anchor bolts, bolts, nuts and washers that will be needed to install pumping units and pumps. All of these items shall be 316 stainless steel. 12.0 PUMP CURVES: The pump manufacturer shall furnish performance curves of the pumps to be furnished. Pump curves shall include flow, head, efficiency, horsepower and N.P.S.H. curves. Curves shall be drawn to a large scale. 13.0 DRAIN PIPING: The Contractor shall provide and install gs" Sch. 80 PVC pipe and fittings from pump case tap. Pipe routing shall contain vertical tee adjacent to pump case for air vent and future rodding. 14.0 SUBMITTAL DATA: Before manufacture, the Contractor shall submit 6 sets of detailed drawings, detailed specifications, pump curves, wiring diagrams, installation and other pertinent information for the Engineer's review and approval. 11110 Horizontal Split Case Pumps Page 6 of 8 15.0 SUITABILITY CERTIFICATION: As part of the submittal data required above the Contractor shall submit a certification stating that the pump manufacturer's authorized representative has studied the contract documents (drawings and specifications), questioned the Contractor and the Engineer to determine the conditions affecting these pumping units, and hereby certified that they should be suitable for use on this project and should require no more than normal maintenance if not damaged or abused. 16.0 FIELD SERVICE: 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 the pumping units. The qualifications of the field service engineer are subject to the approval of the Engineer. The pump supplier shall provide laser alignment after installation. The integrator shall coordinate with the pump supplier for replacement of existing pumps and motors. Integration of minimum and maximum operating speeds and or flow rates as recommended by the pump manufacturer's representative for successful pump operation. 17.0 GROUTING: Grout holes, at least 4 inches in diameter or at least 3.5 inch squares must be provided and located to allow complete grouting of the base. The holes shall be spaced such that grout is not required to be forced more than 30 inches. Vent holes, a minimum of 0.5 inches in diameter shall be provided at the end of all grout runs. The motor and pump may be removed in order to fill the base with grout. The base must be installed with a minimum of 1" of grout between the base and the concrete surface. This grout is use to support and level the baseplate. The grout shall have a minimum compressive strength of 6000 psi after 28 days. The grout shall cure as least 7 days prior to pump start-up and running. 18.0 INSTALLATION AND START-UP: The contractor shall ensure that the pump discharge and suction flange are not supporting the weight of the piping or valves. The motor and pump may be removed for grouting purposes. After grouting is complete and prior to start-up, the motor and pump shall be aligned with a laser device. Prior to installing the coupling, the motor rotation must be verified. The pump manufacturer's rep must be present during start-up. 19.0 OPERATIONAL AND MAINTENANCE MANUAL: The manufacturer shall furnish the Engineer with four printed sets and one (1) electronic copy of complete operation and maintenance instructions (including pump curves and wiring diagrams). The documents format shall follow Technical Specification 01011. 20.0 SPARE PARTS: Each pump shall be furnished with a complete set of bearings, wear rings, shaft sleeves, gaskets, mechanical seals, flexible couplings and bearing/seals for drive motors. 11110 Horizontal Split Case Pumps Page 7 of 8 21.0 PUMP Each name • NAME PLATE: Pump shall be furnished with a stainless steel name plate. The plate shall include: The Pump designation (ie, pump 1, Pump 2, Pump 3) • Manufactures name and model number • Motor horse power • • • Pump speed at design flow and head Motor voltage Pump flow at design TDH 22.0 RESISTANCE TEMPERATURE DEVICE (RTDS): a. Each bearing sleeve shall be drilled to receive one temperature sensing element for intimate contact of tip and bearing. The RTDS shall be three -lead type, 100 ohms platinum. The nominal temperature range is 50°F to 250°F. RTDS shall be installed on the upper half and exterior of the bearing housing for easy removal. Installation of the bearing temperature RTDS shall prevent leakage or oil damage to the lining. b. The bearing temperature shall be "read out at control panel." c. All pumps shall be provided with RTDS as specified above for the inboard and outboard bearing. d. Each transmitter shall be solid state, a 4-20 mA dc output. 23.0 VIBRATION PROTECTION: Vibration level indicators/transmitters measuring the pump bearing vibration at pumps and its associated motor in the p programmable and shall have total of three (3) vibration sensors: one shall be utilized for each of the high service um p station. There will be a (1) on each pump bearing. Each vibration level indicator/transmitter shall produce a 4-20mA DC output signal that shall be linearly proportional to the input signal from the associated sensor. The type and range of each vibration level indicator/transmitter shall be per requirements of and as recommended by the manufacturer of the pumping unit (pump and motor manufacturer), Each signal conditioner shall be equipped with low pass and high pass filters. The vibration signal conditioning transmitter units shall be as manufactured by METRIX INSTRUMENT COMPANY ST Series with all specified accessories, complete with matching Field Vibration Sensors as Manufactured by METRIX INSTRUMENT COMPANY. END OF SECTION 11110 Horizontal Split Case Pumps Page 8 of 8 11440 ULTRASONIC FLOW MEASURING EQUIPMENT (IN-LINE PRESSURE PIPE) 1.0 GENERAL REQUIREMENTS 1.01 SCOPE This specification shall govern for all work necessary to furnish and install ultrasonic type equipment for in-line pressure pipe flow measurement applications as required to complete the project. 1.02 SPECIFICATION TYPE This is a performance specification as defined in Article TS -1 of the Technical Special Provisions. 1.03 GENERAL DESCRIPTION It is the intent of this specification that the required flow meters furnished under this specification shall have for following capabilities: A. Provide a continuous, non -contact measurement of flow through a full flowing pipe. B. Transmit a 4-20 mA dc signal to the remote recorder device. 1.04 SCHEDULE OF METERS TO BE FURNISHED Location Flow Tube Size Flow Range Pumps No. 1, 2 and 3 20" dia. 0 to 7.5 MGD 1.05 QUALITY ASSURANCE A. QUALIFICATIONS The equipment shall be furnished by a manufacturer engaged in the production of the specific type of equipment for a minimum of 10 years. The manufacturer shall have furnished similar equipment for at least 5 other installations in Texas performing similar duty. Each previous installation shall have performed satisfactorily for at least 5 years and are still in operation. B. WORKMANSHIP AND DESIGN All manufacturer parts and components shall be engineered for long and continuous service. Provisions shall be made for easy adjustment or replacement of all parts. C. EQUIPMENT UNIFORMITY Where like items are incorporated into equipment systems (i.e. motors, push buttons, etc.) such items must be identical to achieve standardization for appearance, operation, maintenance, spare parts, and service. Corresponding parts of multiple units shall be interchangeable. 11440 Ultrasonic Flow Measuring Equipment Page 1 of 4 D. MANUFACTURERS QUALITY CONTROL All stages of the manufacturing process shall be carefully inspected at the factory by factory inspectors who shall use whatever means necessary to assure the proper fit of all field connections and compliance with all material and fabrication requirements of the specifications. E. FACTORY ASSEMBLY 1) Ultrasonic Flowmeters: The ultrasonic flowmeter shall be factory assembled and calibrated in a fabricated carbon steel pipe with Kynar lining, or stainless steel, flow tube. 1.06 SUBMITTAL DATA Before manufacture, the Contractor shall submit 7 sets of detailed drawings, detailed specifications, wiring diagrams, installation and other pertinent information for the Engineer's review and approval. A. SUITABILITY CERTIFICATION: 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 they should be suitable for use on this project and should require no more than normal maintenance if not damaged or abused. B. RECORD DRAWINGS: Submit loop circuit diagrams of final installation showing cable routing, cable and conduit numbers, wire numbers, equipment connections, etc. 1.07 FIELD SERVICE The equipment manufacturer shall furnish the service of a qualified factory field service engineer for one period totaling one 8 -hour working day at the site to inspect the installation, check the calibration of each meter and instruct the Owner's personnel on the operation and maintenance of the equipment. The qualifications of the field service engineer are subject to the approval of the Engineer. 1.08 OPERATION AND MAINTENANCE MANUAL The manufacturer shall furnish the Engineer four (4) printed sets of and one (1) electronic copy complete operation and maintenance instructions (including the final wiring diagrams) for the equipment furnished under this section. The document format shall follow Technical Specification 01011 - Equipment Documentation Requirements. 11440 Ultrasonic Flow Measuring Equipment Page 2 of 4 2.0 PRODUCTS/MATERIALS 2.01 IN-LINE TYPE ULTRASONIC FLOWMETER The ultrasonic flowmeter shall be Panametrics DF868 without exception. Flowmeters shall be of the diagonal traversing transit time type. Meters shall be suitable for the maximum working pressure range of the adjacent piping. The flowmeter shall use a pair of ultrasonic transducers designed to measure the velocity in both directions with respect to the flow. The transducers shall be mounted through special windows in the flow tube assembly and shall not sense through the pipe wall. 2.02 CALIBRATION Each flowmeter shall be calibrated in the laboratory, and copies of the calibration data shall be included in the operation and maintenance manual submittals. 2.03 TRANSMITTER The ultrasonic flow transmitter shall have all solid-state electronic circuitry housed in a weatherproof NEMA Type 4 enclosure mounted near the flow tube. The transmitter shall be suitable for an ambient temperature range of -20 to +140°, and a relative humidity of 10 to 100 percent. The electronic transmitter shall include interference - rejecting circuitry to maintain a reliable signal in the presence of bubbles, solids, and disturbances in the flow. The electronic transmitter circuitry shall be interchangeable between flowmeters and shall allow easy field range changes. Circuitry shall include diagnostic indication to assist in troubleshooting and calibrating the transmitter. The transmitter output shall be an isolated 4-20 mA dc signal into 0 to 600 ohms, linear to the calibrated flow range. Accuracy of the transmitted signal shall be <1.0 percent of actual flow rate over a range of 10 to 1. The flowmeter shall be of the ac powered type. 2.04 LOCAL DISPLAY The ultrasonic flowmeter shall have a weatherproof local electronic indicator mounted on or near the flow transmitter. The indicator shall be a digital type or a nominal 4 inch scale engraved in engineering units of flow. The indicator accuracy shall be <1.0 percent of full scale. 2.05 FLOW TUBE The flow tube assembly shall consist of a completely obstructionless fabricated steel pipe or stainless steel, 20" dia. x 4'-0" long, with flanged ends, provided by the flowmeter supplier and fabricated to the flowmeter manufacturer's requirements for transducer location and mounts. Flange diameter and bolt drilling pattern shall comply with ANSI B16.5, Class 150. Interior of flow tube (steel only) shall be coated with Kynar. Exterior shall be coated per Section 09910. 2.06 AUXILIARY ENCLOSURE Where transmitters are mounted outdoors, they shall be provided with an auxiliary NEMA 3R fiberglass enclosure (with drip ledge) having stainless steel luggage latches and piano hinge. 2.07 BOLTS AND FASTENERS All fasteners and bolts shall be Type 304 stainless steel. 11440 Ultrasonic Flow Measuring Equipment Page 3 of 4 3.0 CONSTRUCTION METHODS 3.01 EQUIPMENT AND MATERIALS SHIPPING AND STORAGE A. PREPARATION FOR SHIPMENT Mechanical and electrical components shall be protected from the weather and suitable packaged to facilitate handling and storage. All mechanical equipment shall be kept thoroughly dry at all times and shall be stored indoors. B. STORAGE OF EQUIPMENT 1) All equipment stored on the Project Site shall be protected and maintained in accordance with the manufacturer's recommendations. 2) Mechanical and electrical equipment must be stored in weatherproof, ventilated enclosures. 3) Equipment shall not be allowed to contact the ground directly. 3.02 INSTALLATION All installation shall be "First Class" and done in accordance with standard practice to provide a neat, structurally sound installation. The equipment shall be furnished complete by the manufacturer and shall be installed by the Contractor as directed by the manufacturer in his working drawings and written instructions. The installation shall be checked, tested and approved by a factory representative before acceptance. END OF SECTION 11440 Ultrasonic Flow Measuring Equipment Page 4 of 4 15060 DUCTILE IRON PIPE AND FITTINGS 1.0 GENERAL REQUIREMENTS 1.01 SCOPE This specification shall govern for all work necessary for furnishing all ductile iron pipe and fittings required to complete the process piping. 1.02 SPECIFICATION TYPE This is a performance specification as defined in Article TS -1 of the Technical Special Provisions. 2.0 PRODUCTS/MATERIALS 2.01 DUCTILE IRON PIPE Ductile iron pipe shall conform to ANSI A21.51/AWWA C-151 or ANSI A21.11/AWWA C-111, and shall have been manufactured in the U.S.A. 2.02 LINING The interior of the pipe and fittings, except air service piping, shall be lined with enameled cement mortar, standard thickness as specified in ANSI A21.4-85/AWWA C-104. Pipe and fittings for air service shall not be mortar lined but interior shall be lined with 1 mil bituminous coating. 2.03 PIPE INSTALLED BELOW GROUND (BURIED) Pipe installed below ground shall be ductile iron with ductile iron fittings. Fittings shall have mechanical joints with restrained glands. 2.04 PIPE INSTALLED ABOVE GROUND (INCLUDING VALVE VAULTS) Pipe installed above ground shall be ductile iron with ductile iron fittings. Joints shall be flanged. The provisions of this specification entitled "Fabricated Pipe" shall apply to pipe installed above ground. 2.05 WALL PIPE Wall pipe shall be ductile iron and all provisions of this specification entitled "Fabricated Pipe" shall apply, except when the drawings require a mechanical joint or a push on joint. Then the joint specification shall conform to the applicable specification for pipe installed below ground. 2.06 FITTINGS Fittings shall be ductile iron conforming to ANSI A21.53/AWWA C-153 Pressure Class 250. 15060 Ductile Iron Pipe Page 1 of 4 2.07 JOINTS A. MECHANICAL JOINTS Mechanical joints shall conform to ANSI A21.11/AWWA C-111. All mechanical joints shall be furnished complete with joint material, gaskets, nuts, bolts and glands. Restrained mechanical joints, where required, shall be American "MJ Coupled Joints" or EBAA Iron Sales, Inc. "Megalug" Series 1100. B. PUSH -ON JOINTS Push -on joints shall conform to ANSI A21.11/AWWA C-111. All required lubricant shall be furnished with the pipe and/or fittings. Restrained push -on joints, where required, shall be American "Flex - Ring" or "Lok -Ring", Clow "Super -Lock" or U.S. Pipe "TR Flex" positive locking segments and/or rings. C. FLANGED JOINTS Flanged joints shall conform to have full face factory cut gas drilled and faced and conform B16.1. All nuts and bolts hereinafter. 2.08 NUTS AND BOLTS ANSI A21.11/AWWA C-115. Flanges to kets. Flanges shall be Class 125 to A.N.S.I. Standard Specification shall be furnished as required Nuts and bolts shall conform to A.S.T.M. Standard Specification A307, Grade A and shall be furnished as required hereinafter. 2.09 ANSI/NSF STANDARD 61 All materials and coatings shall conform to ANSI/NSF Standard 61, where applicable, and must be certified by an organization accredited by ANSI as required in §290.43 (c) (8) of the rules. 3.0 FABRICATION AND INSTALLATION 3.01 FABRICATED PIPE A. GENERAL All fabricated ductile iron pipe, whether flanges, plain end or fabricated wall pieces shall be furnished in accordance with ANSI A21.15/AWWA. C-115 latest revisions. B. PIPE BARREL The thickness of the ductile follows: Diameter 0.31 inch* 4" Diameter 0.32 inch* 6" Diameter 0.34 inch* Diameter 0.36 inch* 10" Diameter 0.38 inch* 3" 8" iron pipe barrel shall comply as 18" Diameter 0.44 inch* 20" Diameter 0.45 inch* 24" Diameter 0.47 inch* 30" Diameter 0.51 inch* 36" Diameter 0.58 inch* 15060 Ductile Iron Pipe Page 2 of 4 12" Diameter 0.40 inch* 14" Diameter 0.42 inch* 16" Diameter 0.43 inch* *(Class 53) C. PIPE FLANGES 42" Diameter 0.65 inch* 48" Diameter 0.72 inch* 54" Diameter 0.81 inch* All flanges furnished shall be ductile iron and in strict accordance with the following table: Nominal Pipe Size In. OD BC In In. T In. Bolt Hole Dia. & Length In. In. Bolt Dia. No. of Bolts 3 4 6 8 10 12 14 16 18 20 24 30 36 42 48 54 7.50 9.00 11.00 13.50 16.00 19.00 21.00 23.50 25.00 27.50 32.00 38.75 46.00 53.00 59.50 66.25 D. PIPE FACING 6.00 7.50 9.50 11.75 14.25 17.00 18.75 21.25 22.75 25.00 29.50 36.00 42.75 49.50 56.00 62.75 0.75 ± 0.12 0.94 ± 0.12 1.00 ± 0.12 1.12 ± 0.12 1.19 1.25 1.38 1.44 1.56 1.69 1.88 2.12 2.38 2.62 2.75 3.00 3/4 3/4 7/8 7/8 ± 0.12 1 ± 0.12 1 ± 0.19 1-1/8 ± 0.19 1-1/8 ± 0.19 1-1/4 ± 0.19 1-1/4 ± 0.19 1-3/8 ± 0.25 1-3/8 ± 0.25 1-5/8 ± 0.25 1-5/8 ± 0.25 1-5/8 ± 0.25 2 5/8 x 2-1/2 4 5/8 x 3 8 3/4 x 3-1/2 8 3/4 x 3-1/2 8 7/8 x 4 7/8 x 4 1 x 4-1/2 1 x 4-1/2 1-1/8 x 5 1-1/8 x 5 1-1/4 x 5-1/2 1-1/4 x 6-1/2 1-1/2 x 7 1-1/2 x 7-1/2 1-1/2 x 8 1-3/4 x 8-1/2 12 12 12 16 16 20 20 28 32 36 44 44 The pipe will be threaded through the flange and shall be faced after fabrication. E. PIPE MARKING The length and weight shall be shown on each pipe. The letters D. I. shall be cast on the back of the flange for identification. F. FABRICATED WALL PIECES All fabricated wall pipe shall be manufactured in accordance with paragraph 3.01 wall thickness and shall be ductile iron. In the case of a mechanical joint bell by flange or plain end wall piece, the bell shall be integrally cast with the pipe barrel. "Screwed on" bells will not be acceptable. The wall collar or center flange shall be integrally cast ductile iron of minimum thickness as indicated by the following: Pipe Size 3" 4" 8" Thickness 0.50 0.50 0.50 0.50 Pipe Size Thickness 18" 0.75 20" 0.75 24" 0.75 30" 1.00 15060 Ductile Iron Pipe Page 3 of 4 10" 12" 14" 16" 0.50 36" 0.50 42" 0.75 48" 0.75 54" 3.02 PIPE INSTALLED BELOW GROUND (BURIED) 1.00 1.25 1.25 1.50 Pipe to be installed below ground shall have a minimum wall thickness as follows: Pressure Wall Diameter Class Thickness (inches) (psi) (inches) 4 350 0.25 6 350 0.25 0 350 0.25 10 350 0.26 12 350 0.28 14 300 0.30 16 300 0.32 18 300 0.34 20 300 0.36 24 250 0.37 30 250 0.42 36 250 0.47 42 250 0.52 48 250 0.58 The face of bells shall be plainly marked by color coding for classes so as to be readily identified in the field. 3.03 EXTERIOR PROTECTION OF PIPE AND FITTINGS A. PIPE INSTALLED BELOW GROUND (BURIED) Pipe and fittings installed below ground shall coating approximately 1 mil. thick as specified shall be protected with a polyethylene wrap. material shall be seamless ANSI/AWWA C105/A21.5 LLDPE thickness and installed in accordance with AWWA C105. shall be lapped in such a manner that all fittings shall have a minimum 6" lap. have a bituminous in AWWA C-105 and The polyethylene - 8 mil The wrapping of pipe and surfaces B. PIPE INSTALLED ABOVE GROUND (INCLUDING VALVE VAULTS) Pipe above ground shall be painted as provided for in Technical Specification 09910. 3.04 JOINT RESTRAINT OF PIPE AND FITTINGS All underground discharge piping shall have restrained joints. Joint restraint shall be per Section 2.07 END OF SECTION 15060 Ductile Iron Pipe Page 4 of 4 15065 INSTALLATION OF PROCESS PIPING 1.0 GENERAL REQUIREMENTS 1.01 SCOPE This specification shall govern for all work necessary for the installation of all process piping required to complete the project. 1.02 SPECIFICATION TYPE This specification is a performance specification as defined in Article TS -1 of the Technical Special Provisions. 2.0 MATERIAL 2.01 CONCRETE Concrete shall have a minimum compressive strength of 3000 p.s.i. 0 28 days and shall be in accordance with Section 03300, "Normal Weight Aggregate Concrete". 2.02 DUCTILE IRON PIPE AND FITTINGS - See Section 15060. 2.03 POLYVINYL CHLORIDE PIPE AND FITTINGS - NOT USED 3.0 CONSTRUCTION METHODS 3.01 HANDLING, DISTRIBUTION AND STORAGE OF MATERIAL A. HANDLING AND CARE Pipe and other materials shall be unloaded at the point of delivery, hauled to and distributed at the project site by the Contractor. They shall at all times be handled with care and in conformance with the manufacturer's recommendations. Whether moved by hand, skidways or hoists, material shall not be dropped or bumped against other material or objects already on the ground. B. DISTRIBUTION AT SITE OF WORK Material may be unloaded opposite or near the place where it is to be used in the construction provided it is to be incorporated into the work within 10 days. The Contractor shall distribute the material in such a manner so as not to cause any undue inconvenience in the operation of the existing plant. C. STORING MATERIAL Any material delivered to the project site that is not to be incorporated into the work within 10 days shall be stored on suitable blocks or platforms off the ground. Stacking of materials shall be done in such a manner that the material is not damaged. 15065 Installation Of Process Piping Page 1 of 6 3.02 UNDERGROUND INSTALLATION A. ALIGNMENT AND GRADE 1) General: All pipe shall be laid and maintained to the required lines and grades. Fittings and valves shall be at the required locations and with joints centered, spigots home and all valve stems plumb. 2) Deviation with Engineer's Consent: No deviation shall be made from the required line or grade except with the consent of the Engineer. 3) Depth of Cover: Depth of cover shall be measured from the proposed finish grade or existing grade to the top of the pipe. It is the intent of these specifications that underground lines have a minimum 36" inches cover. If the established grades violate any of the above stated conditions, notify the Engineer immediately so that remedial instructions may be given the Contractor. B. PIPE TRENCH EXCAVATION AND BACKFILL - See Section 02226. C. TRENCH EXCAVATION SAFETY - See Section ❑2226. D. LOWERING PIPE AND ACCESSORIES INTO THE TRENCH 1) General: Proper implements, tools and facilities satisfactory to the Engineer shall be provided and used by the Contractor for the safe and efficient execution of the work. All pipe, fittings, valves and accessories shall be carefully lowered into the trench by means of derrick, ropes or other suitable equipment in such manner as to prevent damage. Under no circumstances shall pipe or accessories be dropped or dumped into the trench. The Contractor shall not lay any pipe in the trench until the bedding and condition of the trench has been approved by the Engineer. The trench shall be free of water and maintained in that condition until pipe has been laid and the joints completed. 2) Inspection of Pipe and Accessories: The pipe and accessories shall be inspected for defects prior to lowering into trench. 3) Keeping Pipe Clean: All foreign matter or dirt shall be removed from the interior of pipe before lowering into the trench. Pipe shall be kept clean by means approved by the Engineer during and after laying. 15065 Installation Of Piping Page 2 of 6 E. CONCRETE THRUST BLOCKING Concrete thrust blocking shall be provided at the ends of all lines and changes in direction. Thrust blocking shall be poured against undisturbed soil. Thrust blocks shall be of sufficient size to keep the pipe in place when subjected to operating and test pressure. The blocking shall be placed so that the pipe and fittings joints will be accessible for repair. F. JOINTING PIPE AND FITTINGS 1) Mechanical Joint: Wash and clean jointing area with small side of gasket and lip of gland toward bell, then slip over plain end of pipe. Soap gasket. Push gasket into position into bell. When properly seated slide gland into position and run bolts up "finger tight". Starting at bottom bolt, tighten in pairs, 180 degrees apart. 2) Push On Type Joints: Wipe the gaskets, groove and pipe spigot free from all foreign materials at the time of assembly. Make sure the gasket is not twisted or turned to prevent proper seating in the groove. Apply the lubricant in accordance with manufacturer's printed instructions. Push the pipe and fitting together with one quick, easy motion. 3.03 ABOVE GROUND INSTALLATION A. ALIGNMENT Pipe shall be positioned as shown on the drawings. Care shall be taken to be sure pipe is not placed in a "bind". Suitable pipe supports and/or hangers shall be provided as necessary, even if they are not shown on the drawings. Fittings and valves shall be at the required locations and with joints centered and valve stems plumbed. B. JOINTING PIPE AND FITTINGS 1) Flanged Joints: Clean surfaces of flanges thoroughly with a wire brush. Apply gasket, graphite with water solution if non -graphite gaskets are used. Align flanges, place bolts with all heads in same direction. Bolts shall all be the same length. Tighten bolts in turn around joint, taking care not to "pinch" or tear gasket until all are tight. 2) Solvent Weld PVC Pipe and Fittings: Joining of pipe and fittings shall be done in strict accordance with manufacturer's printed instructions. C. FIELD PAINTING - See Section 09910 "Painting". 15065 Installation Of Process Piping Page 3 of 6 3.04 STERILIZING WATER PIPE A. COORDINATION: The Contractor shall coordinate flushing and disinfection work with adjacent work as necessary to preclude work interferences or duplication of effort and to expedite the overall progress of the work. The Contractor shall provide all necessary piping, piping connections, temporary valves, sampling taps, pumps, disinfectant, neutralization agents, chloride residual test apparatus, and all other items of equipment or facilities required to complete the disinfection work. Water required for flushing and disinfection work will be provided as stipulated in the temporary facilities section. In all cases where it is necessary to interrupt service, permission of the Owner shall be obtained at least two days before the service will be interrupted. Unless otherwise specified, final cleaning work shall not be performed until after hydrostatic testing of the lines and any repair work resulting thereby. The Contractor shall notify the Owner and Engineer prior to the work to allow their representatives to be present during cleaning and/or disinfection of the water lines if so desired. B. GOVERNING STANDARD: All disinfection work shall conform to the requirements of ANSE/AWWA C651, and the requirements of the Texas Natural Resource Conservation Commission (TNRCC), except as modified herein. If any state or local requirements conflict with the provisions of this section, the State and local requirements shall govern. C. DISINFECTION PLAN: Prior to starting any disinfection work, the Contractor shall submit to the Engineer a detailed disinfection plan. The plan shall cover the method and procedure proposed, necessary coordination, qualification of personnel performing the disinfection, sequence of operations, equipment to be used, manner of filling and flushing the lines, chlorine injection points, sample points, testing schedule, potable water source, neutralization, and disposal of wasted water. Personnel performing the disinfection shall demonstrate a minimum of five (5) years experience in the chlorination and dechlorination of similar pipelines. The chlorine residual test log shall be made available to the Owner or Engineer upon request and the log shall be provided to the Engineer upon completion of all chlorine residual testing. D. TESTING: Bacteriological testing shall be performed by the Owner. A minimum of 48 hours notice is required prior to performing the test. 15065 Installation Of Piping Page 4 of 6 Sampling and testing of water in the lines shall be performed 2 hours after final flushing in accordance with Section 7 of ANSE/AWWA C651, including a standard heterotrophic plate count for each sample. Should the bacteriological tests indicate the presence of coliform organisms at any sampling point, the lines shall be reflushed, resampled and retested. If check samples show the presence of coliform organisms, then the lines shall be rechlorinated until acceptable results are obtained. E. MATERIALS: All materials furnished by the Contractors shall conform to the requirements of ANSW/AWWA C651 and shall be clean and free of debris which could infer questionable test results. Calcium Hypochlorite (dry) and Sodium Hydrochlorite (solution) shall conform to AWWA B300. Chlorine, residual concentration shall be measured using an appropriate range, drop count, titration kit or an orthotolidine indicator comparator with wide range color discs. The color disc range shall be selected to match chlorine concentration limits. Test kits shall be maintained in good working order and available for immediate test of residuals at point of sampling. Test kits manufactured by Hach Chemical or Hellige are acceptable. F. DISINFECTION PROCEDURE: The new lines shall be disinfected by either the continuous feed method or the slug method. Potable water shall be used in conjunction with the chlorination agent. Unless otherwise permitted, the chlorination agent shall be injected into the line at the supply end of each new line or valved section thereof. Admission of disinfectant solution into or the flushing thereof through existing mains shall be held to the minimum possible, and then only after adequate measures have been taken to prevent any such solution of wastewater from entering branch service connections to water customers. During disinfection, all valves and ensure that all appurtenances are operated such that the chlorine chlorinated will not flow back into shall be used if required. hydrants shall be operated to disinfected. Valves shall be solution in the line being the supply line. Check valves Existing mains which could have been contaminated during work requiring connections to the new water line, involving either tapping or cutting into operations, shall be flushed and disinfected in accordance with Section 10 of ANSI/AWWA C651. G. FINAL FLUSHING: Upon completion of chlorination, but before sampling and bacteriological testing, all heavily chlorinated water shall be removed from the lines by flushing with potable water until the 15065 Installation Of Process Piping Page 5 of 6 chlorine residual in the lines is not higher than that generally prevailing in the remainder of the system. Small pipelines shall be flushed with water at the maximum velocity which can be developed, but not less than 1.5 feet per second, unless otherwise permitted by the Engineer. Flushing shall be accomplished through the installed valves or fittings, or through corporation cocks furnished and installed for that purpose in accordance with the details indicated on the drawings. Pipelines may be flushed as specified, cleaned with a hose, or by other methods acceptable to the Engineer. Booster pumps shall be used if required to obtain the necessary volume or velocity of water. Pumping equipment installed under this contract shall not be used for flushing, nor shall the flushing water be passed through them; temporary bypass piping at each pump shall be provided as required. H. DISPOSAL OF SUPER CHLORINATED WATER: All super chlorinated water to be discharged shall be neutralized by chemical treatment and disposed of in accordance with ANSI/AWWA C651, Appendix B. Schedule and coordinate rates of flow and locations of discharge of disinfection and flushing water with the Engineer and cognizant state and local regulatory agencies to ensure compliance with all applicable rules and regulations. After dechlorination, all super chlorinated water shall be flushed into the existing storm water drainage system, not the street. I. QUALITY CONTROL: The Owner shall perform the bacteriological tests specified herein until acceptable results are obtained. 3.05 WATER CONNECTIONS A. CITY OF CORPUS CHRISTI: All connections to the water mains will be made by the contractor under supervision of City Utility Department. The Contractor shall supply all required materials and labor and match grade of the existing water line. END OF SECTION 15065 Installation Of Piping Page 6 of 6 15066 TESTING OF PROCESS PIPING 1.0 GENERAL REQUIREMENTS 1.01 SCOPE This specification shall govern for all work necessary for testing the completed process piping. The Contractor shall provide all equipment necessary and accomplish all testing under this specification. 1.02 SPECIFICATION TYPE This specification is a performance specification as defined in Article TS -1 of the Technical Special Provisions. 2.0 WATER FOR TESTING All water for testing shall be furnished by the Contractor. The contractor shall make complete and satisfactory arrangements with the City Utility Department and make all necessary connections at his own expense. 3.0 HYDROSTATIC TESTING OF PRESSURE FLOW LINES 3.01 TEST PRESSURE, DURATION AND LEAKAGE 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 with high early strength concrete, or seven (7) days with standard concrete. Each section of pipe line 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 pipe line. 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 pipe shall be subjected to two hydrostatic tests. The first hydrostatic test shall be a two hour test at a pressure of 150 P.S.I. The maximum allowable leakage during this portion of the test shall be as follows: For Ductile Iron Pipe, For AWWA C900/C905 PVC L = SDJP L = N D/P 133,200 7,400 WIRE L = Maximum Allowable Leakage (Gal./Hr.) S = Length of Pipe Tested (Feet) N = Number of Joints in Tested Line (Pipe & Fittings) D = Nominal Diameter of Pipe (In.) P = Average Test Pressure (P.S.I.) 15066 Testing Of Process Piping Page 1 of 2 Should any test of combined section of pipe laid disclose leakage greater than the specified limit, the Contractor shall, at his own expense, locate and repair the defective joints until the leakage is within the specified allowance. Repairs and tests shall be repeated until the line shows no defects and is accepted by the Engineer. 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 50 P.S.I. There will be a zero leakage allowance during this test. D. INSPECTION: All exposed pipes, fittings, valves and joints will be examined carefully during the test. All joints showing visible leaks shall be repaired or cut out and replaced at the Contractor's expense, as directed by the Engineer. Any cracked or defective pipe, fittings or valves discovered in consequence of this pressure test shall be removed and replaced by the Contractor with sound material and test shall be repeated until satisfactory to the Engineer. 4.0 TESTING OF GRAVITY FLOW LINES 4.01 TEST The Contractor shall provide all equipment, materials, (including water, if required) and do all work necessary to conduct tests to determine any leakage on the installed gravity flow lines. Contractor shall conduct a test as outlined in either PROCEDURE A or PROCEDURE B. 4.02 PROCEDURE A The Contractor shall perform infiltration or exfiltration tests. Infiltration shall not exceed more than 100 gallons per inch diameter of pipe per mile per 24 hours. Exfiltration shall not exceed more than 100 gallons per inch diameter of pipe per mile for 24 hours for 2 feet of hydrostatic head. For each additional 2 foot increment of head and additional 10% in exfiltration is allowed. The lines may be tested in sections. The duration of test for any section shall be 24 hours. 4.03 PROCEDURE B Contractor shall perform low pressure air testing of completed sections of installed gravity flow lines. After the section of pipe to be tested has been plugged, air pressure shall be applied until the pressure inside the pipe reaches 4 p.s.i.g. Time shall be allowed so the temperature and pressure can stabilize, then bleed back to 3.5 p.s.i.g. If the time in seconds, for the air pressure to decrease from 3.5 to 2.5 p.s.i.g. is greater than that calculated using the formula provided in the Texas Administration Code, Chapter 317 -Design Criteria For Sewerage (See below) , the pipe shall be presumed to be free from defect. When these rates are exceeded, pipe breakage or leaking plugs are indicated and an inspection must be made to determine the cause. If so designated by the Engineer, another test may be required on a section that has failed to pass the air test after repairs have been made. ALLOWABLE TIME FORMULA Time (Seconds) = 0.085 (D) (K)/(Q) K = 0.00049(D)(L) but not less than 1.0 D = average inside diameter of pipe (inches) L = length of line of same pipe size (feet) Q = rate of loss, assume 0.0015 CF/min./SF internal surface 15066 Testing Of Piping Page 2 of 2 15090 PIPE HANGERS AND SUPPORTS 1.0 GENERAL REQUIREMENTS 1.01 SCOPE This specification shall govern for all work necessary for furnishing all labor, materials, equipment, and incidentals required to design and to provide hangers, supports, restraints and appurtenances for all piping systems complete and operational as shown and specified. 1.02 SPECIFICATION TYPE This specification is a performance specification as defined in Article TS -1 of the Technical Special Provisions. 1.03 RELATED WORK SPECIFIED ELSEWHERE A. Section 09910 Painting B. Section 15060 Ductile Iron Pipe and Fittings C. Section 15065 Installation of Process Piping 1.04 QUALITY ASSURANCE A. All supports and hangers shall be furnished by a manufacturer fully experienced, reputable and qualified in the manufacture of the materials to be furnished. All supports and hangers shall be designed, constructed and installed in accordance with the best practices and methods and shall comply with these specifications. B. Reference Standards Comply with applicable provisions and recommendations of the following, except as otherwise shown or specified. 1. The Manufacturers Standardization Society of the Valve and Fittings Industry (Latest update): 2. MSS SP -58, Pipe Hangers and Supports - Materials and Design. 3. MSS SP -69, Pipe Hangers and Supports - Selection and Application. 4. Federal Specification, FS W -H-171, Hangers and Support, Pipe. 5. ASTM A 575, Merchant Quality Hot -Rolled Carbon Steel Bars. Underwriters' Laboratories, Inc., Standard UL -203 -Pipe Hanger Equipment. 15090 Pipe Hangers And Supports Page 1 of 5 1.05 ACCEPTABLE PRODUCTS Standard pipe supports and components shall be manufactured by Aickinstrut, B -Line, Carpenter & Patterson, Kin -Line, Grinnell, Michigan, Superstrut, Unistrut, or equal. 1.06 SUBMITTAL DATA The Contractor shall submit six (6) sets of manufacturer's catalogs, literature, and engineering data on all hangers, supports and restraints. 2.0 MATERIALS 2.01 GENERAL A. Furnish standard and fabricated hangers and supports complete with necessary inserts, bolts, nuts, rods, washers, and other accessories of the type indicated on the drawings and/or as required to properly support the piping to prevent sagging and as hereinafter described. The Contractor shall review the piping layout in relation to the surrounding structure and adjacent piping and equipment before selecting the type of support to be used at each hanger point. B. The equipment furnished under this Section shall be constructed of new material free from defects in workmanship and material quality. C. Hangers and supports shall withstand all static and specified dynamic conditions of loading to which the piping and associated equipment may be subjected. As a minimum, consideration should be given to the following conditions: D. Weights of pipe, valves, fittings, insulating materials, suspended hanger components, and normal fluid contents. E. Reaction forces due to the operation of safety or relief valves. F. Wind loadings on outdoor piping. 1. Hangers and supports shall be sized to fit the outside diameter of pipe, tubing, or, where specified, the outside diameter of insulation. 2. Install hangers or supports at all locations where pipe changes direction. There shall be a hanger within 2 feet of each elbow or tree. Provide additional supports at valves, strainers, etc. Ductile iron pipe shall have no less than one hanger per length of pipe. 3. All hangers and supports to be capable of adjustment after placement of piping. Wall hangers shall have slotted bolt holes. Ceiling hangers shall have turnbuckles and floor supports shall have extended anchor bolts such that the support can be wedged to proper elevation and grouted. 15090 Pipe Hangers And Supports Page 2 of 5 4. Each type of hanger or support to be the product of one manufacturer. Keep types of hangers or supports to a minimum. Stock hanger and support components shall be used wherever practical. 5. The supporting systems shall provide for and control the free or intended movement of the piping including its movement in relation to that of connected equipment. Where there is horizontal movement at a suspended type hanger location, hanger components shall be selected to allow for swing. The vertical angle of the hanger rod shall not, at any time, exceed 4 degrees. 6. Provide a hanger or support adjacent to each hub on all suspended or supported cast iron pipe. 7. All vertical risers shall be supported by riser clamps or supports at each floor and between floors at every 8 feet. 8. Where negligible movement hangers should be used practical. For piping brackets or structural occurs at hanger locations, rod for suspended lines, wherever supported from below, bases, cross members should be used. Install hanger rods straight and vertical. Chain, wire, strap or perforated bar hangers shall not be permitted. Do not suspend hangers from piping. 9. Maximum support spacing, unless otherwise shown or approved for standard weight steel pipe, shall be: Pipe Size (inches) up to 1-1/2 2 through 3 3-1/2 and greater Spacing ( feet ) 6 10 12 10. Unless otherwise shown, maximum support spacing for plastic pipe at ambient temperature to be one-half of the values specified for steel pipe. 11. Supports midway between expansion joints shall be rigid clamps allowing no vertical or horizontal movement. All other supports in lines with expansion joints shall be of the roller type with the roller contoured to the pipe outside dimension. Where the pipe is insulated, the roller type support shall be contoured to the insulation and protective saddle. 12. Where proper hanger or support spacing does not correspond with joist or rib spacing, structural steel channels may be attached to joists or ribs and pipes suspended therefrom. 15090 Pipe Hangers And Supports Page 3 of 5 13. There shall be no contact between a pipe and hanger or support component of dissimilar metals. Prevent contact between dissimilar metals when supporting copper tubing by use of copper -plated, rubber, plastic or vinyl coated, or stainless steel hanger and support components. Isolate thin walled stainless steel piping from carbon steel used by use of plastic coated hangers or supports or by taping at points of contact with PVC or vinyl. 14. Unless otherwise specified, hangers and supports shall be hot -dip after fabrication. Nuts, bolts and washers shall be hot -dip or 304 stainless steel. 3.0 EXECUTION 3.01 GENERAL Restrain, block, brace, support, or suspend pipe and fittings as shown on the Drawings and as required to prevent displacement, vibration, sagging, warping, deformation, or failure of piping and fittings while allowing for expansion and contraction. 3.02 HANGER AND SUPPORT LOCATIONS A. The Contractor shall locate hangers and supports as near as possible to concentrated loads such as valves, flanges, etc. Locate hangers, supports and accessories within the maximum span lengths specified to support continuous pipeline runs unaffected by concentrated loads. B. There should be at least one hanger or support located within 2 feet from where pipe changes direction. C. The Contractor shall locate hangers and supports to ensure that connections to equipment, tanks, etc., are substantially free from loads transmitted by the piping. D. Where piping is connected to equipment, a valve, etc.,that will require removal for maintenance, the piping shall be supported in such a manner that temporary supports shall not be necessary. E. Pipe shall not have low spots formed in the span due to sagging of the pipe between supports caused by the weight of the pipe, medium in the pipe, insulation, valves and fittings. 3.03 INSTALLATION A. Install items to be embedded before concrete placement. Fasten embedded items securely to prevent movement during concrete placement. B. Install hangers and support units on piping systems as recommended by manufacturer. C. Hanger components shall not be used for purposed other than for which they were designed. They shall not be used for rigging and erection purposes. 15090 Pipe Hangers And Supports Page 4 of 5 D. Hanger and support components in contact with plastic pipe shall be free of burrs and sharp edges. Rollers shall roll freely without binding. E. Welded and bolted attachments to the building structural steel shall be in accordance with the requirements of AISC M011. Unless otherwise specified, there shall be no drilling or burning of holes in the building structural steel. F. Plastic or rubber end caps shall be provided at the exposed ends of all framing channels that are located up to 7 feet above the floor. G. The Contractor shall adjust hangers and supports to obtain required pipe slope and elevation. Shims made of material that is compatible with the piping material may be used. Stanchions shall be adjusted prior to grouting their baseplates. END OF SECTION 15090 Pipe Hangers And Supports Page 5 of 5 15096 PIPE LABELING 1.0 GENERAL REQUIREMENTS 1.]1 SCOPE This specification shall govern for all work necessary to provide the pipe labeling as required to complete the project. 1.02 SPECIFICATION TYPE This specification is a performance specification as defined in Article TS -1 of the Technical Special Provisions. 1.03 SUBMITTAL DATA Provide six sets of detailed information including manufacturer's technical brochure, color charts, list of standard signs and installation instructions. Provide one set of sample markers for each type marker specified. 1.04 SCHEDULE OF MARKERS Labeling of piping is only required on exposed piping located in the building interiors. Lettering Color Background Color Black Green 1.05 APPROVED MANUFACTURER'S The manufacturers listed below are tentatively approved for use on this project provided that equipment meets all requirements of these specifications. If it is found, after bidding (or within one year after installation and acceptance), that equipment to be furnished does not meet these specifications or fails to operate as intended, the Engineer shall have the right to reject the equipment or require the Contractor to modify the equipment to bring it into compliance at no increase in cost to the Contract. A. Seton Name Plate Corp. B. W. H. Brady Company C. or equivalent 2.0 PRODUCT/MATERIALS 2.01 GENERAL A. Piping markers shall be formed from laminated plastic. All printing shall be sealed with a formed butyrate plastic film. Markers for piping up to 6 inch diameter shall be preformed to completely wrap around the pipe requiring no adhesive. Markers for pipes over 6 inch diameter shall be preformed to the contour of the pipe and attached with stainless steel spring fasteners. 15096 Pipe Labeling Page 1 of 2 B. For pipes under 3/4 inch outside diameter: Provide brass tags, 1-1/2 inch diameter, with depressed 1/4 inch high black filled letters above 1/2 inch high black filled numbers. C. Each marker shall consist of at least one legend descriptive of the function of the pipe, as listed in the Schedule, and a directional arrow. D. The size of lettering and marker shall conform to ANSI A13.1. E. Pipe marker signs shall be of durable and washable quality. Use materials which will withstand normal washing as required to remove grease, oil, chemicals, etc., without showing discoloration, loss of gloss, staining, or other damage. 3.0 INSTALLATION 3.01 GENERAL Apply pipe markers in accordance with the manufacturer's written instructions in locations herein specified. Install pipe markers only after all painting and finish work has been completed. 3.02 LOCATION OF MARKERS A. Adjacent to each valve and "T" connection. B. At each branch and riser takeoff. C. At each pipe passage through a wall, floor and ceiling. D. On all horizontal and vertical pipe runs at 25 foot intervals. END OF SECTION 15096 Pipe Labeling Page 2 of 2 15100 MISCELLANEOUS VALVES AND GAUGES 1.0 GENERAL 1.01 SCOPE This section covers all miscellaneous valves, except where specific requirements are stipulated in other sections. 1.02 SPECIFICATION TYPE This specification is a performance specification as defined Article TS -1 in the Technical Special Provision. 1.03 SUBMITTALS The Contractor shall submit complete specifications, data, and catalog cuts or drawings covering the items furnished under this section. 2.0 PRODUCTS 2.01 PRESSURE GAUGES Pressure gauges shall be provided as follows: Range: 0 to 100 PSI Case: 304 Series Stainless Steel Case and Removable Bezel Ring. Dial Size: 4" to 4-1/2" Window: Acrylic or Glass Socket: Brass Bourdon Tube: Brass Connections: 1/4" NPT standard. Mounting: Stem Mount, Lower Connected only. Movement: Brass or stainless steel Pointer: Black painted aluminum, zero adjustable from face of dial. Dial: White finished aluminum with black numerals and graduations. Accuracy: ± 1% mid-range. Each gauge shall be provided with a snubber. 2.02 BALL VALVES Unless otherwise indicated or specified, all 2 1/2 inch and smaller shutoff valves shall be ball valves. All two and one half (2-1/2) and smaller ball valves for use in air and water service shall be ANSI Class 150 regular port valves with split, bolted steel or ductile iron body, hard chrome -plated carbon steel ball, reinforced Teflon seats, 0 ring or adjustable chevron stem packing, a removable operating lever, and flanged ends. Flange diameter and drilling shall conform to ANSI/ASME B16.5, Class 150. Valves shall be drip -tight in both directions and shall be Conbraco Industries "Apollo 88-209" or Balon Series F" ball valves. 15100 Miscellaneous Valves and Gauges Page 1 of 2 Three inch and larger ball valves for air and water service shall be ANSI Class 150 regular port valves with end entry carbon steel body, hard chrome -plated carbon steel ball, reinforced Teflon seats, Teflon upper and lower stem seal, Teflon body seal, a removable operating lever, and flanged ends. Flange diameter and drilling shall conform to ANSI/ASME B16.5, Class 150. Valves shall be drip -tight in both directions and shall be Conbraco Industries "Apollo 88 100 Series", Neles-Jamesbury "Series 5000, Fig 5150 11 2200TT", or Powell Fig 4224T" ball valves. Ball valves 2 1/2 through 4 inches for welded steel piping systems shall be of three piece design, with carbon steel body and end caps, nickel -plated or hard chrome -plated carbon steel ball and stem, Teflon seats and seals, butt welding ends, and a removable operating lever. Butt welding end ball valves shall be Contromatics "C 1133 BB DL". 3.0 CONSTRUCTION METHODS 3.01 INSTALLATION Each unit shall be leveled, plumbed, and aligned. Installation procedures shall be as recommended by the equipment manufacturer and as specified herein. END OF SECTION 15100 Miscellaneous Valves and Gauges Page 1 of 2 15101 CHECK VALVES (SLANT DISC) 1.0 GENERAL REQUIREMENTS 1.0.1 SCOPE This specification shall govern for all work necessary to furnish and install the slant disc check valves as required to complete the project. 1.02 SPECIFICATION TYPE This specification is a performance specification as defined in Article TS -1 the Technical Special Provisions. 1.03 SUBMITTALS A. SUBMITTAL DATA Before shipping, the Contractor shall submit six (6) sets of detailed drawings, detailed specifications and installation instructions for the Engineer's review and approval. B. SUITABILITY CERTIFICATION As part of the submittal data required above, the Contractor shall submit a certification stating that the manufacturer's authorized representative for the valves furnished under this section has studied the Contract Documents (drawings and specifications), questioned the Contractor and/or the Engineer to determine the conditions affecting these valves 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. C. OPERATION AND MAINTENANCE MANUAL The manufacturer shall furnish to the Engineer four (4) sets of printed instructions and one (1) electronic copy, including a parts list, as required to provide proper operation and maintenance of the check valves. The document format shall follow Technical Specification 01011 - Equipment Documentation Requirements. 2.0 GENERAL The check valves shall be the slant disc check type and shall be designed for a minimum of 200 p.s.i. water working pressure service. It shall be suitable for domestic water service and shall meet the requirements of NSF 61. The slant disc check valve shall be the Dezurik/APCO, Inc. Series 800 or approved equal. 3.0 CONSTRUCTION 3.01 Materials Of Construction a. Body: Body shall be cast iron ASTM A126 Gr. B. Valves shall have flanged ends conforming to A.N.S.I. Standard Specification B16.1 (125 lbs.). b. Cover: Cover shall be cast iron ASTM A126 Gr. B. c. Body Seat Ring: Al. Bronze ASTM B148 -9A or stainless steel. d. Disc Seat: Buna-N. e. Disc Pin: Stainless steel. f. Disc Arm: Ductile iron ASTM A536. 15101 Check Valves (Slant Disc) Page 1 of 2 g - Disc: Cast iron ASTM A48 -Class 30. h. Flange Bushing: Bronze (Self-lubricating) i. Pivot Shaft: Stainless steel. j. Packing Gland: Ductile iron. k. Packing: 35% Teflon/Asbestos. 1. Counterweight Arm: Steel. m. Seat Retain Ring: Al. Bronze. n. Disc Pin Retainer Ring: Stainless steel. o. Body Set Seal: Buna-N. p. Counterweight: Cast iron. q. Pivot Sleeve Bearing: Bronze SAE660. 4.0 PAINTING Paint shall be NSF 61 approved for potable water contact. The exterior of the valve shall be painted in accordance with Section 09910 "Painting". END OF SECTION 15101 Check Valves (Slant Disc) Page 2 of 2 15103 BUTTERFLY VALVES (WATER SERVICE) 1.0 GENERAL REQUIREMENTS 1.01 SCOPE This specification shall govern for all work necessary to furnish and install the butterfly valves for water service and accessories required to complete the project. 1.02 SPECIFICATION TYPE This specification is a performance specification as defined in Article TS -1 of the Technical Special Provisions. 1.03 GENERAL Butterfly valves shall be resilient seated with geared operators. Valves shall be designed and manufactured in accordance with AWWA C504, Class 150B. Valves shall be designed for a minimum of 150 p.s.i. water working pressure service. 1.04 FEATURES Butterfly valves shall have 360° continuous seating, disc seat mechanically retained and adjustable in all sizes and body seat mechanically retained. 1.05 RESPONSIBILITY FOR OPERATION It shall be the Contractor's responsibility to determine that the valve can be fully operated (opened and closed) when installed. If the valve is installed and cannot be fully operation, it shall be the Contractor's responsibility to take corrective measures (at no additional cost to the Owner) to reinstall the valve so that it can be fully operated. 1.06 SUBMITTAL DATA Before shipping, the Contractor shall submit six (6) sets of detailed drawings, detailed specifications, installation instructions and maintenance instructions for the Engineer's review and approval. The Contractor shall also submit an affidavit of compliance per AWWA C504 from the manufacturer of the valves. A. Approved Manufacturers The manufacturers listed below are tentatively approved for use on this project provided that equipment meets all requirements of these specifications. If it is found, after bidding (or within one year after installation and acceptance), that equipment to be furnished does not meet these specifications or fails to operate as intended, the Engineer shall have the right to reject the equipment or require the Contractor to modify the equipment to bring it into compliance at no increase in cost to the Contract. 1) M & H Valve Company, M & H Style 1450 Butterfly Valves 2) Henry Pratt Co., Pratt Triton XR-70 Butterfly Valves 3) Dezurik, BRS Butterfly Valves 4) Keystone, Figure 504 Butterfly Valves 5) Mueller, Line seal III Butterfly Valves 15103 Butterfly Valves (Water Service) Page 1 of 3 1.07 OPERATION AND MAINTENANCE MANUALS The manufacturer shall furnish to the City four (4) sets of printed instructions and one (1) electronic Copy, including a parts list, lubrication schedule and recommended maintenance schedule, as required to provide proper operation and maintenance of the valves. The document format shall follow Technical Specification 01011 - Equipment Documentation Requirements. 2.0 PRODUCTS/MATERIALS 2.01 BODY Cast Iron - ASTM A-126, Class B. Each valve shall be stamped with the manufacturer's name, valve diameter and pressure rating. 2.02 DISC Valve disc shall be constructed of aluminum bronze ASTM A148-952, ductile iron ASTM A536 with 316 stainless steel or monel disc edge, or ductile iron with removable seal. 2.03 SEAT All seats shall be constructed on synthetic rubber compound such as Buna N or EPDM and suitable for bi-directional shutoff at rated pressure. Seats shall be retained in the valve body by mechanical means without retaining rings, segments, screws or hardware of any kind in the flow stream. Seats shall be a full 360° without interruption and have a plurality of grooves mating with a spherical disc edge seating surface. Valve seats shall be field adjustable around the full 360° circumference and replaceable without dismantling the actuator, disc or shaft and without removing the valve from the line. Manufacturer must certify that rubber seat is field replaceable. 2.04 SHAFT 304, 316 or 416 Stainless Steel. Shaft shall be one-piece and shall have a minimum diameter conforming to AWWA Class 150B Standard. 2.05 BUSHINGS Bushings shall be permanently lubricated sleeve type. 2.06 ACTUATOR The valve actuator shall be totally enclosed geared operator integrally mounted on the valve mounting flange. The housing, cover and shaft shall be sealed to prevent water entry under 25' submergence. The valve shall open left (counter -clockwise). The housing of traveling -nut type actuators shall be fitted with a removable cover, which shall permit inspection and maintenance of the operating mechanism without removing the actuator for the valve. Traveling limiting devices shall be provided inside the actuator for the open and closed positions. Traveling limiting stop nuts or collars installed on the reach rod of traveling -nut type operating mechanisms shall be field adjustable and shall be locked in position by means of a removable roll pin, cotter pin, or other positive locking device. The use of stops nuts or adjustable shaft collars which rely on clamping force or set screws to prevent rotation of the nut or collar on the reach rod will not be acceptable. Hand wheel operators shall have the word "OPEN" and a direction arrow stamped on it. 15103 Butterfly Valves (Water Service) Page 2 of 3 A position indication device shall be provided for each actuator for local and remote indication of valve position, to be mounted and calibrated at the factory. Indication device shall have high visibility local position indication and shall contain four latched contacts rated 250 Vac / 30 Vdc, 5 amps, configured as 1-N/O and 1 - NIC for both the open and closed positions. Device shall be rated for general-purpose duty, NEMA 4 or 4X at a minimum. 2.07 FLOOR STAND Floor stands, when shown on the drawings, shall be complete with stem extensions, base, gearing, vertical hand wheel (minimum 18" diameter) and position indicator. Position indicators shall be a mechanical type with arrow and raised lettering. Floor stands shall be manufactured from high strength cast iron or 304 or 316 stainless steel and the extension stems shall be manufactured from 304 or 316 stainless steel. Extension stems shall connect to the 2" square nut operator on each respective valve and extend to the floor stand. Floor stand shall be Clow NRS Geared Floor Stand with position indicator or approved equal. Floor stands, when noted on the drawings, shall delete the gearing and handwheel and be provided with an electric actuator. 2.08 COATING Valves shall have fusion bonded epoxy coating on the exterior and interior. The epoxy coating shall be applied to all ferrous surfaces including bolt holes and body to bonnet flanges. 3.0 CONSTRUCTION METHODS 3.01 ABOVE GROUND INSTALLATION The butterfly valves shall be either wafer type suitable for installation between ANSI 125-150 lb. flanges, or shall have flanged ends and conforming to ANSI B16.1 (125 lb.). The Contractor shall have the option of furnishing either type, except that when flanged ends are shown on the drawings, flanged ends must be furnished. All valves must be furnished with a totally enclosed, weather-proof, geared, handwheel actuator. Provide enclosed extensions when shown on the drawings. Valves located 6' above the floor shall be provided with chainwheel actuator. Exterior of valves and accessories shall be painted in accordance with Section 09910 Painting. 3.02 BELOW GROUND INSTALLATION The butterfly valves shall have mechanical joint ends and shall have a geared actuator suitable for buried service with necessary stem seals and gaskets to prevent entry of water into the housing. Valves shall be equipped with a valve box and stem extension. The stem extension shall have a 2" operating nut extended to within 6" of finished grade and/or a floor stand (when shown on the drawings). Exterior of valves and accessories shall be coated by the manufacturer with a material suitable for underground service to protect against corrosion. END OF SECTION 15103 Butterfly Valves (Water Service) Page 3 of 3 15104 PLASTIC VALVES AND STRAINERS 1.0 GENERAL REQUIREMENTS 1.01 SCOPE This specification shall govern for all work necessary to furnish and install the plastic ball valves, check valves and strainers as required to complete the project. 1.02 SPECIFICATION TYPE This is a performance specification as defined in Article TS -1 of the Technical Special Provisions. 1.03 GENERAL Valves, check valves and strainers shall be designed for a minimum non -shock water service of 150 psi @ 70°F. 1.04 TYPES Plastic ball valves, check valves and strainers shall be designated as one of the following types: A. PVC - Polyvinyl Chloride B. CPVC - Chlorinated Polyvinyl Chloride C. PVDF - Polyvinylidene Fluoride 2.0 PRODUCTS/MATERIALS 2.01 MATERIALS The following materials are listed with the minimum Type, Grade/Class, and governing specification. A. PVC: Type 1, Class 1, ASTM D-1784 B. CPVC: Type IV, Grade 1, ASTM D-1784 C. PVDF: Shall be KYNAR, KEL-F, or equivalent D. ABS: Acrylonitril-Butadiene -Styrene E. EPT: Ethylene -Propylene Terpolymer 2.02 BALL VALVES A. GENERAL: Plastic ball valves shall be the true union, non -lubricated type and shall be the "full port" type with the ports being as large or larger than the I.D. of the same size Schedule 80 pipe. B. COMPONENTS: Ball Valve components shall be constructed of materials as given in the following table: 15104 Plastic Valves And Strainers Page 1 of 3 PART PVC CPVC PVDF Body PVC CPVC PVDF Ball PVC CPVC PVDF Carrier PVC CPVC PVDF End Connection PVC CPVC PVDF Union Nut PVC CPVC PVDF Ball Seat Teflon Handle ABS Stem PVC CPVC PVDF Flanges PVC CPVC PVDF Metal Parts (Not in contact with fluid): Stainless Steel 0 -Rings & Seals: Viton or EPT (Ethylene Propylene Terpolymer) C. CHECK VALVES: Check valves shall be ball checks suitable for mounting either in a horizontal or vertical position. Ball check valves shall be provided with union connectors. Materials shall conform to the type listed above. D. STRAINERS: Strainers shall be of the "Y" type of all plastic construction. Materials shall conform to the type listed above. Filter screen shall be removable without disturbing the complete assembly in the pipe line. The open area of the screen shall be two times the area of the corresponding pipe size. 2.03 CONNECTIONS A. THREADED CONNECTIONS: 1. Threaded connection shall be used for sizes 2" and less (nominal pipe size) . 2. Threads shall be National Standard Tapered pipe threads and shall conform to ASTM D-2464. B. SOCKET WELD CONNECTIONS: 1. Socket weld connections shall be used for sizes over 2" and up to and including 4" (nominal pipe size). 2. Socket construction shall conform to ASTM D-2467. 3. Solvent shall be as recommended by manufacturer. 4. Plastic piping components from different manufacturers shall not be solvent welded together. 5. Different types of plastic materials shall not be solvent welded together. C. FLANGED CONNECTIONS: Flanges shall comply with ASA Standard B17-1 (125 lb.). Use flanged connection for sizes over 4" (nominal pipe size). D. PRESSURE RATINGS: Plastic valves and strainers shall have pressure ratings as shown in the following table: 15104 Plastic Valves and Strainers Page 2 of 3 TEMPERATURE Material 70 °F 120 °F 140 °F PVC 150* 150* ** CPVC 150* 150* 120* PVDF 150* 150* 150* * Pressure in psi ** Do not use. 3.0 INSTALLATION Plastic ball valves installed underground shall be installed with valve box and cover in a manner so valves can be operated from finished grade. END OF SECTION 15104 Plastic Valves And Strainers Page 3 of 3 15107 AIR RELEASE VALVE 1.0 GENERAL REQUIREMENTS 1.01 SCOPE This specification shall govern for all work necessary to furnish and install air release valve installations as required for the pump casings. 1.02 SPECIFICATION TYPE This specification is a performance specification as defined in Article TS -1 of the Technical Special Provisions. 1.03 SUBMITTALS A. DETAILED DRAWINGS Before shipping, the Contractor shall submit six (6) sets of detailed drawings, detailed specifications, installation instructions and maintenance instructions for the Engineer's review and approval. B. MANUFACTURER'S CERTIFICATION OF SUITABILITY The manufacturer of the valves is required to furnish a certification that his authorized representative has studied Contract Documents (drawings and specifications), questioned Contractor and the Engineer regarding the conditions of project affecting these valves, and hereby certifies that the the the the valves are suitable for use on this project, should function as intended and should required only normal maintenance if not damaged or abused. C. OPERATION AND MAINTENANCE MANUALS The manufacturer shall furnish to the City four (4) sets of printed instructions and parts list, lubrication schedule, as required maintenance of the valve Technical Specification Requirements. one (1) electronic Copy, including a schedule and recommended maintenance to provide proper operation and s. The document format shall follow 01011 Equipment Documentation 2.0 MATERIALS Each air valve installation shall include the following components see also Pump Air Release Detail on Sheet 5: A. One air valve (of the type required below) B. Copper pipe and fittings. C. One ball valve (of the required size). 15107 Air Release Valve Page 1 of 2 2.01 SCHEDULES OF AIR VALVE INSTALLATIONS TO BE FURNISHED AIR RELEASE VALVES Location Pump Pressure No. A. High Service Pump Discharge Piping 2000-5200 GPM* 0-100 3 Req"d * Variable speed 2.02 AIR RELEASE VALVE CONSTRUCTION Air Release Valves shall be APCO Valve And Primer Corp., ARI Flow Control or Val -Matic. 3.0 MATERIALS 3.01 BODY AND COVER Cast iron A.S.T.M. A48, Class 35. 3.02 FLOAT Stainless Steel - A.S.T.M. A340. 3.03 SEAT Buna-N 3.04 LINKAGE Deirin and Bronze 3.05 OTHER PARTS All other internal parts shall be best quality stainless steel or bronze 4.0 PAINTING See Section 09910 - Painting. END OF SECTION 15107 Air Release Valve Page 2 of 2 SECTION 15010 BASIC MECHANICAL REQUIREMENTS PART 1 - GENERAL 1.1 INTRODUCTION A. This Section 15010 includes basic requirements, which are specifically applicable to all of Division 15. 1. The drawings and specifications (including but not limited to the General Conditions, Supplementary Conditions, and Division 1) apply to work of this Section and to all of Division 15. In the event of conflict between any of the documents, Contractor shall submit written request for clarification to Engineer. Engineer's instructions in response to such requests shall be final. 1.2 DEFINITIONS A. The terms below have the same meaning whether or not they are capitalized. Contractor shall be bound by all comments following definitions. 1. "Architect" (also sometime referred to herein as "Architect/Engineer") refers to the prime professional responsible to Owner for design of the Project. Although Architect may retain sub -consultants who may also be Architects or Engineers, the terms Architect and Architect/Engineer as used herein always refer to the prime professional and not to sub -consultants. 2. "Consultant" refers to the sub -consultant retained by Engineer for the design of Division 15 work. Consultant is Bath Engineering Corporation, Inc. 5656 S. Staples, Suite 110, Corpus Christi, Texas 78411. Phone 361/992-2284. Fax 361/992-2287. Consultant may sometimes be referred to as the "Mechanical Engineer". Nothing in Owner -Contractor Agreement, contract documents, specifications, or drawings shall create a contractual relationship between Consultant and Contractor. Neither Consultant's authority to act under the Contract Documents nor any decision made by Consultant in good faith either to exercise or not exercise such authority shall give rise to any duty or responsibility of Consultant to Contractor, any subcontractor, any supplier, or any other person or organization performing any of the work, or to any surety for any of them. Whenever in the Contract Documents the terms "as ordered", "as directed", "as required", "as allowed", "as approved", or terms of like effect or import are used, or the adjectives "reasonable", "suitable", "acceptable", "proper", or "satisfactory" or adjectives of like effect or import are used to describe a requirement, direction, review, or judgment of Consultant as to the work, it is intended that such requirement, direction, review or judgment will be solely to evaluate the work for compliance with the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective shall not be effective to assign to Consultant any duty or authority to supervise or direct the furnishing 15010 - Basic Mechanical Requirements Page 1 of 7 or performance of the work or any duty or authority to undertake responsibility contrary to the provisions of the Contract Documents. Consultant will not be responsible for Contractor's means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, and Consultant will not be responsible for Contractor's failure to perforin or furnish the work in accordance with the Contract Documents. Consultant will not be responsible for the acts or omissions of Owner, Contractor, any subcontractor, any supplier, or of any other person or organization performing or furnishing any of the work. Although Consultant is not authorized to issue or award Change Orders, Consultant may offer advise, suggestions, and opinions. Contractor shall not rely on such advise, suggestions, and opinions unless directed in writing to do so by Engineer, and shall, in no event, make any claim against the Consultant for any such advise, suggestions, and opinions. 3. "Contractor" refers to the company that Owner selects to perform the work described hereunder. (These specifications frequently omit the name of the responsible party when describing work which is to be performed. In such cases, it shall be understood that Contractor is the responsible party.) Although Contractor may retain materialmen and subcontractors to provide or perform certain functions, Contractor is responsible to Owner for all Work. Contractor is solely responsible for project safety and for the execution of the construction work. To the fullest extent permitted by law, Contractor shall indemnify and hold harmless Consultant and Consultant's employees from and against any and all claims, costs, losses and damages (including but not limited to all fees and charges of engineers, architects, attorneys and other professionals and all court or arbitration or other dispute resolution costs) caused in whole or in part by the acts or omissions of Contractor or Contractor's officers, directors, partners, employees, subcontractors, and material men in the performance and furnishing of services on this Project. 4. "Mechanical Contractor" refers to the company that Contractor retains to install mechanical systems. Mechanical Contractor may sometimes be referred to a Plumbing Contractor, HVAC Contractor, or other similar terms. 5. "As -built Drawings " (sometimes referred to herein as "Record Documents ") refers to drawings maintained by Contractor on a daily basis during the construction period to record measured depths of buried items in relation to finish floor datum; measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements; measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of the Work; field changes of dimension and detail; and details not on original Contract Drawings. Contractor shall make the As -built Drawings available for Engineer's review during the construction period. As the Project nears completion, Contractor shall request an electronic copy of the drawings from Consultant. Contractor shall then transfer all as -built notations to the electronic files, and add "As -Built" and Contractor's 15010 - Basic Mechanical Requirements Page 2 of 7 name (both in bold letters) near the title block of each drawing. Contractor shall submit the As -built Drawings in both hard copy and electronic format to Engineer with final Application for Payment. 6. "Contract Documents" refers to drawings, specifications, contract, general and special provisions, and instructions to bidders. 7. "Drawings" refers to the drawings prepared by Engineer; not the record documents or shop drawings prepared by Contractor. 8. "Provide" (as applies to Contractor only) refers to the furnishing and installing of a Product, complete and ready for the intended use. As used in Division 15, all items which Contractor is to provide are to be installed by Contractor, and all items which Contractor is to furnish are to be provided by Contractor. 9. "Specifications" refers to the narrative instructions and descriptions prepared by Engineer. 10. "Product" (also referred to herein as "features") refers to material, machinery, components, equipment, fixtures, and systems forming the Work. It does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. The term products also includes existing materials or components required for reuse. 11. "Submittal" refers to documents and objects submitted by Contractor to Engineer. It includes, but is not limited to product data, shop drawings, samples, written warranties, certifications, and notices. 12. "Product data" refers to manufacturer's standard drawings and descriptions of products. It often consists of catalogues, cut sheets, or brochures. 13. "Shop drawings" refers to drawings prepared by Contractor (or Contractor's subcontractors or materialmen) specifically for this Project. Shop drawings indicate the details of construction andlor fabrication of features of the project. 14. "Mechanical system" refers to all mechanical equipment and software including, but not limited to, plumbing fixtures, pipes, and ducts. 1.3 COORDINATION A. Contractor shall coordinate the Work under Division 15 with the Work under all other Division of the Specification. In the event of conflicts between the various divisions of the specifications andlor drawings, Contractor shall notify Engineer in writing and request instructions as to which takes precedence. B. The drawings and specifications are complementary and are to be read together as a unit. Notes, which appear on a drawing, may apply to Work, which is depicted on other drawings. Contractor shall carefully read all specifications and drawings before 15010 - Basic Mechanical Requirements Page 3 of 7 commencing Work. Where specification sections refer to other sections, the intent is to provide complementary guidance to the reader, but not to infer that only the referenced sections apply to the Work. C. The drawings are not based on any particular brand(s) of equipment. Therefore, Contractor must take great care to select equipment that will fit in the space allotted on the drawings. Contractor shall select equipment that does fit or shall submit shop drawings showing adjustments to be made to the construction to provide adequate space and clearance. Such adjustments shall be at Contractor's expense. 1.4 SUBSTITUTIONS A. Except where specifically noted otherwise, Contractor may propose the use of equipment of any manufacture by notifying Engineer in writing that a substitution is desired by Contractor. Such notice shall identify the product by manufacturer's name and number, and shall include detailed drawings, dimensions, descriptions, and manufacturer's literature. Contractor must demonstrate to Engineer's satisfaction that the proposed substitution is equal to the specified product. Engineer's decision of approval or disapproval of a proposed substitution shall be final. Substitution must be Engineer pre -approved ten days before bid date. A complete submittal package shall be submitted for review. B. Products described in these Specifications establish a standard of required function, appearance, and quality that must be met by any proposed substitution. C. Owner accepts no responsibility for the performance of materials and services provided by Contractor. This statement applies to substituted products and to products specified by brand name and model number in these specifications. Contractor is solely responsible for selecting manufactures and subcontractors, coordinating the Work by and among them, and assuring that they perform in strict accordance with the requirements of these specifications. 1.5 REFERENCES A. All products, materials, Work, and techniques for the mechanical systems shall comply with the most rigid standards and recommendations of the National Fire Protection Association (NFPA); the National Electric Code (NEC); the International Building Codes as modified and/or adapted by local authorities; the American Society of Heating Refrigeration, and Air Conditioning Engineer (ASHRAE); the Sheet Metal and Air Conditioning Contractors (SMACNA); the American Society of Mechanical Engineers (ASME); the American Society for Testing and Materials (ASTM); and the American National Standards Institute (ANSI). All materials and equipment for the electrical portion of the mechanical system shall bear the approval label of Underwriters Laboratories, Inc. (UL). 15010 - Basic Mechanical Requirements Page 4 of 7 1.6 SUBMITTALS A. General Submittal Topics: Submit under provisions of Division 1, except that two additional copies of each submittal under Division 15 are required. (For example, if Division 1 requires four copies of submittals, Contractor shall submit six copies of Division 15 submittals. Consultant will retain one of the extra copies. One of the extra copies will be returned to Contractor and is to be maintained in a properly cross references and well organized file at the site.) B. Shop drawings and product data shall be grouped to include complete submittals of related systems, products, and accessories in a single submittal package. Shop drawings and product data shall be submitted in three-ring binders with each product separated from the others by a tabbed divider page. If Contractor submits shop drawings and product data piece meal (i.e., not in a single binder), Consultant may reject submittals data and require that Contractor resubmit in proper form. C. Contractor shall revise and resubmit submittals to Consultant. If Consultant rejects submittals two times, Contractor must resubmit and install the exact product specified in the Contract Documents. Transmittal letter shall identify all changes made since previous submittal. D. Marking Submittals: Mark product data sheets to indicate model numbers, parts, dimensions and values which apply to the products being proposed. Do not use colored highlighter to draw attention to important information on product data sheets. Highlighter causes a lack of clarity when documents are duplicated. Instead, neatly circle or draw arrows to important information. E. Liability for proceeding without approved submittal: A complete submittal must be submitted prior to bid date for verification by Consultant. If Contractor place orders and/or proceeds with work prior to receipt of Engineer's approval of submittal data, such action shall be at Contractor's sole risk. In the event that submittal data is rejected by Engineer, Contractor shall cancel all related orders and replace all related Work at Contractor's sole expense. Any progress schedule impact caused by Contractor proceeding in advance of Engineer's approval of submittal data shall be for Contractor's account. 1.7 REGULATORY AND UTILITY REQUIREMENTS A. Contractor's work shall conform to the International Building Code, Fire Code, International Plumbing Code, Electrical Code, International Mechanical Code, International Energy Code, and all other laws, ordinances, and rules of the City of Cuero and the State of Texas. B. Contractor shall obtain permits and request inspections from the authorities having jurisdiction. 15010 - Basic Mechanical Requirements Page 5 of 7 C. The drawings indicate possible points and methods of connection to utility services. Contractor is solely responsible for negotiating actual points and methods of connection to utility services. Contractor shall pay all utility company fees, including by way of reference but not exclusion, connection fees, frontage fees, deposits, and tap fees. 1.8 PROJECT/SITE CONDITIONS A. Install products in locations shown on drawings, unless prevented by Project conditions. B. The drawings are diagrammatic; that is, not all features are depicted and those features which are depicted may not be accurately depicted in the correct location, to the correct scale, or in complete form. C. In the event of conflicts, differing site conditions, or other problems which preclude installing products as shown on drawings, Contractor shall prepare drawings showing proposed rearrangement of Work to meet Project conditions, including changes to Work specified in other Sections, and shall obtain written permission of Engineer before proceeding. D. Where features are indicated on more than one drawing (for example, the reflected ceiling plan appears on architectural, mechanical, and electrical drawings), Contractor shall refer all conflicts (if any) to Engineer for clarification prior to the commencement of any work by Contractor. If Contractor fails to notify Engineer of any such conflict prior to the commencement of work on the Project, Contractor shall not be compensated or extra work occasioned by the resolution of such conflicts. 1.9 WRITTEN DIRECTIVES A. Contractor's questions and comments are to be addressed to Engineer; however, as a matter of courtesy, Consultant may respond to informal questions and comments made by Contractor. If Consultant does so, neither Engineer nor Consultant shall be bound by such responses. Only written responses by the Engineer shall be binding. 1.10 NOISE AND VIBRATION A. At final completion of the Project, all products, equipment, and systems shall operate under all conditions of load without any sound or vibration which is objectionable in the opinion of the Consultant. Sound or vibration noticeable outside the space of a product will be considered objectionable. Vibration which, in the opinion of Consultant will impact on the life, warranty, or performance of a product is considered objectionable. Sound or vibration conditions considered objectionable by Consultant shall be corrected by Contractor at Contractor's expense. Vibration control shall be by means of vibration eliminators installed in the manner recommended by the manufacturer of the eliminators. 15010 - Basic Mechanical Requirements Page 6 of 7 1.11 ACCESSIBILITY A. Contractor shall locate all equipment and products (specifically including but not limited to valves, traps, cleanouts, motors, and dampers) which require service, operation, observation, or maintenance in fully accessible positions. If required for better accessibility, any change(s) of location shall be submitted by Contractor to Engineer for review and approval before relocation is made. Contractor shall provide access panels for concealed valves, fire dampers, and other devices requiring service. Access panels in the surfaces of the premises, equipment, ductwork, and other surfaces, whether or not specifically shown on the drawings, shall be provided and installed by Contractor at no additional cost to Owner. Access panels shall be of a type and finish which, in the opinion of Architect, are aesthetically acceptable. 1.12 STARTUP A. Contractor shall demonstrate operation of systems, subsystems, and equipment to Owner's representative. Contractor shall train Owner's representative in operation and maintenance of systems, subsystems, and equipment. 13. Contractor shall submit five copies of outline of instructional program for demonstration and training, including a schedule of proposed dates, times, length of instruction time, and instructors' names for each training module. Include learning objective and outline for each training module. 1.13 OPERATION AND MAINTENANCE MANUALS A. Contractor shall submit PDF copies of Operation and Maintenance Manuals. Manuals shall include manufacturers' recommended operation and maintenance procedures. 1.14 WARRANTY A. Contractor shall warrant labor and material to be free from defects for a period of one- year beginning with the date of Substantial Completion. (If a longer warranty period is required by other provisions of these Specifications, the longer period shall prevail.) Contractor shall organize warranty documents into an orderly sequence based on the table of contents of the Project Manual. Bind warranties in a three-ring binder and must be included in the submittal package for review. The must also provide warranty certificates to owner. The warranty certificate must be part of the operation and maintenance manuals. PART 2 - PRODUCTS - Not Used. PART 3 EXECUTION- Not Used. END OF SECTION 15010 - Basic Mechanical Requirements Page 7 of 7 SECTION 15140 SUPPORTS AND ANCHORS PART 1- GENERAL 1.1 WORK INCLUDED A. Pipe, duct, and equipment hangers, supports, and associated anchors. B. Sleeves and seals. C. Flashing and sealing equipment, pipe penetrations through building surfaces, and pipe stacks. 1.2 REFERENCES A. ASTM B633 - Specification for Electrodeposited Coatings of Zinc on Iron and Steel. B. ASTM A123 - Specification for Zinc (Hot -Galvanized) Coatings on Products Fabricated from Rolled, Pressed, and Forged Steel Shapes, Plates, Bars, and Strip C. ASTM A653 - Specification for Steel Sheet, Zinc -Coated by the Hot -Dip Process D. ASTM A1011 — Specification for Steel, Sheet and Strip, Hot -Rolled, Carbon, Structural, High -Strength Low -Alloy and High -Strength Low -Alloy with Improved Formability (Formerly ASTMA57O) E. MSS SP58 - Manufacturers Standardization Society: Pipe Hangers and Supports - Materials, Design, and Manufacture MSS SP69 - Manufacturers Standardization Society: Pipe Hangers and Supports- Selection and Application G. NFPA 13 - Standard for the Installation of Sprinkler Systems PART 2 - PRODUCTS 2.1 PIPE HANGERS AND SUPPORTS A. Hangers 1. Un -insulated pipes 2 inch and smaller: Adjustable steel swivel ring (band type) hanger. 15140 - Supports and Anchors Page 1 of 5 2. Un -insulated pipes 2 %o inch andlarger: Adjustable steel clevis hanger. B. Multiple or trapeze hanger 1. Trapeze hangers shall be constructed from 12 gauge roll formed ASTM A1011 SS Grade 33 structural steel channel, 1-5/8 inch by 1-5/8 inch minimum. 2. Mount pipes to trapeze with 2 piece pipe straps sized for outside diameter of pipe. C. Wall Supports 1. Pipes 4 inch and smaller: 12 gauge roll formed ASTM A1011 SS Grade 33 structural steel channel, 1-518 inch by 1-5/8 inch minimum bolted to wall with pipe attached to steel channel with 2 piece pipe straps. D. Floor Supports 1. Pipes 4 inch and smaller: 12 gauge roll formed ASTM A1011 SS Grade 33 structural steel channel, 1-518 inch by 1-5/8 inch minimum bolted to floor with pipe attached to steel channel with 2 piece pipe straps. E. Vertical Supports 1. Pipes 4 inch and smaller: 12 gauge roll formed ASTM A1011 SS Grade 33 structural steel channel, 1-5/8 inch by 1-5/8 inch minimum bolted to wall with pipe attached to steel channel with 2 piece pipe straps. F. Plastic Pipe Supports 1. V -bottom clevis hanger with galvanized 18 -gauge continuous support channel to form a continuous support system for plastic pipe or flexible tubing. G. Copper Tubing Supports 1. Adjustable steel swivel ring (band type) hanger. 2. For vertical runs use 12 gauge roll formed ASTM A1011 SS Grade 33 structural steel channel, 1-5/8 inch by 1-518 inch minimum bolted to wall with pipe attached to steel channel with 2 piece epoxy painted pipe straps. 3. Use trapeze hangers when multiple pipe runs are in close proximity to each other. 4. Hangers shall be sized to fit copper tubing outside diameters. 15140 - Supports and Anchors Page 2 of 5 2.2 DUCT HANGERS AND SUPPORTS A. Hang and support ductwork per SMACNA 1995, ch.4. B. Do not hang ductwork from piping or other ducts or equipment. C. Provide at least two supports for each length of duct. Install supports on both sides of duct turns, branch fittings and transitions. D. Support rectangular duct sizes to 36 inches by trapeze hangers. E. Use angle iron "V" construction supports or similarly rigid construction for vertical ducting which needs lateral support. Anchor duct and supports to prevent swaying. After system start-up replace or otherwise alleviate condition of any duct support element which vibrates. G. Where ductwork system contains heavy equipment, hang equipment independently of the ductwork. 2.3 HANGER RODS A. Steel hanger rods: Threaded both ends, threaded one end, or continuous threaded. 2.4 INSERTS A. Inserts: Malleable iron case of galvanized steel shell and expander plug for threaded connection with lateral adjustment, top slot for reinforcing rods, lugs for attaching to forms; size inserts to suit threaded hanger rods. 2.5 FABRICATION A. Design hangers without disengagement of supported pipe. 2.6 FINISH Stainless steel with S.S. anchors and fasteners. 15140 - Supports and Anchors Page 3 of 5 PART 3 - EXECUTION 3.1 PIPE HANGERS AND SUPPORTS A. Support horizontal piping as follows: Pipe Size Max Hanger Spacing Hanger Rod Diameter 1/2 to 1-1/4" 6%6" 3/8" 1-1/2" 9'-0" 3/8" 2" 10'-0" 3/8" 2-1/2" 10'-0" 1/2" 3" 12'-0" 1/2" 3-1/2" 13'-0" 1/2" 4" 14'-0" 5/8" PVC (all sizes) 5'-0" 3/8" B. Support horizontal copper tubing as follows: Pipe Size Max Hanger Spacing Hanger Rod Diameter 112 to 314" 5'-0" 3/8" 1" 6'-0" 3/8" 1-1/4" 7%0" 318" 1-1/2" 8'-0" 3/8" 2" 8'-0" 3/8" 2-1/2" 9'-0" 1/2" 3" 10%0" 1/2" C. Install hangers to provide minimum %o inch space between finished covering and adjacent work. D. Place a hanger within 12 inches of each horizontal elbow. E. Use hangers with 1-1/2 inch minimum vertical adjustment. F. Where several pipes can be installed in parallel and at same elevation, provide multiple or trapeze hangers. G. Support riser piping independently of connected horizontal piping. 15140 - Supports and Anchors Page 4 of 5 H. Provide means of preventing dissimilar metal contact such as plastic coated hangers, copper colored epoxy paint, or non adhesive isolation tape. Galvanized felt isolators sized for copper tubing may also be used. END OF SECTION 15140 - Supports and Anchors Page 5 of 5 SECTION 15731 PACKAGED OUTDOOR AIR HANDLING UNITS PART 1: GENERAL 1.01 SECTION INCLUDES A. Packaged Rooftop air conditioners 1.02 REFERENCES A. AFBMA 9 - Load Ratings and Fatigue Life for Ball Bearings. B. AMCA 99—Standards Handbook C. AMCA 210—Laboratory Methods of Testing Fans for Rating Purposes D. AMCA 500—Test Methods for Louver, Dampers, and Shutters. E. AHRI 340/360 - Unitary Large Equipment F. NEMA MG 1—Motors and Generators G. National Electrical Code. H. NFPA 70—National Fire Protection Agency. 1. SMACNA—HVAC Duct Construction Standards—Metal and Flexible. J. UL 900—Test Performance of Air Filter Units. 1.03 SUBMITTALS A. Shop Drawings: Indicate assembly, unit dimensions, weight loading, required clearances, construction details, field connection details, electrical characteristics and connection requirements. B. Product Data: 1. Provide literature that indicates dimensions, weights, capacities, ratings, fan performance, and electrical characteristics and connection requirements. 2. Provide computer generated fan curves with specified operating point clearly plotted. 3. Manufacturer's Installation Instructions. 1.04 OPERATION AND MAINTANENCE DATA A. Maintenance Data: Provide instructions for installation, maintenance and service 15731 - Packaged Outdoor Air Handling Units Page 1 of 12 1.05 QUALIFICAITONS A. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum five years documented experience, who issues complete catalog data on total product. B. Startup must be done by trained personnel experienced with rooftop equipment. C. Do not operate units for any purpose, temporary or permanent, until ductwork is clean, filters and remote controls are in place, bearings lubricated, and manufacturers' installation instructions have been followed. 1.06 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect and handle products to site. B. Accept products on site and inspect for damage. C. Store in clean dry place and protect from weather and construction traffic. Handle carefully to avoid damage to components, enclosures, and finish. PART 2: PRODUCTS 2.01 MANUFACTURERS A. Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the work include, but are not limited to, the following: 1. Daikin Applied. 2. Carrier. 3. York. 4. Lennox. 5. Trane 2.02 GENERAL DESCRIPTION A. Furnish as shown on plans, single zone heating and cooling Unit. Unit performance and electrical characteristics shall be per the job schedule. 15731 - Packaged Outdoor Air Handling Units Page 2 of 12 B. Configuration: Fabricate as detailed on prints and drawings: 1. Return plenum I economizer section 2. Filter section 3. Cooling coil section 4. Supply fan section 5. Condensing unit section C. The complete unit shall be cETLus listed. D. Each unit shall be specifically designed for outdoor rooftop application and include a weatherproof cabinet. Each unit shall be completely factory assembled and shipped in one piece. Packaged units shall be shipped fully charged with R-410 Refrigerant and oil. E. The unit shall undergo a complete factory run test prior to shipment. The factory test shall include a refrigeration circuit run test, a unit control system operations checkout, a unit refrigerant leak test and a final unit inspection. F. All units shall have decals and tags to indicate caution areas and aid unit service. Unit nameplates shall be fixed to the main control panel door. Electrical wiring diagrams shall be attached to the control panels. Installation, operating and maintenance bulletins and start-up forms shall be supplied with each unit. G. Performance: All scheduled EER, IEER, capacities and face areas are minimum accepted values. All scheduled amps, kW, and HP are maximum accepted values that allow scheduled capacity to be met. H. Warranty: The manufacturer shall provide 12 -month parts only warranty. Defective parts shall be repaired or replaced during the warranty period at no charge. The warranty period shall commence at startup or six months after shipment, whichever occurs first. 2.03 CABINET, CASING, AND FRAME A. Panel construction shall be double-wall construction for all panels. All floor panels shall have a solid galvanized steel inner liner on the air stream side of the unit to protect insulation during service and maintenance. Insulation shall be a minimum of 1" thick with an R -value of 7.0, and shall be 2 part injected foam. Panel design shall include no exposed insulation edges. Unit cabinet shall be designed to operate at total static pressures up to 5.0 inches w.g. B. Exterior surfaces shall be constructed of pre -painted galvanized steel for aesthetics and long term durability. Paint finish to include a base primer with a high quality, polyester resin 15731 - Packaged Outdoor Air Handling Units Page 3 of 12 topcoat of a neutral beige color. Finished panel surfaces to withstand a minimum 750 -hour salt spray test in accordance with ASTM B117 standard for salt spray resistance. C. Service doors shall be provided on the fan section, filter section, control panel section, and heating vestibule in order to provide user access to unit components. All service access doors shall be mounted on multiple, stainless steel hinges and shall be secured by a latch system. Removable service panels secured by multiple mechanical fasteners are not acceptable. D. The unit base shall overhang the roof curb for positive water runoff and shall seat on the roof curb gasket to provide a positive, weathertight seal. Lifting brackets shall be provided on the unit base to accept cable or chain hooks for rigging the equipment. 2.04 OUTDOOR AIR DAMPER SECTION A. Unit shall be provided with a 0-30% outdoor air damper and mixing section. The outdoor air hood shall be factory installed and constructed from the same durable paint finish as the main unit. The hood shall include moisture eliminator filters to drain water away from the entering air stream. The damper blades shall be gasketed with side seals to provide an air leakage rate of 4 cfinisquare foot of damper area at 1" differential pressure per ASHRAE 90.1 Energy Standard. Control of the dampers shall be by a factory installed direct coupled actuator. Damper actuator shall be of the modulating, spring return type. The unit controller shall be capable of resetting the minimum damper position. 2.05 OUTDOOR/RETURN AIR SECTION A. Unit shall be provided with a 0-30% Outside Air Damper. This section shall include an outside air damper. The outdoor air hood shall be factory installed and constructed from galvanized steel finished with the same durable paint finish as the main unit. The hood shall include moisture eliminator filters to drain water away from the entering air stream. The dampers shall be parallel blade design. Damper blades shall be gasketed with side seals to provide an air leakage rate of 1.5 cfm / square foot of damper area at 1" differential pressure in according with testing defined in AMCA 500. A bird screen shall be provided to prevent infiltration of rain and foreign materials. Control of the dampers shall be by a factory installed direct coupled actuator. Damper actuator shall be of the 2 position, spring return type. 2.06 FILTERS A. Unit shall be provided with a draw -through filter section. The filter rack shall be designed to accept a 2" prefilter and a 4" final filter. The unit design shall have a hinged access door for the filter section. The manufacturer shall ship the rooftop unit with 2" MERV 8 15731 - Packaged Outdoor Air Handling Units Page 4 of 12 construction filters. The contractor shall furnish and install, at building occupancy, the final set of filters per the contract documents. 2.07 COOLING COIL A. The indoor coil section shall be installed in a draw through configuration, upstream of the supply air fan. The coil section shall be complete with a factory piped cooling coil and an ASHRAE 62.1 compliant double sloped drain pan. B. The direct expansion (DX) cooling coils shall be fabricated of seamless high efficiency copper tubing that is mechanically expanded into high efficiency aluminum plate fins. Coils shall be a multi -row, staggered tube design with a minimum of 3 rows. All cooling coils shall have an interlaced coil circuiting that keeps the full coil face active at all load conditions. All coils shall be factory leak tested with high pressure air under water. C. The cooling coil shall have an electronic controlled expansion valve. The unit controller shall control the expansion valve to maintain liquid subcooling and the superheat of the refrigerant system. D. The refrigerant suction lines shall be fully insulated from the expansion valve to the compressors. E. The drain pan shall be stainless steel and positively sloped. The slope of the drain pan shall be in two directions and comply with ASHRAE Standard 62.1. The drain pan shall have a minimum slope of 1/8" per foot to provide positive draining. The drain pan shall extend beyond the leaving side of the coil. The drain pan shall have a threaded drain connection extending through the unit base. 2.08 HOT GAS REHEAT A. Unit shall be equipped with a fully modulating hot gas reheat coil with hot gas coming from the unit condenser. B. Hot gas reheat coil shall be a Micro Channel design. The aluminum tube shall be a micro channel design with high efficiency aluminum fins. Fins shall be brazed to the tubing for a direct bond. The capacity of the reheat coil shall allow for a 20 F temperature rise at all operating conditions. C. The modulating hot gas reheat systems shall allow for independent control of the cooling coil leaving air temperature and the reheat coil leaving air temperature. The cooling coil and reheat coil leaving air temperature setpoints shall be adjustable through the unit controller. 15731 - Packaged Outdoor Air Handling Units Page 5 of 12 During the dehumidification cycle the unit shall be capable of 100% of the cooling capacity. The hot gas reheat coil shall provide discharge temperature control within +1- 2 F. D. Each coil shall be factory leak tested with high-pressure air under water. 2.09 SUPPLY FAN A. Supply fan shall be a single width, single inlet (SWSI) airfoil centrifugal fan. The fan wheel shall be Class II construction with fan blades that are continuously welded to the hub plate and end rim. The supply fan shall be a direct drive fan mounted to the motor shaft. Belts and sheaves are not acceptable due to the additional maintenance. B. All fan assemblies shall be statically and dynamically balanced at the factory, including a final trim balance, prior to shipment. C. Supply fan and motor assembly combinations larger than 8 hp or 22" diameter shall be internally isolated on 1" deflection, spring isolators and include removable shipping tie downs. D. The fan motor shall be a totally enclosed EC motor that is speed controlled by the rooftop unit controller. The motor shall include thermal overload protection and protect the motor in the case of excessive motor temperatures. The motor shall have phase failure protection and prevent the motor from operation in the event of a loss of phase. Motors shall be premium efficiency. E. The supply fan shall be capable of airflow modulation from 30% to 100% of the scheduled designed airflow. The fan shall not operate in a state of surge at any point within the modulation range. 2.010 VARIABLE AIR VOLUME CONTROL A. The unit controller shall proportionally control the Electronically Commutated Motors (ECM) on the supply and exhaust fans. The supply fan shall be controlled to maintain an adjustable duct pressure setpoint. A duct static pressure sensor shall be factory mounted in the control panel. The field shall furnish and install the pneumatic tubing for the duct static pressure sensor and the building pressure sensor. The field shall furnish and install the outdoor air pressure sensor. B. The unit controller shall proportional control the ECM motors on the supply fan based on space temperature. The unit controller shall increase/decrease the speed of the supply fan in 15731 - Packaged Outdoor Air Handling Units Page 6of12 order to maintain the space temperature within its setpoint and deadband. The unit controller shall provide discharge air temperature control with the compressor modulation. 2.011 HEATING SECTION A. The rooftop unit shall include an electrical resistance heating coil section. Staged electric heating coil modules shall be factory installed downstream of the supply air fan in the heating section of the rooftop unit. Heating coils shall be constructed of a low watt density, nickel - chromium alloy resistance wire with intermediate supports that include ceramic bushings. The electrical contactors shall be of the full line -breaking type with all the electrical power legs being disconnected when the contactors are not energized. All electrical circuit wiring shall be designed with copper conductors, aluminum wires are not acceptable. Heating element branch circuits shall be individually fused to a maximum of 48 Amps per NEC requirements. The power supply for the electric heater shall be factory wired into the units main power block or disconnect switch. B. The heating modules shall have an automatic reset, high temperature limit safety protection. A secondary high limit protection shall also be provided that requires a manual reset. An airflow switch shall be provided with the heating module to prevent the electric heater from operating in the event of no airflow. C. The electric heat elements shall be controlled by the factory installed DDC unit control system. The heater shall have proportional SCR control. The unit controller shall modulate the electric heater to maintain the discharge air temperature setpoint. D. Field installed heating modules shall require a field ETL certification. Duct heaters mounted within the rooftop unit in the field shall not be acceptable. The manufacturer's rooftop unit ETL certification shall cover the complete unit including the electric heating modules 2.012 CONDENSING SECTION A. Outdoor coils shall be cast aluminum, micro -channel coils. Plate fins shall be protected and brazed between adjoining flat tubes such that they shall not extend outside the tubes. A sub -cooling coil shall be an integral part of the main outdoor air coil. Each outdoor air coil shall be factory leak tested with high-pressure air under water. B. Outdoor air coils shall be protected from incidental contact to coil fins by a coil guard. Coil guard shall be constructed of cross wire welded steel with PVC coating. 15731 - Packaged Outdoor Air Handling Units Page 7 of 12 C. Fan motors shall be an ECM type motor for proportional control. The unit controller shall proportionally control the speed of the condenser fan motors to maintain the head pressure of the refrigerant circuit from ambient condition of 0-120 F. Mechanical cooling shall be provided to 25" F. The motor shall include thermal overload protection and protect the motor in the case of excessive motor temperatures. The motor shall have phase failure protection and prevent the motor from operation in the event of a loss of phase. D. The condenser fan shall be low noise blade design. Fan blade design shall be a dynamic profile for low tip speed. Fan blade shall be of a composite material. E. The unit shall have scroll compressors. One of the compressors shall be an inverter compressor providing proportional control. The unit controller shall control the speed of the compressor to maintain the discharge air temperature. The inverter compressor shall have a separate oil pump and an oil separator for each compressor that routes oil back to the compressor instead of through the discharge line. F. Pressure transducers shall be provided for the suction pressure and head pressure. Temperature sensor shall be provided for the suction temperature and the refrigerant discharge temperature of the compressors. All of the above devices shall be an input to the unit controller and the values be displayed at the unit controller. G. Refrigerant circuit shall have a bypass valve between the suction and discharge refrigerant lines for low head pressure compressor starting and increased compressor reliability. When there is a call for mechanical cooling the bypass valve shall open to equalizing the suction and discharge pressures. When pressures are equalized the bypass valve shall close and the compressor shall be allowed to start. H. Each circuit shall be dehydrated and factory charged with R -410A Refrigerant and oil. 2.013 ELECTRICAL A. Unit wiring shall comply with NEC requirements and with all applicable UL standards. All electrical components shall be UL recognized where applicable. All wiring and electrical components provided with the unit shall be number and color -coded and labeled according to the electrical diagram provided for easy identification. The unit shall be provided with a factory wired weatherproof control panel. Unit shall have a single point power terminal block for main power connection. A terminal board shall be provided for low voltage control wiring. Branch short circuit protection, 115 -volt control circuit transformer and fuse, system switches, and a high temperature sensor shall also be provided with the unit. Each compressor and condenser fan motor shall be furnished with contactors and inherent thermal overload protection. Supply fan motors shall have contactors and external overload protection. 15731 - Packaged Outdoor Air Handling Units Page 8 of 12 Knockouts shall be provided in the bottom of the main control panels for field wiring entrance. B. A single non-fused disconnect switch shall be provided for disconnecting electrical power at the unit. Disconnect switches shall be mounted internally to the control panel and operated by an externally mounted handle. 2.014 CONTROLS A. Provide a complete integrated microprocessor based Direct Digital Control (DDC) system to control all unit functions including temperature control, scheduling, monitoring, unit safety protection, including compressor minimum run and minimum off times, and diagnostics. This system shall consist of all required temperature sensors, pressure sensors, controller and keypad/display operator interface. All MCBs and sensors shall be factory mounted, wired and tested. B. The stand-alone DDC controllers shall not be dependent on communications with any on- site or remote PC or master control panel for proper unit operation. The microprocessor shall maintain existing set points and operate standalone if the unit loses either direct connect or network communications. The microprocessor memory shall be protected from voltage fluctuations as well as any extended power failures. All factory and user set schedules and control points shall be maintained in nonvolatile memory. No settings shall be lost, even during extended power shutdowns. C. The DDC control system shall permit starting and stopping of the unit locally or remotely. The control system shall be capable of providing a remote alarm indication. The unit control system shall provide for outside air damper actuation, emergency shutdown, remote heat enable/disable, remote cool enableldisable, heat indication, cool indication, and fan operation. D. All digital inputs and outputs shall be protected against damage from transients or incorrect voltages. All field wiring shall be terminated at a separate, clearly marked terminal strip. E. The DDC controller shall have a built-in time schedule. The schedule shall be programmable from the unit keypad interface. The schedule shall be maintained in nonvolatile memory to insure that it is not lost during a power failure. There shall be one start/stop per day and a separate holiday schedule. The controller shall accept up to sixteen holidays each with up to a 5 -day duration. Each unit shall also have the ability to accept a time schedule via BAS network communications. 15731 - Packaged Outdoor Air Handling Units Page 9 of 12 F. The keypad interface shall allow convenient navigation and access to all control functions. The unit keypad/display character format shall be 4 lines x 20 characters. All control settings shall be password protected against unauthorized changes. For ease of service, the display format shall be English language readout. Coded formats with look -up tables will not be accepted. The user interaction with the display shall provide the following information as a minimum: 1. Return air temperature. 2. Discharge air temperature. 3. Outdoor air temperature. 4. Space air temperature. 5. Outdoor enthalpy, high/low. 6. Compressor suction temperature and pressure 7. Compressor head pressure and temperature 8. Expansion valve position 9. Condenser fan speed 10. Inverter compressor speed 11. Dirty filter indication. 12. Airflow verification. 13. Cooling status. 14. Control temperature (Changeover). 15. VAV box output status. 16. Cooling status/capacity. 17. Unit status. 18. All time schedules. 19. Active alarms with time and date. 20. Previous alarms with time and date. 21. Optimal start 22. Supply fan and exhaust fan speed. 23. System operating hours. a. Fan b. Exhaust fan c. Cooling d. Individual compressor e. Heating f. Economizer g. Tenant override 15731 - Packaged Outdoor Air Handling Units Page 10 of 12 G. The user interaction with the keypad shall provide the following: 1. Controls mode a. Off manual b. Auto c. Heat/Cool d. Cool only e. Heat only f. Fan only 2. Occupancy mode a. Auto b. Occupied c. Unoccupied d. Tenant override 3. Unit operation changeover control a. Return air temperature b. Space temperature c. Network signal 4. Cooling and heating change -over temperature with deadband 5. Cooling discharge air temperature (DAT) 6. Supply reset options a. Return air temperature b. Outdoor air temperature c. Space temperature d. Airflow (VAV) e. Network signal f. External (0-10 vdc) g. External (0-20 mA) 7. Temperature alarm limits a. High supply air temperature b. Low supply air temperature c. High return air temperature 8. Lockout control for compressors. 9. Compressor interstage timers 10. Night setback and setup space temperature. 11. Building static pressure. 12. Economizer changeover a. Enthalpy b. Drybulb temperature 13. Currently time and date 14. Tenant override time 15731 - Packaged Outdoor Air Handling Units Page 11 of 12 15. Occupied/unoccupied time schedule 16. One event schedule 17. Holiday dates and duration 18. Adjustable set points 19. Service mode a. Timers normal (all time delays normal) b. Timers fast (all time delays 20 sec) H. To increase the efficiency of the cooling system the DDC controller shall include a discharge air temperature reset program for part load operating conditions. The discharge air temperature shall be controlled between a minimum and a maximum discharge air temperature (DAT) based on one of the following inputs: 1. Airflow 2. Outside air temperature 3. Space temperature 4. Return air temperature 5. External signal of 1-5 vdc 6. External signal of 0-20 mA 7. Network signal END OF SECTION 15731 - Packaged Outdoor Air Handling Units Page 12 of 12 SECTION 15810 MECHANICAL INSULATION PART I - GENERAL. 1.01 SECTION INCLUDES A. Piping insulation. B. Duct Liner. 1.02 REFERENCES A. ASTM C518 - Steady -State Heat Flux Measurements and Thermal Transmission Properties by Means of the Heat Flow Meter Apparatus. B. ASTM E84 - Surface Burning Characteristics of Building Materials. C. ASTM E96 - Water Vapor Transmission of Materials. D. UL 723 - Surface Burning Characteristics of Building Materials. E. ASTM C553 - Mineral Fiber Blanket and Felt Insulation. F. SMACNA - HVAC Duct Construction Standards - Metal and Flexible. 1.03 SUBMITTALS A. Product Data: Provide product description, list of materials and thickness for each service, and locations. B. Manufacturer's Installation Instructions: Indicate procedures which ensure acceptable workmanship and installation standards will be achieved. 1.04 QUALITY ASSURANCE A. Materials: Flame spread/smoke developed rating of 25/50 or less in accordance with ASTM E84, NFPA 255, or UL 723. 1.05 QUALIFICATIONS A. Applicator: Company specializing in performing the work of this section with minimum three years experience. 1.06 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect, and handle products to site. Deliver materials to site in original factory packaging, labeled with manufacturer's identification, including product density 15810 - Mechanical Insulation Page 1 of 4 and thickness. Store insulation in original wrapping and protect from weather and construction traffic. Protect insulation against dirt, water, chemical, and mechanical damage. 1.07 ENVIRONMENTAL REQUIREMENTS A. Maintain ambient temperatures and conditions required by manufacturers of adhesives, mastics, and insulation cements. Maintain temperature during and after installation for minimum period of 24 hours. B. Contractor shall provide asbestos -free insulation. PART 2 - PRODUCTS. 2.01 CELLULAR FOAM FOR PIPING A. Armaflex Pipe Insulation or equal, flexible elastomeric thermal insulation, black in color, supplied as unslit tubing,. Expanded closed -cell structure. 1. Thermal Conductivity: 0.27 2. Water Vapor Transmission: 0.10 3. Flame -spread rating: 25 or less 4. Smoke -developed rating: 50 or less 2.02 GLASS FIBER DUCT LINER, FLEXIBLE A. Manufacturers: 1. Manville Linacoustic or equal. B. Insulation: ASTM 0071; flexible, noncombustible blanket. 1. 'K' value : ASTM 0518, 0.13 at 75 degrees F. 2. Maximum service temperature: 250 degrees F. 3. Maximum Velocity on Coated Air Side: 5,000 ft/min. 4. Liner Thickness: See Section 3.05 Ductwork Insulation Schedule. 5. Adhesive: Waterproof fire -retardant type. 6. Liner Density: 1.5 lb/cu ft. C. Fasteners: Galvanized steel, impact applied or welded with integral press on head. PART 3 - EXECUTION 3.01 EXAMINATION A. Verify that piping has been tested before applying insulation materials. Verify that surfaces are clean, foreign material removed, and dry. 15810 - Mechanical Insulation Page 2 of 4 3.02 PIPING INSULATION INSTALLATION A. Install materials in accordance with manufacturer's instructions. B. On exposed piping, locate insulation and cover seams in least visible locations. C. Insulated all pipes: 1. Insulate fittings, joints, and valves with like material and thickness as adjacent pipe. 2. Continue insulation through walls, sleeves, pipe hangers, and other pipe penetrations. 3. Insulate entire system including fittings, valves, unions, flanges, strainers, flexible connections, and expansion joints. D. Finish insulation at through supports, protrusions, and interruptions. 3.03 DUCTWORK INSULATION INSTALLATION A. Duct dimensions shown on drawings are free area inside insulation. Exterior envelope dimensions are larger to allow for insulation on each side. For example, if Drawing shows duct dimension of 12 x 20 on duct which is to have 1 inch of insulation, outside envelope dimension would be 14 x 22. B. Install materials in accordance with manufacturer's instructions. C. Insulated all ductwork conveying air (except for exhaust systems): 1. Provide insulation with vapor barrier jackets. Finish with tape and vapor barrier jacket. Continue insulation through walls, sleeves, hangers, and other duct penetrations. 2. Insulate entire system including fittings, joints, flanges, fire dampers, flexible connections, and expansion joints. 3.04 CELLULAR FOAM INSULATION THICKNESS SCHEDULE PIPING SYSTEMS PIPE SIZE THICKNESS Condensate Drains all sizes 3/4" Refrigerant Suction Line all sizes 3/47, 3.05 DUCTWORK INSULATION SCHEDULE SUPPLY DUCTWORK THICKNESS TYPE LOCATION Cooling and Heating 1" Interior ductlining wlglass fiber duct liner to dampen noise generation. Interior Cooling and Heating 2" Interior ductlining w/glass fiber duct liner to dampen noise generation. Exterior 15810 - Mechanical Insulation Page 3 of4 END OF SECTION 15810 - Mechanical Insulation Page 4 of 4 SECTION 15820 DUCT ACCESSORIES PART 1 - GENERAL 1. 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Volume dampers. 2. Turning vanes. 3. Duct -mounting access doors. 4. Flexible connectors. 5. Flexible ducts. 6. Duct accessory hardware. 1.3 SUBMITTALS A. Product Data: For the following: 1. Volume dampers. 2. Turning vanes. 3. Duct -mounting access doors. 4. Flexible connectors. 5. Flexible ducts. B. Shop Drawings: Detail equipment assemblies and indicate dimensions, weights, loads, required clearances, method of field assembly, components, and location and size of each field connection. 1. Special fittings. 2. Manual -volume damper installations. 3. Wiring Diagrams: Power, signal, and control wiring. C. Coordination Drawings: Reflected ceiling plans, drawn to scale and coordinating penetrations and ceiling -mounting items. Show ceiling -mounting access panels and access doors required for access to duct accessories. 15820 - Duct Accessories Page 1 of 8 1.4 QUALITY ASSURANCE A. Comply with NFPA 90A, "Installation of Air Conditioning and Ventilating Systems," and NFPA 90B, "Installation of Warm Air Heating and Air Conditioning Systems." 1.5 EXTRA MATERIALS A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Fusible Links: Furnish quantity equal to 10 percent of amount installed. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. 2. Manufacturers: Subject to compliance with requirements, provide products by one of the manufacturers specified. 2.2 SHEET METAL MATERIALS A. Comply with SMACNA's "HVAC Duct Construction Standards --Metal and Flexible" for acceptable materials, material thicknesses, and duct construction methods, unless otherwise indicated. B. Galvanized Sheet Steel: Lock -forming quality; complying with ASTM A 6531A 653M and having [G60 (Z180)] [G90 (Z275)] coating designation; ducts shall have mill-phosphatized finish for surfaces exposed to view. C. Stainless Steel: ASTM A 480/A 480M. D. Aluminum Sheets: ASTM B 209 (ASTM B 209M), alloy 3003, temper H14; with mill finish for concealed ducts and standard, 1 -side bright finish for exposed ducts. E. Extruded Aluminum: ASTM B 221 (ASTM B 221M), alloy 6063, temper T6. 15820 - Duct Accessories Page 2 of 8 F. Reinforcement Shapes and Plates: Galvanized -steel reinforcement where installed on galvanized sheet metal ducts; compatible materials for aluminum and stainless-steel ducts. G. Tie Rods: Galvanized steel, 1/4 -inch (6 -nun) minimum diameter for lengths 36 inches (900 mm) or less; 3/8 -inch (10 -mm) minimum diameter for lengths longer than 36 inches (900 mm). 2.3 VOLUME DAMPERS A. Available manufacturers: 1. Air Balance, Inc. 2. American Warming and Ventilating. 3. Flexmaster U.S.A., Inc. 4. McGill Airflow Corporation. 5. METALAIRE, Inc. 6. Nailor Industries Inc. 7. Penn Ventilation Company, Inc. 8. Ruskin Company. 9. Vent Products Company, Inc. B. General Description: Factory fabricated, with required hardware and accessories. Stiffen damper blades for stability. Include locking device to hold single -blade dampers in a fixed position without vibration. Close duct penetrations for damper components to seal duct consistent with pressure class. 1. Pressure Classes of 3 -Inch wg (750 Pa) or Higher: End bearings or other seals for ducts with axles full length of damper blades and bearings at both ends of operating shaft. C. Standard Volume Dampers: Multiple- or single -blade, parallel- or opposed -blade design as indicated, standard leakage rating and suitable for horizontal or vertical applications. 1. Steel Frames: Hat -shaped, galvanized sheet steel channels, minimum of 0.064 inch (1.62 mm) thick, with mitered and welded corners; frames with flanges where indicated for attaching to walls and flangeless frames where indicated for installing in ducts. 2. Roll -Formed Steel Blades: 0.064 -inch- (1.62 -mm-) thick, galvanized sheet steel. 3. Aluminum Frames: Hat -shaped, 0.10 -inch- (2.5 -mm-) thick, aluminum sheet channels; frames with flanges where indicated for attaching to walls; and flangeless frames where indicated for installing in ducts. 4. Roll -Formed Aluminum Blades: 0.10 -inch- (2.5 -mm-) thick aluminum sheet. 5. Extruded -Aluminum Blades: 0.050 -inch- (1.2 -mm-) thick extruded aluminum. 6. Blade Axles: Galvanized steel. 15820 - Duct Accessories Page 3 of 8 7. Bearings: Oil -impregnated bronze. 8. Tie Bars and Brackets: Aluminum. 9. Tie Bars and Brackets: Galvanized steel. D. Jackshaft: 1 -inch- (25 -mm-) diameter, galvanized -steel pipe rotating within pipe - bearing assembly mounted on supports at each mullion and at each end of multiple - damper assemblies. 1. Length and Number of Mountings: Appropriate to connect linkage of each damper in multiple -damper assembly. E. Damper Hardware: Zinc -plated, die-cast core with dial and handle made of 3/32 -inch - (2.4 -mm-) thick zinc -plated steel, and a 3/4 -inch (19 -nun) hexagon locking nut. Include center hole to suit damper operating -rod size. Include elevated platform for insulated duct mounting. 2.10 TURNING VANES A. Fabricate to comply with SMACNA's "HVAC Duct Construction Standards --Metal and Flexible" for vanes and vane runners. Vane runners shall automatically align vanes. B. Manufactured Turning Vanes: Fabricate 1 -1/2 -inch- (38 -mm-) wide, single -vane, curved blades of galvanized sheet steel set 3/4 inch (19 min) o.c.; support with bars perpendicular to blades set 2 inches (50 mm) o.c.; and set into vane runners suitable for duct mounting. 1. Available manufacturers: a. Ductmate Industries, Inc. b. Duro Dyne Corp. c. METALAIRE, Inc. d. Ward Industries, Inc. C. Acoustic Turning Vanes: Fabricate airfoil -shaped aluminum extrusions with perforated faces and fibrous -glass fill. 2.11 DUCT -MOUNTING ACCESS DOORS A. General Description: Fabricate doors airtight and suitable for duct pressure class. B. Door: Double wall, duct mounting, and rectangular; fabricated of galvanized sheet metal with insulation fill and thickness as indicated for duct pressure class. Include vision panel where indicated. Include 1 -by -1 -inch (25 -by -25 -nun) butt or piano hinge and cam latches. 15820 - Duct Accessories Page 4 of 8 1. Available manufacturers: a. b. c. d. e. f. g - h. American Warming and Ventilating. CESCO Products. Ductmate Industries, Inc. Flexmaster U.S.A., Inc. Greenheck. McGill Airflow Corporation. Nailor Industries Inc. Ventfabrics, Inc. Ward Industries, Inc. 2. Frame: Galvanized sheet steel, with bend -over tabs and foam gaskets. 3. Provide number of hinges and locks as follows: a. Less Than 12 Inches (300 mm) Square: Secure with two sash locks. b. Up to 18 Inches (450 mm) Square: Two hinges and two sash locks. c. Up to 24 by 48 Inches (600 by 1200 mm): Three hinges and two compression latches[ with outside and inside handles]. d. Sizes 24 by 48 Inches (600 by 1200 mm) and Larger: One additional hinge. C. Door: Double wall, duct mounting, and round; fabricated of galvanized sheet metal with insulation fill and 1 -inch (25 -mm) thickness. Include cam latches. 1. Manufacturers: a. Flexmaster U.S.A., Inc. b. As approved by Engineer on Record. 2. Frame: Galvanized sheet steel, with spin -in notched frame. 2.12 FLEXIBLE CONNECTORS A. Manufacturers: 1. Duro Dyne Corp. 2. Ventfabrics, Inc. 3. Ward Industries, Inc. 4. As approved by Engineer on Record. B. General Description: Flame-retardant or adhesives complying with UL 181, Class 1. C. Metal -Edged Connectors: Factory fabricated wide attached to two strips of 2 -3/4 -inch - noncombustible fabrics, coatings, and with a fabric strip 3-1/2 inches (89 mm) (70 -mm-) wide, 0.028 -inch- (0.7 -mm-) 15820 - Duct Accessories Page 5 of 8 thick, galvanized sheet steel or 0.032 -inch- (0.8 -mm-) thick aluminum sheets. Select metal compatible with ducts. D. Outdoor System, Flexible Connector Fabric: Glass fabric double coated with weatherproof, synthetic rubber resistant to UV rays and ozone. 1. Minimum Weight: 24 oz./sq. yd. (810 g/sq. m). 2. Tensile Strength: 530 lbf/inch (93 N/mm) in the warp and 440 lbf/inch (77 N/mm) in the filling. 3. Service Temperature: Minus 50 to plus 250 deg F (Minus 45 to plus 121 deg C). 2.13 FLEXIBLE DUCTS A. Manufacturers: 1. Ductmate Industries, Inc. 2. Flexmaster U.S.A., Inc. 3. Hart & Cooley, Inc. 4. McGill AirFlow Corporation. 5. As approved by Engineer on Record. B. Insulated -Duct Connectors: UL 181, Class 1, 2 -ply vinyl film supported by helically wound, spring -steel wire; fibrous -glass insulation; polyethylene vapor barrier film. 1. Pressure Rating: 10 -inch wg (2500 Pa) positive and 1.0 -inch wg (250 Pa) negative. 2. Maximum Air Velocity: 4000 fpm (20.3 m/s). 3. Temperature Range: Minus 10 to plus 160 deg F (Minus 23 to plus 71 deg C). C. Flexible Duct Clamps: Stainless-steel band with cadmium -plated hex screw to tighten band with a worm -gear action , in sizes 3 through 18 inches (75 to 450 mm) to suit duct size. 2.14 DUCT ACCESSORY HARDWARE A. Instrument Test Holes: Cast iron or cast aluminum to suit duct material, including screw cap and gasket. Size to allow insertion of pitot tube and other testing instruments and of length to suit duct insulation thickness. B. Adhesives: High strength, quick setting, neoprene based, waterproof, and resistant to gasoline and grease. 15820 - Duct Accessories Page 6 of 8 PART 3 — EXECUTION 3.1 APPLICATION AND INSTALLATION A. Install duct accessories according to applicable details in SMACNA's "HVAC Duct Construction Standards --Metal and Flexible" for metal ducts and in NAIMA AH116, "Fibrous Glass Duct Construction Standards," for fibrous -glass ducts. B. Provide duct accessories of materials suited to duct materials; use galvanized -steel accessories in galvanized -steel and fibrous -glass ducts, stainless-steel accessories in stainless-steel ducts, and aluminum accessories in aluminum ducts. D. Install volume dampers in ducts with liner; avoid damage to and erosion of duct liner. E. Provide balancing dampers at points on supply, return, and exhaust systems where branches lead from larger ducts as required for air balancing. Install at a minimum of two duct widths from branch takeoff. F. Install duct access doors to allow for inspecting, adjusting, and maintaining accessories and terminal units as follows: 1. On both sides of duct coils. 2. Downstream from volume dampers, turning vanes, and equipment. 3. Adjacent to fire or smoke dampers, providing access to reset or reinstall fusible links. 4. To interior of ducts for cleaning; before and after each change in direction, at maximum 50 -foot (15-m) spacing. 5. On sides of ducts where adequate clearance is available. G. Install the following sizes for duct -mounting, rectangular access doors: 1. One -Hand or Inspection Access: 8 by 5 inches (200 by 125 mrn). 2. Two -Hand Access: 12 by 6 inches (300 by 150 mm). 3. Head and Hand Access: 18 by 10 inches (460 by 250 mm). 4. Head and Shoulders Access: 21 by 14 inches (530 by 355 mm). 5. Body Access: 25 by 14 inches (635 by 355 mm). 6. Body Plus Ladder Access: 25 by 17 inches (635 by 430 nim). H. Label access doors according to Division 15 Section "Mechanical Identification." I. Install flexible connectors immediately adjacent to equipment in ducts associated with fans and motorized equipment supported by vibration isolators. J. For fans developing static pressures of 5 -inch wg (1250 Pa) and higher, cover flexible connectors with loaded vinyl sheet held in place with metal straps. 15820 - Duct Accessories Page 7 of 8 K. Connect terminal units to supply ducts with maximum 12 -inch (300 -mm) lengths of flexible duct. Do not use flexible ducts to change directions. L. Connect diffusers or light troffer boots to low pressure ducts with maximum 60 -inch (1500 -mm) lengths of flexible duct clamped or strapped in place. M. Connect flexible ducts to metal duts with adhesive plus sheet metal screws. N. Install duct test holes where indicated and required for testing and balancing purposes. 3.2 ADJUSTING A. Adjust duct accessories for proper settings. B. Adjust fire and smoke dampers for proper action. C. Final positioning of manual -volume dampers is specified in Division 15 Section "Testing, Adjusting, and Balancing." END OF SECTION 15820 - Duct Accessories Page 8 of 8 SECTION 15855 DIFFUSERS, REGISTERS, AND GRILLES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes ceiling mounted diffusers and registers. B. Related Sections include the following: 1. Division 15 Section "Duct Accessories" for fire and smoke dampers and volume - control dampers not integral to diffusers, registers, and grilles. 2. Division 15 Section "Testing, Adjusting, and Balancing" for balancing diffusers, registers, and grilles. 1.3 DEFINITIONS A. Diffuser: Circular, square, or rectangular air distribution outlet, generally located in the ceiling and comprised of deflecting members discharging supply air in various directions and planes and arranged to promote mixing of primary air with secondary room air. B. Register: A combination grille and damper assembly over an air opening. 1.4 SUBMITTALS A. Product Data: For each model indicated, include the following: 1. Data Sheet: For each type of air outlet and inlet, and accessory furnished; indicate construction, finish, and mounting details. 2. Performance Data: Include throw and drop, static -pressure drop, and noise ratings for each type of air outlet and inlet. 3. Schedule of diffusers, registers, and grilles indicating drawing designation, room location, quantity, model number, size, and accessories furnished. 4. Assembly Drawing: For each type of air outlet and inlet; indicate materials and methods of assembly of components. 15855 - Diffusers, Registers and Grilles Page 1 of 3 B. Coordination Drawings: Reflected ceiling plans drawn to scale to show locations and coordination of diffusers and registers with other items installed in ceilings. 1.5 QUALITY ASSURANCE A. Product Options: Drawings and schedules indicate specific requirements of diffusers, registers, and grilles and are based on the specific requirements of the systems indicated. Other manufacturers' products with equal performance characteristics may be considered. Refer to Division 1 Section "Substitutions." B. NFPA Compliance: Install diffusers, registers, and grilles according to NFPA 90A, "Standard for the Installation of Air -Conditioning and Ventilating Systems." PART 2 - PRODUCTS 2.1 MANUFACTURED UNITS A. Diffusers, registers, and grilles are scheduled on Drawings. 2.2 SOURCE QUALITY CONTROL A. Testing: Test performance according to ASHRAE 70, "Method of Testing for Rating the Performance of Air Outlets and Inlets." PART 3 - EXECUTION 3.1 EXAMINATION Examine areas where diffusers, registers, and grilles are to be installed for compliance with requirements for installation tolerances and other conditions affecting performance of equipment. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Install diffusers, registers, and grilles level and plumb, according to manufacturer's written instructions, Coordination Drawings, original design, and referenced standards. 15855 - Diffusers, Registers and Grilles Page 2 of 3 B. Ceiling -Mounted Outlets and Inlets: Drawings indicate general arrangement of ducts, fittings, and accessories. Air outlet and inlet locations have been indicated to achieve design requirements for air volume, noise criteria, airflow pattern, throw, and pressure drop. Make final locations where indicated, as much as practicable. For units installed in lay -in ceiling panels, locate units in the center of the panel. Where architectural features or other items conflict with installation, notify Architect for a determination of final location. C. Install diffusers, registers, and grilles with airtight connection to ducts and to allow service and maintenance of dampers, air extractors, and fire dampers. 3.3 ADJUSTING A. After installation, adjust diffusers, registers, and grilles to air patterns indicated, or as directed, before starting air balancing. 3.4 CLEANING A. After installation of diffusers, registers, and grilles, inspect exposed finish. Clean exposed surfaces to remove burrs, dirt, and smudges. Replace diffusers, registers, and grilles that have damaged finishes. END OF SECTION 15855 - Diffusers, Registers and Grilles Page 3 of 3 SECTION 15890 DUCTWORK PART 1- GENERAL 1.1 Scope of Work: A. Work under this section includes: 1. Ductwork materials, construction and fabrication. 2. Low pressure ductwork. 3. Duct test holes. 4. Duct sealing, inspection and leak testing. 5. Painting. 1.2 Quality Assurance A. SMACNA 1995: Except as otherwise noted, fabricate, reinforce, support, join and install ductwork, access doors, dampers and accessories per SMACNA HVAC Duct Construction Standards, Second Addition, 1995, with Addendum No. 1 B. NFPA 90A - Installation of Ventilation and Air Conditioning Systems, 1999 Edition. C. SMACNA 1985: SMACNA HVAC Air Duct Leakage Test Manual, 1985. D. ACGIH: Industrial Ventilation - A Manual of Recommended Practice, 20th edition, American Conference of Governmental Industrial Hygienists. E. SMACNA Industrial Duct Construction Standard. PART 2 - PRODUCTS 2.1 MATERIALS A. General: Non-combustible or conforming to requirements for Class 1 air duct materials, or UL 181. B. Steel Ducts: galvanized steel sheet, lock -forming quality, having zinc coating of 1.25 oz per sq ft for each side in conformance with ASTM A90. C. Fasteners: Rivets, bolts, or sheet metal screws. 15890 - Ductwork Page 1 of 4 D. Sealant: Non -hardening, water resistant, fire resistive, compatible with mating materials; liquid used alone or with tape, or heavy mastic. 2.2 LOW PRESSURE DUCTWORK A. All interior ducts andlor return plenums to be internally lined with 1" duct liner as specified in Section 15260 Mechanical Insulation. 13. All exterior ducts andlor return plenums to be internally lined with 2" duct liner as specified in Section 15260 Mechanical Insulation. C. Fabricate and support in accordance with SMACNA Low Pressure Duct Construction Standards and ASHRAE handbooks, except as indicated. Provide duct material, gages, reinforcing, and sealing for operating pressures indicated. D. Size round ducts installed in place of rectangular ducts in accordance with ASHRAE table of equivalent rectangular and round ducts. No variation of duct configuration or sizes permitted except by written permission. E. Construct T's, bends, and elbows with radius of not less than 1-1/2 times width of duct on centerline. Where not possible and where rectangular elbows are used, provide turning vanes. Where acoustical lining is indicated, provide turning vanes of perforated metal with glass fiber insulation. F. Increase duct sizes gradually, not exceeding 15 degrees divergence wherever possible. Divergence upstream of equipment shall not exceed 30 degrees; convergence downstream shall not exceed 45 degrees. G. Provide easements where low pressure ductwork conflicts with piping and structure. Where easements exceed 10 percent duct area, split into two ducts maintaining original duct area. H. Connect flexible ducts to metal ducts with draw bands. 1. Use crimp joints with or without bead for joining round duct sizes 8 inch and smaller with crimp in direction of air flow. J. Use double nuts and lock washers on threaded rod supports. 2.3 DUCT TEST HOLES A. Provide permanent, factory fabricated duct test holes, with air tight flanged fittings and screw cap where indicated on drawings. Provide extended neck fittings to clear insulation. Manufacturers: Ventlock Model 699 15890 - Ductwork Page 2 of 4 PART 3 - EXECUTION 3.1 DUCTWORK INSTALLATION A. Provide necessary offsets, transitions and streamliners to avoid interference with the building construction, piping, or equipment. Locate ducts with sufficient space around equipment to allow normal operating and maintenance activities. B. Provide openings in ductwork where required to accommodate thermometers and controllers. Provide pilot tube openings where required for testing of systems, complete with metal can with spring device or screw to ensure against air leakage. Where openings are provided in insulated ductwork, install insulation material inside a metal ring. C. Repair damaged galvanized surfaces with zinc rich paint. D. Enclose dampers located behind architectural intake or exhaust louvers in a sheet metal collar and seal to building construction. Set plenum doors 6" to 12" above floor. Arrange door swings so that fan static pressure holds door in closed position. F. Provide temporary closures on open ductwork to prevent construction dust from entering ductwork system. G. Provide straight runs of ductwork at equipment, fans, coils, air terminal units, and humidifiers per manufacturer's recommendations. H. Provide flexible connector where ductwork connects to fans, air handling units and other rotating equipment and where indicated on drawings. I. Provide fire and smoke dampers at locations where ducts and outlets pass through fire rated components, where required by code, and where required by authorities having jurisdiction. Install with required perimeter mounting angles, sleeves, breakaway duct connections, corrosion resistant springs, bearings, bushings and hinges. 3.2 FLEXIBLE CONNECTIONS A. Install between sheet metal work and vibrating equipment and where ducts cross building expansion joints. Install loosely without tension at any point and free of wrinkles caused by misalignment or fan reaction. Seal end with caulk. B. Check connections during operation for leaks and binding. 3.3 DUCT ACCESS HOLES A. Provide duct test holes where indicated and required for testing and balancing purposes. 15890 - Ductwork Page 3 of 4 3.4 DUCTWORK SEALING, INSPECTING AND LEAKAGE TESTING A. Visually inspect all ductwork: Place fan system in operation, or pressurize ductwork with portable fan. Inspect ductwork for audible leaks, and leaks perceptible to hand 2" from duct. Reseal all perceptible leaks. END OF SECTION 15890 - Ductwork Page 4 of 4 SECTION 15990 TESTING, ADJUSTING AND BALANCING PART 1- GENERAL 1.01 SECTION INCLUDES A. Testing, adjustment, and balancing of air systems. B. Measurement of final operating condition of HVAC systems. 1.02 REFERENCES AABC - National Standards for Field Measurement and Instrumentation, Total System Balance. ASHRAE - 1984 Systems Handbook: Chapter 37, Testing, Adjusting and Balancing. NEBB - Procedural Standards for Testing, Balancing and Adjusting of Environmental Systems. 1.03 SUBMITTALS A. Provide three copies of final report in letter size, 3 -ring binder manuals, complete with index page and indexing tabs, with cover identification at front and side. Include set of reduced drawings with air outlets and equipment identified to correspond with data sheets. Indicate thermostat and sensor locations and zone boundaries on drawings. The report shall indicate all initial set points for each mode of operation. The report shall indicate all test pressures, temperatures, volumes, flow rates, and other similar parameters. 1.04 QUALIFICATIONS A. All work under this section of the specification shall be performed by or under the direct supervision of the Test and Balance Contractor. B. The Test and Balance Contractor must be certified by AABC, certified by NEBB, or under direct supervision of mechanical engineer with Texas registration as professional engineer. C. Total system balance shall be performed in accordance with AABC or NEBB National Standards for field measurement and instrumentation, system balance. 15990 - Testing, Adjusting and Balancing Page 1 of 4 1.05 SEQUENCING AND SCHEDULING A. Sequence work to commence after completion of all systems installation and schedule completion of work before Substantial Completion of Project. PART 2 - PRODUCTS 2.01 BALANCING AND ADJUSTING MATERIALS A. Test and Balance Contractor shall provide all materials and accessories which are required to balance and adjust systems. By way of description, but not limitation, materials and accessories include filters, sheaves, shims, lubricants, and belts. PART 3 - EXECUTION 3.01 EXAMINATION A. Before commencing work, verify that all systems are complete and operable. Do not start testing and/or balancing until all equipment is complete and operable. Ensure the following: B. Equipment is operable and in a safe and normal condition. (Do not start testing and/or balancing until all equipment is complete and operable.) C. Temperature control systems are installed complete and operable. D. Proper thermal overload protection is in place for electrical equipment. E. Final filters are clean and in place. If required, install temporary media in addition to final filters. F. Duct systems are clean of debris. G. Correct fan rotation. H. Air outlets are installed and connected. I. Duct system leakage has been minimized. J. Test and Balance Contractor shall make immediate written report to both Contractor and Architect noting any defects or deficiencies noted during performance of services. K. Promptly report abnormal conditions in mechanical systems or conditions which prevent system balance. 15990 - Testing, Adjusting and Balancing Page 2 of 4 3.02 PREPARATION A. Provide instruments required for testing, adjusting, and balancing operations. Make instruments available to Architect and Engineer to facilitate spot checks during testing. B. Provide additional balancing devices and materials as required. C. Carefully remove ceiling tiles so as to avoid damage. Replace when testing, adjusting, and balancing work is completed. If ceiling tiles are damaged or soiled, they shall be replaced by Contractor at his own expense. 3.03 INSTALLATION TOLERANCES A. Adjust air handling systems to plus or minus 5 percent for supply systems and plus or minus 10 percent for return from figures indicated. 3.04 ADJUSTING A. Adjust work to obtain design conditions. Modify factory settings and install new sheaves, shims, and other accessories as necessary; but limit adjustments to those recommended and allowed by manufacturer. Test and Balance Contractor shall provide all sheaves, shims, and other accessories at no additional cost to Owner. Note all adjustment in report. B. Recorded data shall represent actually measured or observed condition. C. Permanently mark settings of dampers and other adjustment devices allowing settings to be restored. Set and lock memory stops. D. After adjustment, take measurements to verify balance has not been disrupted or that such disruption has been rectified. Leave systems in proper working order, replacing belt guards, closing access doors, closing doors to electrical switch boxes, and restoring thermostats to specified settings. At final inspection, recheck random selections of data recorded in report. Recheck points or areas as selected and witnessed by the Owner. 3.05 AIR SYSTEM PROCEDURE A. Adjust air handling and distribution systems to provide required or design supply, return, and exhaust air quantities at site altitude. B. Make air quantity measurements in ducts by pitot tube traverse of entire cross sectional. area of duct. Measure air quantities at air inlets and outlets. 15990 - Testing, Adjusting and Balancing Page 3 of 4 C. Adjust distribution system to obtain uniform space temperatures free from objectionable drafts and noise. D. Use volume control devices to regulate air quantities only to extent that adjustments do not create objectionable air motion or sound levels. Effect volume control by duct internal devices such as dampers and splitters. E. Provide system schematic with required and actual air quantities recorded at each outlet or inlet. F. Measure static air pressure conditions on air supply units under full load, including filter and coil pressure drops, and total pressure across the fan. 3.06 REPORT FORMS A. Submit reports on AABC National Standards for Total System Balance forms. Similar forms in NEBB (National Environmental Balancing Bureau) format will be accepted. B. Forms shall include the following information: C. Title page: Company name, company address, company telephone number, project name, project location, project architect, architect's Division 15 consultant, project contractor, project altitude. D. Instrument list: Instrument, manufacturer, model, serial number, range, calibration date. E. Air moving equipment: Location, manufacturer, model, air flow, specified and actual, return air flow, specified and actual, outside air flow, specified and actual, total static pressure (total external), specified and actual, inlet pressure, discharge pressure, fan rpm, set points in occupied mode. F. Return air/outside air data: Identificationllocation., design air flow, actual air flow, design return air flow, actual return air flow, return air temperature, outside air temperature, actual mixed air temperature. G. Electric motors: Manufacturer, hp/bhp, phase, voltage, amperage; nameplate, actual, no load, Rpm, service factor, starter size, rating, heater elements. H. Air distribution test sheet: Air terminal number, room number/location, terminal type, terminal size, area factor, design velocity, design air flow, test (final) velocity, test (final) air flow, percent of design air flow, set points in occupied mode. END OF SECTION 15990 - Testing, Adjusting and Balancing Page 4 of 4 SECTION 16010 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. 2. 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 4. 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 16010 - Electrical General Requirements Page 1 of 9 references, and other information necessary to establish contract compliance of each item the Contractor proposes to furnish. b. Photographs of existing installations and data submitted in lieu of catalog data are not acceptable and will be returned without approval. 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 prof ect. 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. 16010 - Electrical General Requirements Page 2 of 9 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. 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. f 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. 16010 - Electrical General Requirements Page 3 of 9 Damaged or defective items shall be replaced by the contractor at no increase in cost to owner. G. GUARANTEE AND SERVICE 1. 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. 2. Contractor shall also follow-up on wan-anty repairs for 12 months and advise the City staff on the equipment or instillment 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 (NEPA). National Electrical Code (NEC). National Electrical Safety Code (NESC). National Electric Manufacturer's Association (NEMA). Institute of Electrical and Electronics Engineers (IEEE). 16010 - Electrical General Requirements Page 4 of 9 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 city of Corpus Christi and provisions described in the Corpus Christi's electrical ordinance shall be followed. I. DRAWINGS 1. Due to the scale of the drawings, it is impossible to show all fittings, offsets, and accessories. 2. 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. 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. 2. 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. 16010 - Electrical General Requirements Page 5 of 9 PART 2 - MATERIALS A. MA 1'hRIALS 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 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. 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. 2. The nameplate of the distributing agent will not be acceptable. 16010 - Electrical General Requirements Page 6 of 9 E. LABELING 3. Labels shall be provided for all switchgear, motor starters, control panels, control stations, control devices, jrmction boxes, and for all wiring in accordance with the approved drawings. 4. Enclosures for electrical equipment shall be externally labeled with a 1/16" thick black laminated plastic nameplate with beveled edges. The nameplate shall have 1/4" minimum high -engraved white lettering and shall be permanently and securely attached to the enclosure. 5. Limit switches, solenoid valves and similar pilot devices shall be labeled with stainless steel tags having 1/4" high indented lettering. The tags shall be permanently and securely attached with stainless steel tie wire or plastic tie wraps. 6. 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. 7. 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. Voltage warning signs for indoor equipment may be stick -on labels approximately 2" x 9" and colored for good visibility. Signs shall read - "DANGER - HIGH VOLTAGE" and shall indicate the circuit voltage present within the enclosure. 8. Equipment rating signs shall be provided for any items that may require replacement parts or to which additional units could be added, i.e., motor control centers. These signs shall indicate the ratings of the items including the short circuit rating and a statement as to the minimum short circuit rating of any device that may be installed in the units in the future. 9. 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 different voltage sources is contained in this unit." 10. All Junction Box and Pull Box covers shall be labeled on the exterior in permanent ink with the name of panel board or MCC and circuit number from which conductors are fed. F. RECORD DRAWINGS 1. Upon completion of the project, the Contractor shall furnish to the Engineer for approval a complete set of electrical record drawings consisting of the following: 16010 - Electrical General Requirements Page 7 of 9 2. Provide a complete set of the original set of electrical design drawings, latest revisions, (prints) marked clearly in red pencil to show all changes, modifications or deviations from the original layout and design. 3. Provide a complete set of reproducible schematics for all control circuits including switchgear, motor controls, etc. The schematics shall show all relays, control switches, pilot devices, wire numbers and colors, terminal numbers and similar information. These schematics shall be neatly drawn on 24" x 36" sheets of drafting vellum. Sepia paper reproducibles will not be acceptable. 4. Provide a complete set of reproducible control wiring diagrams for all switchgear and motor controls showing power sources, control panels, control switches, pilot devices, junction boxes, terminal strips, and wire numbers and colors. These drawings shall show both the internal and the interconnection wiring for each enclosure. Wiring diagram shall be neatly drawn on 24" x 36" sheets of drafting vellum. Sepia paper reproducibles will not be acceptable. 5. The Contractor's record drawings will be reviewed by the Engineer for accuracy, completeness, neatness, legibility and conformance to industry standards of presentation. The Engineer will return copies of these drawings to the Contractor with comments and annotations regarding any noticeable deficiencies. Two such reviews will be made by the Engineer. Upon the third submission by the Contractor, after the second review, if, in the Engineer's opinion, the drawings are not acceptable, then the Engineer will make the required corrections to the drawings. The cost of the Engineer's services in making such corrections will be charged to the Contractor at the Engineer's standard hourly rates. The Contractor shall pay the Engineer directly for these services. PART 3 - EXECUTION A. CUTTING, PATCHING AND REPAIRING 1. 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. 2. 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. 16010 - Electrical General Requirements Page 8 of 9 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 Architectural, Civil, and Mechanical 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. 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. 2. 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 16010 - Electrical General Requirements Page 9 of 9 SECTION 16051 ELECTRICAL DEMOLITION WORK PART 1- GENERAL A. GENERAL REQUIREMENTS 1. The drawings do not show all demolition work required. The contractor shall make himself familiar with the required scope of work to accomplish the work required by these documents. All demolition work implied or required shall be included in the scope of this contract. PART 2 - PRODUCTS - NOT USED PART 3 - EXECUTION A. DEMOLITION WORK 1. The contractor shall be responsible for loss or damage to the existing facilities caused by him and his workmen, and shall be responsible for repairing such loss or damage. The contractor shall send proper notices, make necessary an-angements, and perform other services required for the care, protection and in- service maintenance of all electrical services for the new and existing facilities. The contractor shall erect temporary barricades, with necessary safety devices, as required to protect personnel from injury, removing all such temporary protection upon completion of the work. The contractor shall provide temporary or new services to all existing facilities as required to maintain their proper operation when normal services are disrupted as a result of the work being accomplished under this project. Where existing construction is removed to provide working and extension access to existing utilities, contractor shall remove doors, piping, conduit, outlet boxes, wiring, light fixtures, air conditioning ductwork and equipment, etc., to provide this access and shall reinstall same upon completion of work in the areas affected. 4. Where partitions, walls, floors, or ceilings of existing construction are being removed, all contractors shall remove and reinstall in locations approved by the Architect all devices required for the operation of the various systems installed in the existing construction. Outages of services as required by the new installation will be permitted but only SECTION 16051 - Electrical Demolition Work Page 1 of 4 at a time approved by the Owner. The contractor shall allow the Owner 2 weeks in order to schedule required outages. The time allowed for outages will not be during normal working hours unless otherwise approved by the Owner. All costs of outages, including overtime charges, shall be included in the contract amount. 6. The contractor shall modify, remove, and/or relocate all materials and items so indicated on the drawings or required by the installation of new facilities. All removals and/or dismantling shall be conducted in a manner as to produce maximum salvage. Salvage materials shall remain the property of the Owner, and shall be delivered to such destination as directed by the Owner. Materials and/or items scheduled for relocation and which are damaged during dismantling or reassembly operations shall be repaired and restored to good operative condition. The contractor may, at his discretion and upon the approval of the Owner, substitute new materials and/or items of like design and quality in lieu of materials and/or items to be relocated. 7. All items which are to be relocated shall be carefully removed in reverse to original assembly or placement and protected until relocated. The contractor shall clean and repair and provide all new materials, fittings, and appurtenances required to complete the relocations and to restore to good operative order. All relocations shall be performed by workmen skilled in the work and in accordance with standard practice of the trades involved. 8. When items scheduled for relocation are found to be in damaged condition before work has been started on dismantling, the contractor shall call the attention of the Owner to such items and receive further instructions before removal. Items damaged in repositioning operations are the contractor's responsibility and shall be repaired or replaced by the contractor as approved by the Owner, at no additional cost to the Owner. 9. Service lines and wiring to items to be removed, salvaged, or relocated shall be removed to points indicated on the drawings, specified, or acceptable to the Owner. Service lines and wiring not scheduled for reuse shall be removed to the points at which reuse is to be continued or service is to remain Such services shall be sealed, capped, or otherwise tied-off or disconnected in a safe manner acceptable to the Owner. All disconnections or connections into the existing facilities shall be done in such a manner as to result in minimum interruption of services to adjacent occupied areas. Services to existing areas or facilities which must remain in operation during the construction period shall not be interrupted without prior specific approval of the Owner as hereinbefore specified. 10. During the construction and remodeling, portions of the project shall remain in service. Construction equipment, materials, tools, extension cords, etc., shall be SECTION 16051 - Electrical Demolition Work Page 2 of 4 arranged so as to present minimum hazard or interruption to the occupants of the building. 11. Certain work during the demolition phase of construction may require overtime or nighttime shifts or temporary evacuation of the occupants. Coordinate and schedule all proposed down time with the Owner's Representative at least 72 hours in advance. 12. Make every effort to minimize damage to the existing building and the Owner's property. Repair, patch, or replace as required any damage which might occur as a result of work at the site. Care shall be taken to minimize interference with the Owner's activities during construction. Cooperate with the Owner and other trades in scheduling and performance of the work. 13. Include in the contract price all rerouting of existing conduits, wiring, outlet boxes, fixtures, etc., and the reconnecting of existing fixtures as necessitated by field conditions to allow the installation of the new systems. Furnish all temporary conduit, wiring, boxes, etc., as required to maintain lighting and power service for the existing areas with a minimum of interruption. Remove wire and conduit back to nearest accessible active junction box and extend to existing homeruns as required. 14. All existing lighting fixtures, switches, outlets, speakers, materials, equipment and appurtenances not included in the remodel or alteration areas are to remain in place and shall remain in service. 15. Electrical equipment, outlets, speakers, circuits to mechanical and building systems equipment, etc., which are to remain but which are served by conduit and/or circuiting that is disturbed by the remodeling work, shall be reconnected in such as manner as to leave it in proper operating condition. 16. Existing branch circuit wiring which is to be removed, shall be pulled from the raceways and the empty conduit shall be removed to a point of permanent concealment. 17. Existing lighting fixtures shown to be removed and indicated to be reused, shall be cleaned, repaired, relamped and provided with such new accessories as may be needed for the proper installation in their new locations. 18. New circuiting indicated to be connected to existing panels shall be connected to "spares" and/or "released" breakers as applicable, or new breakers provided where space is available. Contractor shall verify the existing panel load and feeder capacity prior to adding any additional loads. SECTION 16051 - Electrical Demolition Work Page 3 of 4 19. Within the remodeled or alteration areas where existing ceilings are being removed and new ceiling are installed, all existing lighting fixtures, other ceiling mounted devices and their appurtenances shall be removed and reinstalled into the new ceiling, unless otherwise shown or specified. 20. Within the remodeled or alteration areas where existing walls are being removed, all existing lighting fixtures, switches, receptacles, other materials and equipment and their appurtenances shall be removed, where required by the remodel work either shown or specified. 21. Contractor shall be responsible for cleaning work site daily. The work site shall be kept free of debris. Contractor shall haul off debris at end of each day or place in Contractor furnished dumpster. END OF SECTION SECTION 16051 - Electrical Demolition Work Page 4 of 4 SECTION 16053 IDENTIFICATION FOR ELECTRICAL SYSTEMS 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. Section Includes: 1. Identification for raceways. 2. Identification of power and control cables. 3. Identification for conductors. 4. Underground -line warning tape. 5. Warning labels and signs. 6. Instruction signs. 7. Equipment identification labels. 8. Miscellaneous identification products. 1.3 SUBMITTALS A. Product Data: For each electrical identification product indicated. B. Samples: For each type of label and sign to illustrate size, colors, lettering style, mounting provisions, and graphic features of identification products. C. Identification Schedule: An index of nomenclature of electrical equipment and system components used in identification signs and labels. 1.4 QUALITY ASSURANCE A. Comply with ANSI A13.1 and IEEE C2. B. Comply with NFPA 70. C. Comply with 29 CFR 1910.144 and 29 CFR 1910.145. D. Comply with ANSI Z535.4 for safety signs and labels. E. Adhesive -attached labeling materials, including label stocks, laminating adhesives, and inks used by label printers, shall comply with UL 969. 16053 Identification For Electrical Systems Page 1 of 9 1.5 COORDINATION A. Coordinate identification names, abbreviations, colors, and other features with requirements in other Sections requiring identification applications, Drawings, Shop Drawings, manufacturer's wiring diagrams, and the Operation and Maintenance Manual; and with those required by codes, standards, and 29 CFR 1910.145. Use consistent designations throughout Project. B. Coordinate installation of identifying devices with completion of covering and painting of surfaces where devices are to be applied. C. Coordinate installation of identifying devices with location of access panels and doors. D. Install identifying devices before installing acoustical ceilings and similar concealment. PART 2 - PRODUCTS 2.1 POWER RACEWAY IDENTIFICATION MATERIALS A. Comply with ANSI A13.1 for minimum size of letters for legend and for minimum length of color field for each raceway size. B. Colors for Raceways Carrying Circuits at 600 V or Less: 1. Black letters on an orange field. 2. Legend: Indicate voltage and system or service type. C. Colors for Raceways Carrying Circuits at More Than 600 V: 1. Black letters on an orange field. 2. Legend: "DANGER CONCEALED HIGH VOLTAGE WIRING" with 3 -inch- (75 -mm- ) high letters on 20 -inch (500 -mm) centers. D. Self -Adhesive Vinyl Labels for Raceways Carrying Circuits at 600 V or Less: Preprinted, flexible label laminated with a clear, weather- and chemical -resistant coating and matching wraparound adhesive tape for securing ends of legend label. E. Snap -Around Labels for Raceways Carrying Circuits at 600 V or Less: Slit, pretensioned, flexible, preprinted, color -coded acrylic sleeve, with diameter sized to suit diameter of raceway or cable it identifies and to stay in place by gripping action. F. Snap -Around, Color -Coding Bands for Raceways Carrying Circuits at 600 V or Less: Slit, pretensioned, flexible, solid -colored acrylic sleeve, 2 inches (50 mm) long, with diameter sized to suit diameter of raceway or cable it identifies and to stay in place by gripping action. G. Tape and Stencil for Raceways Carrying Circuits More Than 600 V: 4 -inch- (100 -mm-) wide black stripes on 10 -inch (250 -mm) centers diagonally over orange background that extends full length of raceway or duct and is 12 inches (300 mm) wide. Stop stripes at legends. 16053 Identification For Electrical Systems Page 2 of 9 H. Metal Tags: Brass or aluminum, 2 by 2 by 0.05 inch (50 by 50 by 1.3 mm), with stamped legend, punched for use with self-locking cable tie fastener. I. Write -On Tags: Polyester tag, 0.015 inch (0.38 mm) thick, with corrosion -resistant grommet and cable tie for attachment to conductor or cable. 1. Marker for Tags: Permanent, waterproof, black ink marker recommended by tag manufacturer. 2 Marker for Tags: Machine -printed, permanent, waterproof, black ink marker recommended by printer manufacturer. 2.2 POWER AND CONTROL CABLE IDENTIFICATION MATERIALS A. Comply with ANSI A13.1 for minimum size of letters for legend and for minimum length of color field for each raceway and cable size. B. Self -Adhesive Vinyl Labels: Preprinted, flexible label laminated with a clear, weather- and chemical -resistant coating and matching wraparound adhesive tape for securing ends of legend label. C. Metal Tags: Brass or aluminum, 2 by 2 by 0.05 inch (50 by 50 by 1.3 mm), with stamped legend, punched for use with self-locking cable tie fastener. D. Write -On Tags: Polyester tag, 0.015 inch (0.38 mm) thick, with corrosion -resistant grommet and cable tie for attachment to conductor or cable. 1. Marker for Tags: Permanent, waterproof, black ink marker recommended by tag manufacturer. 2 Marker for Tags: Machine -printed, permanent, waterproof, black ink marker recommended by printer manufacturer. E. Snap -Around Labels: Slit, pretensioned, flexible, preprinted, color -coded acrylic sleeve, with diameter sized to suit diameter of raceway or cable it identifies and to stay in place by gripping action. F. Snap -Around, Color -Coding Bands: Slit, pretensioned, flexible, solid -colored acrylic sleeve, 2 inches (50 mm) long, with diameter sized to suit diameter of raceway or cable it identifies and to stay in place by gripping action. 2.3 CONDUCTOR IDENTIFICATION MATERIALS A. Color -Coding Conductor Tape: Colored, self-adhesive vinyl tape not less than 3 mils (0.08 mm) thick by 1 to 2 inches (25 to 50 mm) wide. B. Self -Adhesive Vinyl Labels: Preprinted, flexible label laminated with a clear, weather- and chemical -resistant coating and matching wraparound adhesive tape for securing ends of legend label. 16053 Identification For Electrical Systems Page 3 of 9 C. Snap -Around Labels: Slit, pretensioned, flexible, preprinted, color -coded acrylic sleeve, with diameter sized to suit diameter of raceway or cable it identifies and to stay in place by gripping action. D. Snap -Around, Color -Coding Bands: Slit, pretensioned, flexible, solid -colored acrylic sleeve, 2 inches (50 mm) long, with diameter sized to suit diameter of raceway or cable it identifies and to stay in place by gripping action. E. Marker Tapes: Vinyl or vinyl -cloth, self-adhesive wraparound type, with circuit identification legend machine printed by thermal transfer or equivalent process. F. Write -On Tags: Polyester tag, 0.015 inch (0.38 mm) thick, with corrosion -resistant grommet and cable tie for attachment to conductor or cable. 1. Marker for Tags: Permanent, waterproof, black ink marker recommended by tag manufacturer. 2 Marker for Tags: Machine -printed, permanent, waterproof, black ink marker recommended by printer manufacturer. 2.4 FLOOR MARKING TAPE A. 2 -inch- (50 -mm-) wide, 5 -mil (0.125 -mm) pressure -sensitive vinyl tape, with black and white stripes and clear vinyl overlay. 2.5 WARNING LABELS AND SIGNS A. Comply with NFPA 70 and 29 CFR 1910.145. B. Self -Adhesive Warning Labels: Factory -printed, multicolor, pressure -sensitive adhesive labels, configured for display on front cover, door, or other access to equipment unless otherwise indicated. C. Baked -Enamel Warning Signs: 1. Preprinted aluminum signs, punched or drilled for fasteners, with colors, legend, and size required for application. 2. 1/4 -inch (6.4 -mm) grommets in corners for mounting. 3. Nominal size, 7 by 10 inches (180 by 250 mm). D. Metal -Backed, Butyrate Warning Signs: 1. Weather -resistant, nonfading, preprinted, cellulose -acetate butyrate signs with 0.0396 - inch (1 -mm) galvanized -steel backing; and with colors, legend, and size required for application. 2. 1/4 -inch (6.4 -mm) grommets in corners for mounting. 3. Nominal size, 10 by 14 inches (250 by 360 mm). E. Warning label and sign shall include, but are not limited to, the following legends: 16053 Identification For Electrical Systems Page 4 of 9 1 Multiple Power Source Warning: "DANGER - ELECTRICAL SHOCK HAZARD - EQUIPMENT HAS MULTIPLE POWER SOURCES." 2. Workspace Clearance Warning: "WARNING - OSHA REGULATION - AREA IN FRONT OF ELECTRICAL EQUIPMENT MUST BE KEPT CLEAR FOR 36 INCHES (915 MM)." 2.6 INSTRUCTION SIGNS A. Engraved, laminated acrylic or melamine plastic, minimum 1/16 inch (1.6 mm) thick for signs up to 20 sq. inches (129 sq. cm) and 1/8 inch (3.2 mm) thick for larger sizes. 1. Engraved legend with black letters on white face. 2. Punched or drilled for mechanical fasteners. 3. Framed with mitered acrylic molding and arranged for attachment at applicable equipment. B. Adhesive Film Label: Machine printed, in black, by thermal transfer or equivalent process. Minimum letter height shall be 3/8 inch (10 mm) C. Adhesive Film Label with Clear Protective Overlay: Machine printed, in black, by thermal transfer or equivalent process. Minimum letter height shall be 3/8 inch (10 mm). Overlay shall provide a weatherproof and UV -resistant seal for label. 2.7 EQUIPMENT IDENTIFICATION LABELS A. Adhesive Film Label: Machine printed, in black, by thermal transfer or equivalent process. Minimum letter height shall be 3/8 inch (10 mm) B. Adhesive Film Label with Clear Protective Overlay: Machine printed, in black, by thermal transfer or equivalent process. Minimum letter height shall be 3/8 inch (10 mm). Overlay shall provide a weatherproof and UV -resistant seal for label. C. Self -Adhesive, Engraved, Laminated Acrylic or Melamine Label: Adhesive backed, with white letters on a dark -gray background. Minimum letter height shall be 3/8 inch (10 mm). D. Engraved, Laminated Acrylic or Melamine Label: Punched or drilled for screw mounting. White letters on a dark -gray background. Minimum letter height shall be 3/8 inch (10 mm). E. Stenciled Legend: In nonfading, waterproof, black ink or paint. Minimum letter height shall be 1 inch (25 mm). 2.8 MISCELLANEOUS IDENTIFICATION PRODUCTS A. Paint: Comply with requirements in Division 09 painting Sections for paint materials and application requirements. Select paint system applicable for surface material and location (exterior or interior). 16053 Identification For Electrical Systems Page 5 of 9 B. Fasteners for Labels and Signs: Self -tapping, stainless-steel screws or stainless-steel machine screws with nuts and flat and lock washers. PART 3 - EXECUTION 3.1 INSTALLATION A. Verify identity of each item before installing identification products. B. Location: Install identification materials and devices at locations for most convenient viewing without interference with operation and maintenance of equipment. C. Apply identification devices to surfaces that require fmish after completing finish work. D. Self -Adhesive Identification Products: Clean surfaces before application, using materials and methods recommended by manufacturer of identification device. E. Attach signs and plastic labels that are not self-adhesive type with mechanical fasteners appropriate to the location and substrate. F. System Identification Color -Coding Bands for Raceways and Cables: Each color -coding band shall completely encircle cable or conduit. Place adjacent bands of two-color markings in contact, side by side. Locate bands at changes in direction, at penetrations of walls and floors, at 50 -foot (15-m) maximum intervals in straight runs, and at 25 -foot (7.6-m) maximum intervals in congested areas. G. Aluminum Wraparound Marker Labels and Metal Tags: Secure tight to surface of conductor or cable at a location with high visibility and accessibility. H. Cable Ties: For attaching tags. Use general-purpose type, except as listed below: 1. Outdoors: UV -stabilized nylon. 2. In Spaces Handling Environmental Air: Plenum rated. Painted Identification: Comply with requirements in Division 09 painting Sections for surface preparation and paint application. 3.2 IDENTIFICATION SCHEDULE A. Concealed Raceways, Duct Banks, More Than 600 V, within Buildings: Tape and stencil 4- inch- (100 -mm-) wide black stripes on 10 -inch (250 -mm) centers over orange background that extends full length of raceway or duct and is 12 inches (300 mm) wide. Stencil legend "DANGER CONCEALED HIGH VOLTAGE WIRING" with 3 -inch- (75 -mm-) high black letters on 20 -inch (500 -mm) centers. Stop stripes at legends. Apply to the following finished surfaces: 16053 Identification For Electrical Systems Page 6 of 9 1. Floor surface directly above conduits running beneath and within 12 inches (300 mm) of a floor that is in contact with earth or is framed above unexcavated space. 2. Wall surfaces directly external to raceways concealed within wall. 3. Accessible surfaces of concrete envelope around raceways in vertical shafts, exposed in the building, or concealed above suspended ceilings. B. Accessible Raceways 600 V or Less, for Service, Feeder, and Branch Circuits More Than 30 A, and 120 V to ground: Identify with self-adhesive vinyl label. Install labels at 10 -foot (3-m) maximum intervals. C. Accessible Raceways and Cables within Buildings: Identify the covers of each junction and pull box of the following systems with self-adhesive vinyl labels with the wiring system legend and system voltage. System legends shall be as follows: 1. Emergency Power. 2. Power. 3. UPS. D. Power -Circuit Conductor Identification, 600 V or Less: For conductors in vaults, pull and junction boxes, manholes, and handholes, use color -coding conductor tape to identify the phase. 1. Color -Coding for Phase and Voltage Level Identification, 600 V or Less: Use colors listed below for ungrounded service feeder and branch -circuit conductors. a. Color shall be factory applied or field applied for sizes larger than No. 8 AWG, if authorities having jurisdiction permit. b. Colors for 208/120-V Circuits: 1) Phase A: Black. 2) Phase B: Red. 3) Phase C: Blue. c. Colors for 480/277-V Circuits: 1) Phase A: Brown. 2) Phase B: Orange. 3) Phase C: Yellow. d. Field -Applied, Color -Coding Conductor Tape: Apply in half -lapped turns for a minimum distance of 6 inches (150 mm) from terminal points and in boxes where splices or taps are made. Apply last two turns of tape with no tension to prevent possible unwinding. Locate bands to avoid obscuring factory cable markings. E. Install instructional sign including the color -code for grounded and ungrounded conductors using adhesive -film -type labels. F. Auxiliary Electrical Systems Conductor Identification: Identify field -installed alarm, control, and signal connections. 16053 Identification For Electrical Systems Page 7 of 9 1. Identify conductors, cables, and terminals in enclosures and at junctions, terminals, and pull points. Identify by system and circuit designation. 2. Use system of marker tape designations that is uniform and consistent with system used by manufacturer for factory -installed connections. 3. Coordinate identification with Project Drawings, manufacturer's wiring diagrams, and the Operation and Maintenance Manual. G. Locations of Underground Lines: Identify with underground -line warning tape for power. lighting, communication, and control wiring and optical fiber cable. 1. Limit use of underground -line warning tape to direct -buried cables. 2. Install underground -line warning tape for both direct -buried cables and cables in raceway. H. Workspace Indication: Install floor marking tape to show working clearances in the direction of access to live parts. Workspace shall be as required by NFPA 70 and 29 CFR 1926.403 unless otherwise indicated. Do not install at flush -mounted panelboards and similar equipment in finished spaces. I. Warning Labels for Indoor Cabinets, Boxes, and Enclosures for Power and Lighting: Self- adhesive warning labels. 1. Comply with 29 CFR 1910.145. 2. Identify system voltage with black letters on an orange background. 3. Apply to exterior of door, cover, or other access. 4. For equipment with multiple power or control sources, apply to door or cover of equipment including, but not limited to, the following: Power transfer switches. Controls with external control power connections. J. Operating Instruction Signs: Install instruction signs to facilitate proper operation and maintenance of electrical systems and items to which they connect. Install instruction signs with approved legend where instructions are needed for system or equipment operation. K. Equipment Identification Labels: On each unit of equipment, install unique designation label that is consistent with wiring diagrams, schedules, and the Operation and Maintenance Manual. Apply labels to disconnect switches and protection equipment, central or master units, control panels, control stations, terminal cabinets, and racks of each system. Systems include power, lighting, control, communication, signal, monitoring, and alarm systems unless equipment is provided with its own identification. 1. Labeling Instructions: a. Indoor Equipment: Engraved, laminated acrylic or melamine label. Unless otherwise indicated, provide a single line of text with 1/2 -inch- (13 -mm-) high letters on 1 -112 -inch- (38 -mm-) high label; where two lines of text are required, use labels 2 inches (50 mm) high. b. Outdoor Equipment: Engraved, laminated acrylic or melamine label. 16053 Identification For Electrical Systems Page 8 of 9 c. Elevated Components: Increase sizes of labels and letters to those appropriate for viewing from the floor. d. Unless provided with self-adhesive means of attachment, fasten labels with appropriate mechanical fasteners that do not change the NEMA or NRTL rating of the enclosure. 2. Equipment to Be Labeled: a. Panelboards: Typewritten directory of circuits in the location provided by panelboard manufacturer. Panelboard identification shall be engraved, laminated acrylic or melamine label. b. Enclosures and electrical cabinets. c. Access doors and panels for concealed electrical items. d. Switchboards. e. Transformers: Label that includes tag designation shown on Drawings for the transformer, feeder, and panelboards or equipment supplied by the secondary. f. Enclosed switches. g. Enclosed circuit breakers. h. Enclosed controllers. i. Variable -speed controllers. j. Contactors. END OF SECTION 16053 16053 Identification For Electrical Systems Page 9 of 9 SECTION 16150 ADJUSTABLE FREQUENCY DRIVES PART 1 GENERAL 1.01 SCOPE A. The Contractor shall furnish and install the adjustable frequency drives as specified herein and as shown on the contract drawings. 1.02 REFERENCES A. The adjustable frequency drives and all components shall be designed, manufactured and tested in accordance with the latest applicable standards of ETL, UL, ANSI, and NEMA. 1.03 SUBt W1TALSFOR 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. c. Continuous current. 7. Cable terminal sizes. B. Where applicable the following information shall be submitted to the Engineer. 1. Connection details between close -coupled assemblies. 2. Composite floor plan of close -coupled assemblies. 3. Key interlock scheme drawing and sequence of operations. 16150 — Adjustable Frequency Drives Page 1 of 14 C. Submit ten (10) copies of the above information. 1.04 SUBMITTALS—FOR INFORMATION A. When requested by the Engineer the following product information shall be submitted: 1. Descriptive bulletins. 2. Product sheets. 1.05 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 section in 1.04. 2. Wiring diagrams. 3. Certified production test reports. 4. Installation information. 5. Seismic certification and equipment anchorage details. B. Submit as per Section 01011. 1.06 QUALIFICATIONS A. The manufacturer of the assembly 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. 1.07 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. 16150 — Adjustable Frequency Drives Page 2of14 1.08 OPERATION AND MAINTENANCE MANUALS A. Copies of the equipment operation and maintenance manuals shall be provided prior to final payment 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. Toshiba B. Allen Bradley C. Eaton D. Approved equal 2.02 ADJUSTABLE FREQUENCY DRIVES (AFD) A. Where shown on the drawings, adjustable frequency drives shall have the following features: 1. The AFD shall be rated at 460 Vac input. The AFDs shall provide a microprocessor -based adjustment of three-phase motors. The variable frequency and voltage output shall provide constant volts per hertz excitation for the motor up to 60 hertz. The controllers shall be rated as shown in the drawings. As a minimum the full load output current of the drive shall be equal to the equivalent motor horsepower as listed by National Electric Code Table 430-150. 2. AC Drive manufacturer shall supply an 18 -pulse design using a multiple bridge rectifier with integral reactor and phase shifting transformer. The 18 -pulse configuration shall result in a multiple pulse current waveform that approximates near sinusoidal input current waveform. The power section shall be insensitive to phase rotation of the AC line. 16150 — Adjustable Frequency Drives Page 3 of 14 The AFDs shall utilize a Current Controlled Pulse Width Modulated (CCPWM) technique for producing adjustable frequency speed control. The AFDs shall be current regulated. AFDs permitting instantaneous overcurrent trips other than an output short circuit are not acceptable. 4. All AFDs 100 HP and above shall utilize a vector torque control strategy to regulate motor flux to optimize motor torque without the need for encoders. AFDs requiring voltage, dwell and current adjustments to achieve improved torque control are not acceptable. 5. The AFDs shall have an efficiency that exceeds 97% at 100% speed and load. The efficiency shall exceed 80% at 50% speed and load. 6. The AFDs shall maintain the line side displacement power factor no less than 0.95 regardless of speed and load. 8. The AFDs shall have a one (1) minute overload current rating of 110% for variable torque loads and 150% for constant torque loads. 9. Total voltage harmonic distortion shall be calculated under worst case conditions in accordance with the procedure outlined in IEEE standard 519-1992. Copies of these calculations are to be made available on request. These calculations shall be done based on the kVA capacity and impedance of the transformer supplying the AFD(s). The contractor shall supply this information to the AFD supplier. 10. The AFDs shall comply with the 5% level of total harmonic distortion as defined in IEEE 519-1981. If the AFD cannot meet these harmonic levels with standard inductors or isolation transformers the AFD manufacturer shall supply a multiple rectifier AC to DC conversion section with phase shifting transformer. This multiple rectifier converter shall cause multiple pulse current wave forms that will more nearly approximate a true sine wave, reduce total voltage harmonic content on the power line, and effectively eliminate all harmonics below the eleventh harmonic of the fundamental. 11. The AFD manufacturer shall maintain, as part of a national network, engineering service facilities within 250 miles of project to provide start-up service, emergency service calls, repair work, service contracts, maintenance and training of customer personnel. 12. Standard operating conditions shall be: a. Incoming Power: Three-phase, 460V (+10% to -10%) and 60 hertz (+1-2 hertz) power to a fixed potential DC bus level. 16150 — Adjustable Frequency Drives Page 4 of 14 b. Humidity: 0 to 95% (noncondensing and noncorrosive). c. Altitude: 0 to 3,300 feet above sea level. d. Ambient Temperature: 0 to 40 degrees C. 13. The AFDs shall be capable of operating any NEMA B squirrel cage induction motor, regardless of manufacturer, with a load rating within the capacity of the AFDs. 14. The AFDs shall be able to start into a spinning motor. The AFDs shall be able to determine the motor speed in any direction and resume operation without tripping. If the motor is spinning in the reverse direction, the AFDs shall start into the motor in the reverse direction, bring the motor to a controlled stop, and then accelerate the motor in the preset method of starting. 15. Control Functions a. All AFDs programmable parameters shall be adjustable from a digital operator keypad located on the front door of the AFD. Parameters shall include: 1. Programmable maximum and minimum frequency limits. 2. Programmable acceleration and deacceleration times. 3. Programmable carrier frequencies, V/Hz, and critical frequency avoidance lockout. 4. Programmable electronic overload and torque limits. 5. Programmable multiple attempt restart. 6. Programmable jog, thread and preset speeds. 7. Programmable keypad lockout and factory default overrides. b. The AFDs shall be additionally equipped with a digital operator station mounted on the enclosure front door. Control operator devices and indication lights shall include: 1. Digital speed control. 1. Three position H -O -A switch which provides for manual D) start or remote signal (AUTO) start from user supplied relay contacts. Switch shall have 16150 — Adjustable Frequency Drives Page 5 of 14 auxiliary contacts in (AUTO) for remote position indication. 2. AFD - Bypass (Soft Start) control selector switch for selection between AFD and Soft start Bypass. 3. LED status lights for HOA position. 4. Local - remote speed control selector switch. 5. LED status lights for local - remote switch position. 6. LED status lights for run, fault, alarm, up -to -speed, and drive -ready status. 16. The AFDs shall have the following system interfaces: a. Inputs 1. Two (2) isolated process control speed reference interfaces to receive and isolate 0-10 Vdc or 4-20 mAdc signals. 2. Dedicated terminal blocks for interface with remote start contact and remote safety trips. 3. 120 Vac control to allow AFDs to interface with remote contacts at a distance up to 500 feet and with three -wire control. b. Outputs 1. Four (4) analog output signals 0-10 Vdc for external metering. 2. Run relay with an isolated set of from C contacts. 3. Dry contact output to indicate protective function trip. 17. Monitoring and Displays a. The AFDs shall have a 40 -character vacuum fluorescent display indicating monitored functions as described in the following paragraph. b. The following parameters shall be monitored: 1. Input current. (3 phases) 16150 — Adjustable Frequency Drives Page 6 of 14 2. Input voltage. (3 phases) 3. Output current. (3 phases) 4. Output voltage. (3 phases) 5. Output frequency. 6. Kilowatts. 7. Drive temperature. 8. Time. 9. Date. 10. Elapsed time meter. 11. Motor ipm. 12. Ten (10) most recent trips. 18. Protection Functions a. The AFDs shall have the following protective features: 1. Speed compensated electronic motor overload current. 2. Undervoltage. 3. Oveifrequency. 4. Overtemperature. 5. Ground Fault. 6. DC bus protection. 7. Inrush current limit (adjustable 50 to 150%). 8. Input and output phase loss. 9. Current limiting fuses shall be provided on the input side of the AFDs to protect against fault currents up to 200,000 A sym. 10. The output side of the AFDs shall be equipped with a current limiting reactor to reduce the amount of fault current to the AFDs. 16150 — Adjustable Frequency Drives Page 7 of 14 19. Additional Features shall be provided as follows: a. The AFDs shall include serial communications. All AFD programming, monitoring and diagnostic functions shall be available via this serial link. MODBUS protocol shall be provided to allow direct communications with programmable logic controllers. The AFDs shall be addressable should more than one AFD occupy the same serial network. b. Programmable PID/set-point control via the digital keypad. Proportional, integral and derivative gains shall be tunable while the drive is running. An RS232 -C, RS -422 or RS -485 port shall be available. c. The AFDs shall be equipped with an input circuit breaker. The breaker shall be interlocked with the enclosure doors to prevent access to the AFDs unless the breaker is in the open position. The circuit breaker shall have provisions for padlocking in the open position. d. Line reactors. e. Fused space heaters with thermostat to minimise condensation potential upon drive shutdown. f. Laminated plastic nameplate engraved with customer's identifying name or number for the drive. g. Auxiliary drive status relay with two Form C relay pairs, rated 2 amps resistive at 120 -volt AC for indication of running condition. h. Motor overcurrent relay option to provide motor overcurrent sensing of a given level of load current. i. Input isolation transformers, separate mount, with NEMA 1 enclosure. j. External manual mechanical bypass featuring a separate mounted no load break switch which will be used in conjunction with an existing starter. k. Low harmonic converter guaranteed to meet IEEE -519. 20. Enclosures a. AFDs from 100 to 600 HP shall be housed in a NEMA 1 enclosure. 16150 — Adjustable Frequency Drives Page 8 of 14 All enclosures shall be not less than 16 -gauge steel with surfaces thoroughly cleaned and phosphatized prior to painting. They shall be primed with a corrosion -resisting coating. Cabinet fmish paint to be ANSI 61 Gray. 2.03 BYPASS (SOLID STATE REDUCED VOLTAGE MOTOR STARTERS) A. SCOPE: This specification shall govern for all motor starters whether supplied as part of a motor control center, control panel, combination starter, separately enclosed starter or as a replacement item. These specification requirements are for solid state reduced voltage motor controllers herein referred to as soft starts. B. GENERAL: Motor starters shall be suitable for use with NEMA design B, AC motors with a nameplate horsepower rating as indicated on drawings, at 460 volts +1- 10% 3 phase. Starters shall reduce the current in -rush as well as mechanical shocks that can result from starting or stopping a motor across the line. Sizes and horsepower ratings shall be as shown on the drawings. Starters shall be mounted as indicated on the drawings. The soft start shall be listed by an independent testing laboratory in accordance with UL508 - Industrial Control Equipment. Protective features and deceleration control options integral to the soft start shall be available even when the shorting contactor is employed. Starters shall be housed in a Motor Control Center. C. ENCLOSURE: Enclosure shall include a door mounted digital keypad for adjusting the soft start parameters and viewing the motor, soft start and fault status without opening the enclosure door. Provisions shall be available for padlocking the enclosure door. The soft starter shall be provided by the manufacturer in an enclosure rated as NEMA Type 12 for Industrial use. D. SCRS: The soft start shall utilize a thyristor (SCR) bridge consisting of at least two SCRs per phase to control the starting and stopping of industry standard motors. The soft start shall provide torque control for linear acceleration without external feedback independent of motor load or type of application. The gating of the thyristors will be controlled in such a manner to ensure smooth and stable acceleration ramp. The soft start shall be controlled by a microprocessor that continuously monitors the current and controls the phasing of the SCRs. Analog control algorithms shall not be allowed. E. RATINGS: The soft start shall be designed to operate in an ambient temperature 0°C to 40°C. For ambient temperatures between 40°C and 60°C, derate the current by 1.2% per 16150 — Adjustable Frequency Drives Page 9 of 14 °C above 40°C. Storage temperature range shall be -25°C to 70°C. Maximum relative humidity shall be 93% at 40°C, non -condensing. The soft start shall be capable of operation within +/-10% of nominal voltage rating. The soft start shall automatically adapt for operation at 50 or 60 Hz. Frequency tolerance shall be +1- 5% when starting and +5% or -15% dining steady state operation. The soft start shall be capable of supplying 300% of rated full load current for 30 seconds at maximum ambient temperature. The SCRs shall have a minimum P.I.V. rating of 1400 Vac. Lower rated SCRs with protection by MOVs are not acceptable. F. ADJUSTMENTS AND CONFIGURATIDNS: All dialogue functions, display units, remote functions, terminal blocks, configuration switches and adjustment potentiometers shall be accessible on the front of the control module. Exposure to control circuit boards or electrical power devices during routine adjustments shall be prohibited. Digital indication shall provide, as a minimum, the following conditions: 1. Soft start status - ready, starting/stopping, run 2. Motor status - current, torque, thermal state, power factor 3. Fault status - Motor thermal overload, starter thermal fault, phase fault, frequency fault, supply fault, locked rotor fault, motor underload, max start time exceeded, external fault, phase inversion, internal failure, overcurrent. The starter shall be preset to the following for operation without adjustment in most applications. 1. Torque acceleration ramp of 10 seconds 2. Current limitation to 300% of the motor full load current rating 3. Class 10 overload protection 4. Motor current preset per NEC and UL tables for standard HP motors A digital keypad shall be utilized configure the following operating parameters as required: 1. Motor full load amps adjustable from 50 to 130% of the controller's rating 2. Current limitation on starting adjustable from 1.5 to 7.0 times rated motor current, not to exceed 5.0 times the controller rating 3. Torque ramp adjustable from 1 to 60 seconds 4. Initial torque adjustable from 10 to 100% of nominal motor torque 5. Torque limit adjustable from 10 to 200% of nominal motor torque 6. Maximum start time adjustable from 10 to 999 seconds 7. Voltage boost adjustable from 50 to 100% of the nominal supply voltage 8. Selection of freewheel, soft stop or braking 9. Adjustable soft stop torque ramp time from 1 to 60 seconds 10. Threshold to change to freewheel following a soft stop from 0 to 100% of the nominal motor torque 16150 — Adjustable Frequency Drives Page 10 of 14 11. Braking torque level adjustable from 0 to 100% effectiveness 12. Selection of Class 2, 10, 10A, 15, 20, 25 or 30 motor thermal overload protection 13. Selectable automatic reset operation 14. Cancellation of the torque control loop for multi motor installations 15. Adjustment of the stator loss estimation for specialty motors 16. Assignment of controller inputs and outputs 17. Activation of phase reversal protection 18. Reset of motor thermal state 19. Return to factory settings 20. Activation of test mode for use with low power motors 21. Indication of elapsed time in hours of starting, mining and stopping G. OUTPUT RELAYS: One form A (N.O.) and one form B (N.C.) minimum for indication of fault or control of an isolation contactor One form A (N.O.) for indication that torque ramp is complete and current is below 130% motor FLA (End of start) H. PROTECTION: A microprocessor controlled thermal protection system shall be included which continuously calculates the temperature -rise of the motor and soft start. Protection system shall provide a thermal fault condition which stops the motor if the temperature -rise exceeds 120% of the motor thermal capability and an analog electronic circuit with a time constant adjustable to the motor's thermal cooling time constant ensuring the memorization of the thermal state even after power supply disconnection or shorting out of the power semiconductors. The soft start shall provide phase loss, phase reversal, underload, stall, and jam protection. The integral protective features shall be active even if an external shorting contactor is used to bypass the SCRs during steady state operation. I. CONTROL OPTIONS: The soft start's control circuit shall be fed from the line supply and be completely independent of the power circuit and separate from the control logic. The peripheral soft start control circuitry shall be operated at 120 Vac 60 Hz from a control power transformer included within the enclosure. Operator devices shall be door mounted and shall be: 1. Green RUN pilot light illuminated whenever the soft start is provided a run command and no fault condition is present. 2. Red OFF pilot light illuminated whenever the soft start is supplied with control power and no run command is present. 3. All operator devices shall be remote mounted using supplied 120 Vac control logic. Clearly labeled terminals shall be provided for field installation. J. SHORTING CONTACTOR 16150 — Adjustable Frequency Drives Page 11 of 14 1 A microprocessor shall control the operation of the shorting contactor via an output relay. 2. The shorting contactor shall close, shorting the thyristors after the motor current is below 130% of motor FLA and voltage is below nominal voltage (indicating ramp complete) and open on a stop command to allow a deceleration ramp. 3. Overload protection integral to the soft start shall continue to protect the motor when shorting is utilized. CONTROL POWER TRANSFORMERS: Shall be provided for each combination motor starter and shall have 120 volt grounded secondary winding. Provide 2 primary and 1 secondary fuses for each control power transformer, sized per NEC requirements. Volt -amp rating of each transformer shall be sufficient to operate the all starter and bypass controls, auxiliary relays, devices, and motor space heaters. 2. ISOLATION: Unit shall be interlocked such that only AFD mode or Soft Start mode may be enabled and any given time. Isolation contactors must open/close as required prior to changing mode. 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. All printed circuit boards shall be tested under a temperature cycling (0 degrees C to +65 degrees C) 24-hour load test and then functionally tested via fault finder bench equipment prior to unit installation. 2. All final assemblies shall be tested at full load with application of line - to -line and line -to -ground bolted faults. The Adjustable Frequency Drive shall trip electronically without device failure. 3. After all tests have been performed, each AFD shall undergo a 12 -hour burn -in test. The drive shall be burned in at 100% inductive or motor load for 12 hours without an unscheduled shutdown. 4. After the burn -in cycle is complete, each AFD shall be put through a 30 -minute cycling motor load test before inspection and shipping. 16150 — Adjustable Frequency Drives Page 12 of 14 B. Factory tests as outlined above shall be witnessed by the owner's representative. 1. The manufacturer shall notify the owner two (2) weeks prior to the date the tests are to be performed. 2. The manufacturer shall include the cost of transportation and lodging for up to three (3) owner's representatives. The cost of meals and incidental expenses shall be the owner's responsibility. C. The manufacturer shall provide three (3) certified copies of factory test reports. a. INSTALLATION The Contractor shall verify that each motor starter has been provided with the proper sized overload relay heater element as recommended by the starter manufacturer based 011 motor nameplate amps. Set each MCP at 10 times motor full load amps. If nuisance tripping occurs, increase setting slightly, but do not exceed 13 times full load amps without written permission from Engineer. Record all pertinent information for each starter on the project as descl.-ibed on the motor starter data sheet at the end of these specifications. Furnish a copy of each completed data sheet to the Engineer upon completion of the project. 3.02 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 ruder the technical direction of the manufacturer's service representative. 1. Inspection and final adjustments. 2. Operational and functional checks of AFDs and spare parts. C. The Contractor shall provide three (3) copies of the manufacturer's field start- up report before final payment is made. 3.03 MANUFACTURER'S CERTIFICATION A. A qualified factory -trained manufacturer's representative shall certify in writing that the equipment has been installed, adjusted, and tested in accordance with the manufacturer's recommendations. 16150 — Adjustable Frequency Drives Page 13 of 14 B. The Contractor shall provide three (3) copies of the manufacturer's representative's certification before final payment is made. 3.04 TRAINING A. The Contractor shall provide a training session for up to (4) owner's representatives for (2) normal workdays at a jobsite location determined by the owner. B. The training session shall be conducted by a manufacturer's qualified representative. C. The training program shall include the following: 1. Instructions on the proper maintenance and operation of the equipment. 2. General troubleshooting and repair. 3. Training manuals. 16150 — Adjustable Frequency Drives Page 14 of 14 SECTION 16170 GROUNDING AND BONDING PART 1 GENERAL A. SECTION INCLUDES 1. Grounding electrodes and conductors. 2. Equipment grounding conductors. 3. Bonding. B. REFERENCES 1. ANSIINFPA 70 - National Electrical Code. C. GROUNDING ELECTRODE SYSTEM 1. Ground ring as indicated. 2. 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 [and resistance of each electrode] . 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. 16170 Grounding and Bonding Page 1 of 3 H. REGULATORY REQUIREMENTS 1. Conform to requirements of ANSI/NFPA 70. 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: Copper . 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. Mateiial: Stranded copper. 2. Grounding Electrode Conductor: Size to meet NEPA 70 requirements. E. GROUNDING WELL COMPONENTS 1. Well Pipe: 18 inch diameter by 24 inch long clay pipe with belled end. 2. Well Cover: Cast iron with legend "GROUND" embossed on cover. PART 3 EXECUTION A. EXAMINATION 1. Verify that final backfill and compaction has been completed before driving rod electrodes. 16170 Grounding and Bonding Page 2 of 3 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 grounding well pipe with cover at each rod location. Install well pipe top flush with finished grade. 4. Provide bonding to meet Regulatory Requirements. 5. Bond together metal siding not attached to grounded structure; bond to ground. Equipment Grounding Conductor: Provide separate, insulated conductor within each feeder and branch circuit raceway. Terminate each end on suitable lug, bus, or bushing. 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 16170 Grounding and Bonding Page 3 of 3 SECTION 16220 AC MOTORS PART 1 GENERAL 1.01 SCOPE A. The Contractor shall furnish and install the equipment specified herein and as shown 011 the contract drawings. B. This specification details the requirements for indoor and outdoor horizontal ac motors as shown on the drawings. C. The motors shall include all necessary appurtenances needed to comply with the enclosure requirements detailed in this specification. This shall include but not be limited to filters, filter holders, flanges, and fittings. Piping between heat exchangers and motors, clean air sources, duct work between motors and clean air sources are not part of this specification and are contained in other applicable sections. D. All couplings and base plates shall be supplied by others unless otherwise indicated. E. Site operating conditions are as follows: 1. 40 degrees C maximum/ -18 degrees C minimum air ambient temperature. 2. 3300 feet above sea level. 3. 95% maximum relative humidity (non-condensating). 4. +/-10% rated voltage with rated frequency. 5. +1-5% rated frequency with rated voltage. 6. +/-10% combined variation in frequency and voltage (sum of maximum values with frequency variation not to exceed 5%. 1.02 RELA l'ED SECTIONS A. Section 11110 Horizontal Split Case Pumps. 1.03 REFERENCES C. The motors shall be designed, manufactured and assembled in accordance with the latest version of NEMA standard MG -1 and applicable ANSI/IEEE standards. 16220 AC MOTORS Page 1 of 9 1.04 SUBMITTALS FOR REVIEW A. Provide submittals as per Section 01 33 01 and 01 33 02. B. The drawings shall include mechanical dimensions, mechanical mounting information, electrical schematic and wiring diagrams. Nameplate drawings shall also be submitted. 1.05 SUBMITTALS—FOR INFORMATION A. Provide cut -sheet descriptive information showing the features and construction of the motors. 1.06 SUBMITTALS—FOR CLOSE-OUT A. Provide copies of the final approved electrical and mechanical shop drawings as per Section 01 33 03. 1.07 QUALIFICATIONS A. 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 DELIVERY, STORAGE, AND HANDLING A. Delivery: Upon delivery at the job site, the Contractor shall inspect the motor thoroughly for damage. B. Handling: The motor shall be lifted in accordance with the manufacturer's instruction. All necessary slings and spreader bars shall be provided by the Contractor. Under no circumstances shall the motor be lifted by using the shaft as an attachment point. C. Storage: The motor should be installed as soon as possible. If storage is required, the motor shall be stored under cover in a clean, dry location and shall be protected from rapid temperature changes. If storage is anticipated to be longer than two (2) months, the following additional steps shall be taken: 1. The motor space heaters shall be energized. 2. Motors with sleeve bearings shall have the oil reservoirs filled to the proper level with the specified oil. 16220 AC MOTORS Page 2 of 9 3. Motors with anti -friction bearings shall receive an initial change of grease and then be re -greased every six (6) months. 4. The motor shaft braces shall be removed and the motor shaft rotated every two (2) weeks. The shaft braces shall be replaced prior to relocation to the installation site. Under no circumstances shall the motor be lifted without the braces in place. 1.09 OPERATION AND MAINTENANCE MANUALS A. Equipment operation and maintenance manuals shall be provided prior to final payment 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—LARGE HORIZONTAL AC INDUCTION MOTORS - (OVER 250 HP AND ABOVE) 2.01 MANUFACTURERS A. U.S. Motor Company. B. Baldor C. Approved Equal 2.02 RATINGS A. The motors horsepower rating shall be as indicated on the drawings. B. The motor voltage shall be 460V, 3 phase, 60 hertz operation. C. Motor shall be TEFC, high efficiency, NEMA design B, rated for Inverter duty as per NEMA MG1 part 31. Motor speed shall be as defined in Section 11110 Horizontal Split Case Pumps. D. The motor torque shall meet or exceed the minimum locked rotor (starting) and breakdown torques specified in NEMA Standard MG1 Part 12 for Design B for the rating specified when on sine wave power. E. Locked rotor (starting) currents shall not exceed NEMA Design B values for the specified rating on 5:1 constant torque or less and variable torque motors. NEMA Design A values are allowed for 6:1 constant torque or higher value 16220 AC MOTORS Page 3 of 9 constant torque rated motors. Motors shall be capable of a 20 second stall at six times full load current without injurious heating to motor components. F. Each motor shall be capable of two cold starts or one hot start in a one (1) hour period. If additional starts are required, this requirement shall be indicated. G. The sound level for each motor shall not exceed those values listed in NEMA standard MG -1, Table 20-2. Motor sound levels shall be measured in accordance with IEEE Std. 85 at no-load. H. Efficiency and losses shall be determined in accordance with IEEE Std. 112, Method E or Method F. Values for no-load losses and full -load losses at 25%, 50%, 75%, and 100% load shall be submitted with the bid for consideration. The following losses shall be included in the values: No -Load: Windage Losses Friction Losses Core Losses Load: Rotor I2yt Loss Stator I R Loss Stray Load Loss I. Service Factor and Ambient - Standard motors shall be rated for a 1.15 service factor on sine wave power and 1.0 service factor on VFD power in a 40C ambient. J. If so indicated on the drawings, the motors shall be designed for the type of reduced voltage technique indicated. Torque values shall be those listed in part 2.02.0 of this specification reduced in accordance with IEEE Std. 141 (Red Book). If special torque requirements are needed they shall be noted. K. Motor Vibration - shall not exceed .08 inches/second velocity. 2.03 MECHANICAL CONSTRUCTION A. The motor enclosures shall be as indicated below and shall conform with the NEMA definition of each enclosure as stated in section MG1-1.25. 1. Totally Enclosed Fan Cooled (1'EEC) - The motor shall be designed so as to prevent the full exchange of air between the inside and the outside of the case. The machine shall be equipped with a shaft - mounted fan to provide air circulation of the external air. The outside air shall not have free access to come in contact with the active components of the machine. The fan shall be integral to motor and within the enclosure, but external to the enclosing parts of the motor. 16220 AC MOTORS Page 4 of 9 B. The main terminal box shall have ample room for three (3) main leads and shall have construction comparable with the type of enclosure specified for the motor itself. The motor main terminal box shall be gasketed and sized to allow the mounting of all devices listed. A grounding provision shall be provided in the conduit box. Motor terminal box shall be oversized to accommodate parallel feeders and large enough for splices as per NEC. C. An auxiliary terminal box shall be provided for termination of stator thermostat leads and motor space heaters. The devices shall be wired to the auxiliary terminal box and terminated on suitable terminal blocks. The terminal box shall be constructed of pressed steel sheets. If space heaters are required the leads shall be brought to the auxiliary terminal box and terminated. The space heater terminations shall be isolated from the low - voltage control signal terminations. D. Three (3) leads shall be brought out for all single -speed, single -winding motors. Six (6) leads shall be brought out for differential protection, series reactor starting or wye-delta connection when indicated. E. Motor leads shall be prepared ready to accept compression style connectors. Two stainless steel grounding pads shall be furnished and located on each side of the motor frame diagonally apart. F. Fully re-greasable, anti -friction bearings such as deep -groove ball bearings and cylindrical roller bearings shall be provided on all motors with horsepower ratings of 500 hp and below. Grease ports shall be located on the periphery of the motor endshield. Bearings shall be insulated. G. The rotor bars and end rings shall be copper or copper alloy (no substitution). The rotor bars shall be swaged. The end rings shall be joined to the rotor bars by high -frequency induction brazing. The rotor cores shall be held together by through -bolts and end plates. C. All connections shall be brazed with silver brazing alloy. The stator shall be braced and supported to eliminate any detrimental winding movement. D. Nameplate shall be of stainless steel and stamped per NEMA Standard MG1 Part 10 and Part 31. Nameplate information shall include as a minimum, the nominal efficiency value per NEMA Standard MG1 Part 12, the bearing identification numbers, power factor, Torque values with speed range and amps for that torque value. Nameplate also shall include Full Load Slip RPM, Magnetizing amps and (if included) encoder PPR and Voltage rating. E. Shaft dimensions shall be the manufacturer's standard. Extended shaft, tapered shaft, double shaft or short shaft requirements shall be as noted. F. Motor Vibration - shall not exceed .08 inches/second velocity. 16220 AC MOTORS Page 5 of 9 2.04 ELECTRIC CONSTRUCTION A. Motor shall be designed for Inverter duty operation. Standard motors shall utilize an Inverter Grade insulation system consisting of a minimum Class F or better insulation materials with additional phase insulating material, extra end - turn bracing and Class H spike resistant wire. The resultant system shall withstand 2000 volt transients without premature motor failure and have no cable limitations in motor application. The range of operating speeds shall be as indicated. B. The temperature rise for motors with a 1.0 service factor at a 40 degrees C ambient shall not exceed 105 degrees C as measured by resistance. For motors with service factors above 1.0, the temperature rise at a 40 degrees C ambient shall not exceed 115 degrees C as measured by resistance. 2.05 ACCESSORIES A. Provide motor thermostats embedding in motor windings for motor over -heat protection. Thermostats shall open at designated temperature. B. Space heaters shall be provided so as to keep the motor windings 5 to 10 degrees C above the dew point during de -energized conditions. The space heaters shall be 240W devices and operated at 120 Vac. 2.06 WI UNGITERMINATIONS A. Control wire shall be type SIS, No. #14 minimum. B. All control wiring shall be terminated in spade -type terminations. Current transformer secondary wiring shall terminate in ring -tongue terminals. C. Connections to field wiring shall be terminated 011 suitably rated terminal blocks located in the auxiliary terminal box. The terminal blocks shall be marked in accordance with the wiring diagrams. D. All control wires shall be marked with slip-on sleeve -type wire markers numbered in accordance with the wiring diagrams. 2.07 NAMEPLATES A. A stainless steel nameplate shall be provided on each motor. The nameplate shall contain the information required by NEMA Standard MG -1-20.60. 2.08 FINISH A. The motor enclosure shall be cleaned with a phosphatizing procedure. A one - mil thick epoxy primer with a zinc chromate rust inhibitor shall be applied, 16220 AC MOTORS Page 6 of 9 followed by a four -mil thick DuPont Dual Build Color second coat. A final finish coat of a two -mil thick DuPont Color Enamel, blue/gray shall be applied. PART 3 EXECUTION 3.01 FACTORY TESTING A. Production Tests - Large Horizontal Induction Motor: Each motor shall be tested in accordance with NEMA MG -1-20.47 (standard production test) and NEMA MG -1-20.54 (vibration test). In addition, tests shall be performed that provide values for current balance at 50% rated voltage and speed, efficiency at 100%, 75% and 50% of full load, and power factor at 100%, 75% and 50% of full load. B. Production Tests: Each motor shall receive a routine commercial test per NEMA MG -1-12 and IEEE Std. 112. Prototype test reports shall be supplied for each rating. C. The manufacturer shall provide three (3) certified copies of factory test reports. 3.02 INSTALLATION A. The motors shall be installed by the Contractor in accordance with the manufacturer's instructions. B. Any slushing compound 011 the shaft or other parts shall be removed using a petroleum -type solvent. C. Any and all shaft shipping braces shall be removed after the motor is placed in its final location. D. The motor shall be mounted in accordance with the manufacturer's instructions. Special care shall be taken to ensure that the motor shaft is level. E. If a soleplate has been provided, it must be located, leveled and grouted into place following the best practices. F. The Contractor shall install the motor coupling in accordance with the coupling manufacturer's instruction. Under no circumstances shall the motor shaft be modified to accommodate the couple. G. The motor shall be aligned axially with driven equipment. This alignment shall be done in accordance with the manufacturer's instruction. 16220 AC MOTORS Page 7 of 9 H. Incoming power connections shall be made in accordance with this specification and the section dealing with wiring practices. I. All secondary wiring connection shall be made in accordance with the Contract documents and manufacturer's wiring diagrams. J. The motor space heaters shall be connected to a reliable 120 VAC source. 3.03 HELD 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 for a period of three (3) working days. The manufacturer's representative shall provide technical direction and assistance to the Contractor in the general assembly of the motor, connections and adjustments, and testing of the motor and components contained therein. B. The following minimum work shall be performed by the Contractor under the technical direction of the manufacturer's service representative. 1. Verification of proper mounting and alignment. 2. Final inspection of the lubricating system. 3. Final inspection of the cooling system. 4. Supervision of the "meggar" test. 5. Supervision of the final coupled test. C. The Contractor shall provide three (3) copies of the manufacturer's field start- up report before final payment is made. 3.04 FIELD ADJUSTMENTS A. The Contractor shall fill any oil reservoir with the manufacturer's specified oil. B. If the manufacturer requires that the anti -friction bearings receive an initial change of grease, the Contractor shall perform such work. C. Motors which are supplied with provisions for flood lubrication, the Contractor must assure that the proper supply pressure is available. D. The motor shaft shall be turned by hand to ensure there is free rotation. E. On TEAAC and TEFC motors, the area around the external fan inlet shall be checked for loose debris that could be drawing into the fan during operation. F. All external, factory -made, bolted joints should be checked for looseness. 16220 AC MOTORS Page 8 of 9 3.05 FIELD TESTING A. The Contractor shall perform an insulation test of the stator insulation resistance in accordance with the manufacturer's recommendations. B. The Contractor shall make coupled start-up tests. The starting time should be measured and verified that it is less than the manufacturer's rated stall time. When the motor reaches full speed, the motor shall be carefully observed to verify that there is not excessive vibration or noise. The bearing temperatures shall be monitored to verify proper cooling. The line currents shall be monitored to verify "balanced" conditions. In addition, the Contractor shall verify that the cooling and lubrication systems are operating properly. For motors with external systems, the temperature, pressure, flow rate, etc. shall be verified as correct. C. The Contractor shall provide three (3) copies of the field start-up tests before final payment is made. 3.06 MANUFACTURER'S CERTIFICATION A. A qualified factory -trained manufacturer's representative shall certify in writing 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 before final payment is made. 3.07 TRAINING A. The Contractor shall provide a training session for up to three (3) of the owner's representatives for three (3) normal workdays at a jobsite location determined by the Owner. B. The training session shall be conducted by a manufacturer's qualified representative. C. The training program shall consist of the following: 1. Proper maintenance procedures. 2. Proper servicing procedures. 3. Proper operating procedures. END OF SECTION 16220 AC MOTORS Page 9 of 9 SECTION 16402 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 Rigid Steel Conduit - Zinc Coated ASTM B 1 Hard -Drawn Copper Wire ASTM B 8 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 16402 Electrical Wiring Systems Page 1 of 6 SUBMTTTTALS 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. 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. Wire insulation shall be THWN/THHN unless otherwise indicated. 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. Diesel Locomotive cable shall be coated finely stranded copper, CP -TS jacketed, oil resistant, 2000V, 90 degree C. Cable shall be as manufactured by Okonite or equal. 4. 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 16402 Electrical Wiring Systems Page 2 of 6 circuits, No. 16 AWG; and for Class 3 low-energy, remote -control, alarm and signal circuits, No. 22 AWG. 5. Color Coding: Provide for branch, control, and signaling circuit conductors. Color shall be green for grounding conductors and white for neutrals; except where neutrals 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 6. Insulation: Unless specified or indicated otherwise or required by NEPA 70, power and lighting wires shall be 600 -volt, Type THWNITHHN 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. 7. 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. 8. 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. Minirnum conduit size shall be 1/2 inch in diameter for low voltage lighting and power circuits. 16402 Electrical Wiring Systems Page 3 of 6 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 ceilings, walls, and structural members where located above accessible ceilings and where conduit will be visible after completion of project. 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; by concrete inserts or expansion bolts 011 concrete or brick; and by machine screws, welded threaded studs, or spring -tension clamps on steel work. 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 lockout and bushing. Lockouts 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. 16402 Electrical Wiring Systems Page 4 of 6 C. BOXES, OUTLETS, AND SUPPORTS 1. 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 hollow masonry units, and with machine screws or welded studs on steel. In open overhead spaces, cast boxes threaded to raceways need not be separately supported except where used for fixture support; support sheet metal boxes directly from building structure or by bar hangers. Where bar hangers are used, attach bar to raceways on opposite sides of box, and support raceway with approved -type fastener maximum 24 inches from box. 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 riot 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. 16402 Electrical Wiring Systems Page 5 of 6 8. 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. 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 16402 Electrical Wiring Systems Page 6 of 6 SECTION 16490 SAFETY DISCONNECT SWITCHES PART 1- GENERAL A. SCOPE 1. Provide safety disconnect switches as shown, scheduled and as specified herein. B. STANDARDS 1. Products shall be designed, manufactured, tested and installed in compliance with applicable standards. a. NEMA KS1 - Enclosed switches b. Federal specification W -S -865C -Heavy duty switches 2. Products shall conform all applicable UL standards, including UL98 (standard for safety, enclosed and dead front switches) and shall be UL -labeled. C. ACCEPTABLE MANUFACTURERS 1. Provide one of the following manufacturers: a. Square D Company b. Eaton c. Approved equal D. SUBMITTALS Shop drawings shall include, but not be limited to: a. Cutsheets of switches with ratings, physical dimensions and all accessories clearly labeled. E. REQUIREMENTS OF REGULATORY AGENCIES WORK IN ACCORDANCE WITH: a. National Electrical Code. b. Local, municipal, or state codes that have jurisdiction. PART 2 - PRODUCTS A. GENERAL Furnish and install heavy duty type safety switches with the number of switched poles as indicated on the plans and specifications. All safety switches shall be 16490 Safety Disconnect Switches Page 1 of 3 NEMA Heavy Duty Type HD, and Underwriters Laboratories listed. B. MATERIALS AND COMPONENTS 1. Switch Interior All switches shall have switch blades that are frilly visible in the "OFF" position when the door is open. Switches shall have removable arc suppressor where necessary, to permit easy access to line side lugs. Lugs shall be front removable and UL listed for 60°C and 75°C copper or aluminum cables. All switches blades and contacts shall be plated copper. Adjust fuse block to accept Class J fuses. 2. Switch Mechanism Switches shall have a quick -make and quick -break operating handle and mechanism, which shall be an integral part of the box, not the cover. Padlocking provisions shall be provided for locking in the "OFF" position with at least three padlocks. Switches shall have a dual cover interlock to prevent unauthorized opening of the switch door when the handle is in the "ON" position, and to prevent closing of the switch mechanism with the door open. A means shall be provided to permit authorized personnel to release the interlock for inspection purposes. Handle position shall indicate if switch is "ON" or "OFF". 3. Neutral Provide a solid neutral with the safety switch where a neutral is present in the circuit. 4. Ratings Switches shall be horsepower rated for ac and/or dc as indicated by the plans. The fused switches shall have Class R rejection fuse clips. LTL listed short circuit ratings of the switches, when equipped with Class R fuses, shall be 200,000 symmetrical amperes. 5. Enclosures a. Indoor switches shall be furnished in NEMA 1 enclosures. b. Outdoor switches, switches located in wet areas or sprinkled areas shall be furnished in NEMA 3R enclosures. c. Switches installed in wet areas such as cooling tower areas shall be NEMA 4X stainless steel or fiberglass reinforced polyester. 16490 Safety Disconnect Switches Page 2 of 3 d. Switches installed in kitchens shall be stainless steel. 6. Service Entrance Switch shall be suitable for use as service entrance equipment when installed in accordance with the National Electrical Code. PART 3 - EXECUTION A. GENERAL 1. Install safety and disconnect switches, including electrical connections, and fuses in accordance with manufacturer's written instructions, NEC and recognized industry practices. 2. Location: Install switches within sight of controllers. 3. Hubs: Provide bolt -on hubs for rainproof or wet area applications. B. IDENTIFICATION 1. Nameplate: Each disconnect switch shall have an engraved bakelite nameplate. Nameplates shall be white with black letters and show equipment served. Nameplates shall be attached with stainless steel screws. END OF SECTION 16490 Safety Disconnect Switches Page 3 of 3 SECTION 16536 CABLE TRAYS FOR ELECTRICAL SYSTEMS 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. Section Includes: 1. Ladder cable trays. 1.3 Action Submittals A. Product Data: For each type of product. 1. Include data indicating dimensions and finishes for each type of cable tray indicated. B. Shop Drawings: For each type of cable tray. 1. Show fabrication and installation details of cable trays, including plans, elevations, and sections of components and attachments to other construction elements. Designate components and accessories, including clamps, brackets, hanger rods, splice -plate connectors, expansion joint assemblies, straight lengths, and fittings. 1.4 Informational Submittals A. Coordination Drawings: Floor plans and sections, drawn to scale, on which the following items are shown and coordinated with each other, using input from installers of the items involved:. 1. Include scaled cable tray layout and relationships between components and adjacent structural, electrical, and mechanical elements. 2. Vertical and horizontal offsets and transitions. 3. Clearances for access above and to side of cable trays. 16536 Cable Trays for Electrical Systems Page 1 of 9 4. Vertical elevation of cable trays above the floor or below bottom of ceiling structure. Field quality -control reports. PART 2 PRODUCTS 2.1 Performance Requirements A. Thermal Movements: Allow for thermal movements from ambient and surface temperature changes in cable tray installed outdoors. 1. Temperature Change: 120 deg F (67 deg C), ambient; 180 deg F (100 deg C), material surfaces. 2.2 General Requirements for Cable Trays Cable Trays and Accessories: Identified as defined in NFPA 70 and marked for intended location, application, and grounding. 1. Source Limitations: Obtain cable trays and components from single manufacturer. 2. All material shall be manufacture and not field fabricated. B. Sizes and Configurations: See the Cable Tray Schedule on Drawings for specific requirements for types, materials, sizes, and configurations. C. Structural Performance: See articles on individual cable tray types for specific values for the following parameters: 1. Uniform Load Distribution: Capable of supporting a uniformly distributed load on the indicated support span when supported as a simple span and tested according to NEMA VE 1. 2. Concentrated Load: A load applied at midpoint of span and centerline of tray. 3. Load and Safety Factors: Applicable to both side rails and rung capacities. 2.3 Ladder Cable Trays A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Cooper B -Line, Inc (Preferred) Series 47 Alum. 6" Nemave 16536 Cable Trays for Electrical Systems Page 2 of 9 2. Or equal. 3. Approved equal. B. Description: 1. Configuration: Two I-beam side rails with transverse rungs welded to side rails. 2. Rung Spacing: 12 inches (300 mm) o.c. 3. Radius -Fitting Rung Spacing: 9 inches (225 mm) at center of tray's width. 4. Minimum Cable -Bearing Surface for Rungs: 7/8 -inch (22 -mm) width with radius edges. 5. No portion of the rungs shall protrude below the bottom plane of side rails. 6. Structural Performance of Each Rung: Capable of supporting a maximum cable load, with a safety factor of 1.5, plus a200 -lb (90 -kg) concentrated load, when tested according to NEMA VE 1. 7. Minimum Usable Load Depth: 4 inches (100 mm). 8. Straight Section Lengths: 20 feet (6 m) except where shorter lengths are required to facilitate tray assembly. 9. Width: As indicated on Drawings. 10. Fitting Minimum Radius: 12 inches (300 mm). 11. Class Designation: Comply with NEMA VE 1, Class 20C. 12. Splicing Assemblies: Bolted type using serrated flange lockouts. 13. Hardware and Fasteners: ASTM F 593 and ASTM F 594 stainless steel, Type 316. 14. Splice Plate Capacity: Splices located within support span shall not diminish rated loading capacity of cable tray. 15. Minimum load rating of 100 lb/ft. 2.4 Materials and Finishes A. Aluminum: 16536 Cable Trays for Electrical Systems Page 3 of 9 1. Materials: Alloy 6063-T6 according to ANSI 1435.1/II 35.1M for extruded components, and Alloy 5052-1432 or Alloy 6061-T6 according to ANSI 1435.1/H 35.1M for fabricated parts. 2. Hardware: Stainless steel, Type 316, ASTM F 593 and ASTM F 594. 3. Hardware for Aluminum Cable Tray Used Outdoors: Stainless steel, Type 316, ASTM F 593 and ASTM F 594. 2.5 Cable Tray Accessories A. Fittings: Tees, crosses, risers, elbows, and other fittings as indicated, of same materials and finishes as cable tray. B. Barrier Strips: Same materials and finishes as for cable tray. C. Cable tray supports and connectors, including bonding jumpers, as reconunended by cable tray manufacturer. 2.6 Source Quality Control A. Testing: Test and inspect cable trays according to NEMA VE 1. PART 3 EXECUTION 3.1 Cable Tray Installation A. Install cable trays according to NEMA VE 2. B. Install cable trays as a complete system, including fasteners, hold-down clips, support systems, barrier strips, adjustable horizontal and vertical splice plates, elbows, reducers, tees, crosses, cable dropouts, adapters, covers, and bonding. C. Install cable trays so that the tray is accessible for cable installation and all splices are accessible for inspection and adjustment. D. Remove buns and sharp edges from cable trays. E. Join aluminum cable tray with splice plates; use four square -neck carriage bolts and locknuts. F. Fasten cable tray supports to building structure. 16536 Cable Trays for Electrical Systems Page 4 of 9 G. Design fasteners and supports to carry cable tray, the cables, and a concentrated load of 200 lb (90 kg). H. Place supports so that spans do not exceed maximum spans on schedules and provide clearances shown on Drawings. Install intermediate supports when cable weight exceeds the load -carrying capacity of the tray rungs. I. Construct supports from channel members, threaded rods, and other appurtenances furnished by cable tray manufacturer. Arrange supports in trapeze or wall -bracket form as required by application. J. Support bus assembly to prevent twisting from eccentric loading. K. Install center -hung supports for single -rail trays designed for 60 versus 40 percent eccentric loading condition, with a safety factor of 3. L. Locate and install supports according to NEMA VE 2. Do not install more than one cable tray splice between supports. M. Make connections to equipment with flanged fittings fastened to cable trays and to equipment. Support cable trays independent of fittings. Do not carry weight of cable trays on equipment enclosure. N. Install expansion connectors where cable trays cross building expansion joints and in cable tray runs that exceed dimensions recommended in NEMA VE 2. Space connectors and set gaps according to applicable standard. 0. Make changes in direction and elevation using manufacturer's recommended fittings. P. Make cable tray connections using manufacturer's recommended fittings. Q. Seal penetrations through exterior walls with weatherproof caulking. R. Install capped metal sleeves for future cables through cable tray penetrations of exterior walls. S. Install cable trays with enough workspace to permit access for installing cables. T. Install barriers to separate cables of different systems, such as power, communications, and data processing; or of different insulation levels, such as 600, 5000, and 15 000 V. 16536 Cable Trays for Electrical Systems Page 5 of 9 U. Install permanent covers, if used, after installing cable. Install cover clamps according to NEMA VE 2. V. Clamp covers on cable trays installed outdoors with heavy-duty clamps. W. Install warning signs in visible locations on or near cable trays after cable tray installation. 3.2 Cable Tray Grounding A. Ground cable trays according to NFPA 70 unless additional grounding is specified. Comply with requirements in Section 260526 "Grounding and Bonding for Electrical Systems." B. Cable trays with electrical power conductors shall be bonded together with splice plates listed for grounding purposes or with listed bonding jumpers. c. Cable trays with single -conductor power conductors shall be bonded together with a grounding conductor nm in the tray along with the power conductors and bonded to the tray at 72 -inch (1800 -mm) intervals. The grounding conductor shall be sized according to NFPA 70, Article 250.122, "Size of Equipment Grounding Conductors," and Article 392, "Cable Trays." D. When using epoxy- or powder -coat painted cable trays as a grounding conductor, completely remove coating at all splice contact points or ground connector attachment. After completing splice -to -grounding -bolt attachment, repair the coated surfaces with coating materials recommended by cable tray manufacturer. E. Bond cable trays to power source for cables contained within with bonding conductors sized according to NFPA 70, Article 250.122, "Size of Equipment Grounding Conductors." 3.3 Cable Installation A. Install cables only when each cable tray run has been completed and inspected. B. Fasten cables on horizontal runs with cable clamps or cable ties according to NEMA VE 2. Tighten clamps only enough to secure the cable, without indenting the cable jacket. Install cable ties with a tool that includes an automatic pressure - limiting device. 16536 Cable Trays for Electrical Systems Page 6 of 9 c. Fasten cables on vertical runs to cable trays every 18 inches (450 mm). D. Fasten and support cables that pass from one cable tray to another or drop from cable trays to equipment enclosures. Fasten cables to the cable tray at the point of exit and support cables independent of the enclosure. The cable length between cable trays or between cable tray and enclosure shall be 110 more than 72 inches (1800 mm). E. Tie MI cables down every 36 inches (900 mm) where required to provide a 2 -hour fire rating and every 72 inches (1800 mm) elsewhere. F. In existing construction, remove inactive or dead cables from cable trays. 3.4 Connections A. Remove paint from all connection points before making connections. Repair paint after the connections are completed. B. Connect raceways to cable trays according to requirements in NEMA VE 2 and NEMA FG 1. 3.5 Field Quality Control A. Perform the following tests and inspections: 1. After installing cable trays and after electrical circuitry has been energized, survey for compliance with requirements. 2. Visually inspect cable insulation for damage. Correct sharp corners, protuberances in cable trays, vibrations, and thermal expansion and contraction conditions, which may cause or have caused damage. 3. Verify that the number, size, and voltage of cables in cable trays do not exceed that permitted by NFPA 70. Verify that communications or data-processing circuits are separated from power circuits by baniers or are installed in separate cable trays. 4. Verify that there are no intruding items such as pipes, hangers, or other equipment in the cable tray. 5. Remove dust deposits, industrial process materials, trash of any description, and any blockage of tray ventilation. 16536 Cable Trays for Electrical Systems Page 7 of 9 6. Visually inspect each cable tray joint and each ground connection for mechanical continuity. Check bolted connections between sections for corrosion. Clean and retorque in suspect areas. 7. Check for improperly sized or installed bonding jumpers. 8. Check for missing, incorrect, or damaged bolts, bolt heads, or nuts. When found, replace with specified hardware. 9. Perform visual and mechanical checks for adequacy of cable tray grounding; verify that all takeoff raceways are bonded to cable trays. Test entire cable tray system for continuity. Maximum allowable resistance is 1 ohm. B. Prepare test and inspection reports. 3.6 Protection A. Protect installed cable trays and cables. 1. Install temporary protection for cables in open trays to safeguard exposed cables against falling objects or debris during construction. Temporary protection for cables and cable tray can be constructed of wood or metal materials and shall remain in place until the risk of damage is over. 2. Repair damage to galvanized finishes with zinc -rich paint recommended by cable tray manufacturer. 3. Repair damage to paint finishes with matching touchup coating recommended by cable tray manufacturer. END OF SECTION 16536 Cable Trays for Electrical Systems Page 8 of 9 16536 Cable Trays for Electrical Systems Page 9 of 9 SECTION 16573 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. 16573 Overcurrent Protective Device Coordination Study Page 1 of 8 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. 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: 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. 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. 16573 Overcurrent Protective Device Coordination Study Page 2 of 8 1. Optional Features: a. Arcing faults. b. Simultaneous faults. c. Explicit negative sequence. d. Mutual coupling in zero sequence. 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 011 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 riot 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 XOR 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: 16573 Overcurrent Protective Device Coordination Study Page 3 of 8 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. f. Special overcurrent protective device settings or types stipulated by utility company. g. Time -current -characteristic curves of devices indicated to be coordinated. 11. 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 rims 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. Switchgear and switchboard bus. 2. Medium -voltage controller. 3. Motor -control center. 4. Distribution panelboard. 5. Branch circuit panelboard. 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. Calculate momentary and interrupting duties on the basis of maximum available fault current. Calculations to verify interrupting ratings of overcurrent protective devices shall comply with IEEE 241 and IEEE 242. 16573 Overcurrent Protective Device Coordination Study Page 4 of 8 1. Transformers: a. ANSI C57.12.10. b. ANSI C57.12.22. e. 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. 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 112 -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 COORDINATI©N 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. Comply with IEEE 241 recommendations for fault currents and time intervals. Transformer Primary Overcurrent Protective Devices: 16573 Overcurrent Protective Device Coordination Study Page 5 of 8 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. 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. 16573 Overcurrent Protective Device Coordination Study Page 6 of 8 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 single - line diagram • Complete system single -line diagram for the system analyzed B. Labels Based 011 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 2535.4-2002. The label must be readable in both indoor and outdoor environments for at least 3 years and contain 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 16573 Overcurrent Protective Device Coordination Study Page 7 of 8 C. Equipment Verification/Operation The validity of the arc flash study and incident energy readings is in part based on proper setting of overcunent device trip times and the proper operation of the overcurrent devic- es and breakers themselves. The supplier shall verify proper operation of overcurrent de- vices and breakers using InterNational Electrical Testing Association (META) qualified technicians. END OF SECTION 16573 Overcurrent Protective Device Coordination Study Page 8 of 8 May 2015 Technical Specifications for Construction SECTION 26 0519 LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 1.00 GENERAL A. WORK INCLUDED 1. Furnish labor, materials, equipment and incidentals necessary to install 600 -volt wires and cables. Electrical work shall be in accordance with Section 26 05 00 "Common Work Results for Electrical." 2. Work shall include building wire, cable, wiring connections and terminations, and modular wiring systems. B. QUALITY ASSURANCE 1. Testing: Megger test circuits for continuity and ground. Verify phasing at connection points. Torque test conductor connections and terminations to the Manufacturer's recommended values. 2. Testing Agency Qualifications: Member Company of NETA and/or NRTL 3. Testing Agency's Field Supervisor: Certified by NETA to supervise on-site testing 1.02 SUBMITTALS 1. Submittals shall be in accordance with Section 01 33 00 "Document Management" and shall include: a. Product Data for each type of product b. Field Test / Quality Control Reports c. Qualification Data for Testing Agency 1.03 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. National Electrical Manufacturer Association (NEMA) Standards: NEMA WC -3 Rubber -Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy NEMA WC -5 Thermoplastic -Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy 1.04 DELIVERY AND STORAGE A. Deliver cable and wire to the project site in the original packages. Conductors with damaged insulation or exposed nylon jacketing shall not be permitted. 2.00 MANUFACTURED PRODUCTS A. CONDUCTORS AND CABLES 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Alcan Products Corporation; Alcan Cable Division Page 1 of 5 LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES — 26 05 19 May 2015 Technical Specifications for Construction b. Alpha Wire c. Belden Inc. d. Encore Wire Corporation e. General Cable Technologies Corporation f. Southwire Incorporated g. Okonite Company (Preferred) 2. Copper Conductors: Comply with NEMA WC 70/ICEA S-95-658. 3. Conductor Insulation: Comply with NEMA WC 70/ICEA S-95-658 for Type THHN, Type THWN, and Type XHHW or as indicated on the drawings. 4. Conductors: Soft -drawn, annealed copper with a conductivity of not less than that of 98 percent pure copper bearing the U.L. label. The minimal size shall be #12. 5. Single Conductors: Conductor with thermoplastic insulation rated at 600 volts and insulated with type THHN/THWN or XHHW insulation. Wire in light fixture channels and other special locations shall be as specifically noted for temperature in NEC Article 300. 6. Ground Wire: Tinned, Class B stranded conductor without insulation B. CONNECTORS AND SPLICES 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into Work include, but are not limited to, the following: a. AFC Cable Systems. Inc. b. Gardner Bender c. Hubbell Power Systems, Inc. d. Ideal Industries, Inc. e. Ilsco: a branch of Bardes Corporation f. NSi Industries LLC g. O-Z/Gedney; a brand of the EGS Electrical Group h. 3M; Electrical Markets Division i. Tyco Electronics / Raychem (Preferred) 2. Description: Factory -fabricated connectors and splices of size, Ampacity rating, material, type and class for application and service indicated. C. SYSTEM DESCRIPTION 1. Electrical Components, Devices and Accessories: Listed and labeled as defined in NFPA 70 by a qualified testing agency and marked for intended location and application. 2. Comply with NFPA 70. Page 2 of 5 LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES — 26 05 19 May 2015 3.00 EXECUTION Technical Specifications for Construction 3.01 PREPARATION A. Completely swab raceway system before installing conductors. Do not use cleaning agents and lubricants which have a deleterious effect on the conductors or their insulation. 3.02 CONDUCTOR MATERIAL APPLICATIONS A. Feeders: Stranded Copper B. Branch Circuits: Stranded Copper 3.03 CONDUCTOR INSULATION AND MULTICONDUCTOR CABLE APPLICATIONS AND WIRING METHODS A. Exposed Feeders: Type XHHW single conductors in raceway B. Feeders Concealed in Concrete, below Slabs -on -Grade and Underground: Type XHHW single conductors in raceway C. Exposed Branch Circuits: Type XHHW single conductors in raceway D. Branch Circuits Concealed in Concrete, below Slabs -on -Grade and Underground: Type XHHW single conductors in raceway 3.04 INSTALLATION A. General: 1. Unless necessary for pulling purposes, conductors shall be continuous from terminal block to terminal block without splice. Condulet type fittings shall not contain splices. No splicing of conductors shall be performed in any below ground structure. 2. Splice only in junction or outlet boxes. Neatly train wiring inside boxes, equipment and panelboards. Pull conductors into a raceway at the same time and use U.L. listed, wire pulling lubricant for pulling No. 4 AWG and larger wire. Install raceway first as a complete system without conductors. Do not install pull wires and conductors until the raceway system is in place. 3. Circuits shall be tagged at terminations (both ends), in pull boxes, cabinets, and enclosures as follows: a. Tags relying on adhesives or taped -on markers are not acceptable. b. Provide conductor tags for conductors No. 10 AWG and below with legible permanent sleeve of yellow or white PVC with machine printed black marking, Raychem TMS sleeves or approved equal. c. Provide tags for cables and for conductors No. 8 AWG and larger consisting of permanent nylon marker plates with legible designations hot stamped on the plate. Attach these marker plates to conductors and cables with plastic wire wraps. Tags shall be Raychem TMS -CM cable markers or approved equal. d. Tags shall be imprinted with panelboard and panelboard position number (e.g. LA3-23) for conductors fed from panelboards. Other conductors shall have tags imprinted with the MCC which feeds the conductors (e.g. MCC 1). Page 3 of 5 LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES — 26 05 19 May 2015 Technical Specifications for Construction e. Switchlegs shall have the designation described above on their tags, plus an "S" suffix. Travelers shall have the designation described above on their tags, plus a "T" suffix. f. Where more than one neutral is present with a group of conductors, a tag shall be applied to each neutral indicating which phase conductors are served by each neutral (e.g. HA -2, 4, 6). 4. Wire shall be stranded. The minimum size conductor permitted is #12 AWG, except as specifically indicated on the plans. Wire shall bear the approval of Underwriters Laboratories, Inc. Conductors terminated on a screw termination shall have a crimp on type spade connector applied on the wire end, Panduit PanTerm or approved equal. 5. Color coding of cables shall comply with the local city codes. In the absence of a local color coding requirement, the following shall be used: a. For 480/277-V, 3-phase wiring: Phase A Brown Phase B Orange Phase C Yellow Neutral Gray Equipment Grounding Conductor Green 6. Colored, vinyl marking tape shall be allowed only on conductors greater than 8 AWG. Under no condition shall conductors of a different color be spliced together. 7. Grouping conductors together into one conduit shall not be allowed where the plans indicate the conductors to be placed in separate conduits. Each home run shown on the plans shall be in its own conduit. B. Single Conductors: Conductors shall be continuous from outlet to outlet and no splices shall be made except at outlets. Sufficient wire shall be left at outlets to make connections to equipment without straining. C. Ground Conductors: 1. Conduits and other raceway shall contain an equipment grounding conductor whether the raceway is metallic or not. Conduits, motors, cabinets, outlets, and other equipment shall be properly grounded in accordance with National Electric Code requirements. Where ground wire is exposed to mechanical damage, install wire in rigid aluminum conduit. Make connections to equipment with solderless connections. Wire connections to the ground rods of the ground mat shall be of the fused type equal to the Cadweld process. 2. Ground metallic material, including but not limited to metallic raceway, metallic boxes and metallic enclosures. Where metallic material is not connected by raceway to a solid ground, connect the metallic material to the largest equipment grounding conductor which it houses. Clean the metal surface under the grounding lug to bright metal. Connections to motors shall be to the grounding stud which shall be threaded into the stationary frame; Burndy KC Servit, or approved equal and not an end bell. The ground wire shall not be lugged to a mounting bolt. 3. Ground wire shall be uninsulated tinned copper sized as shown on the plans in all cases where a single ground wire is indicated to be installed in a conduit with no other conductors in the conduit, or where the ground wire is directly buried in Page 4 of 5 LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES — 26 05 19 May 2015 Technical Specifications for Construction earth or concrete. In all other cases, insulate ground wire with insulation as specified for low voltage wire. END OF SECTION Page 5 of 5 LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES — 26 05 19 May 2015 Technical Specifications for Construction SECTION 27 13 23 COMMUNICATIONS OPTICAL FIBER BACKBONE CABLING PART 1 GENERAL 1.1 Summary A. This Section includes specifications for the expansion of a fiber optic cabling system. The fiber optic cabling system includes the procurement and installation of any fiber to provide the communications to support the new Staples Street Pump Station upgrade, Project E12004 for The City of Corpus Christi, Texas Water Department. In these specifications the term City or City's shall refer to the City of Corpus Christi, Texas Water Department. B. This specification is intended to give guidance to the installation contractor to provide a complete and fully functional fiber optic cabling system for the City of Corpus Christi's Staples Street Pump Station. This project shall include all necessary material and labor that is required to furnish a turnkey system installation based upon the scope of work as noted in paragraph A above and contained in theses specifications that follow. 1.2 Quality Assurance A. Contractor Qualifications: An experienced contractor who has the following qualifications as a minimum: 1. Experience utilizing directional drilling (trench -less technology) methods as described within these specifications if these methods are required. 2. The installer and tester for the fiber premises and outside cable plant shall be RCDD (Registered Communication Distribution Designer) Certified. Reference BiCSi latest edition. 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, Corning Altos, or approved equal. 2.2 Fiber Optic Cable A. Fiber Optics Cable 1. Shall be all -dielectric loose tube and water -blocked. 2. Shall be in accordance with contract design documents. 3. Maximum attenuation shall not exceed .4 db per km 4. Shall be suitable for outdoor aerial and duct underground installation. 5. Shall be approved and listed by RIDS 7 CFR 1755.900 6. Shall conform to all ANSI/ICER S-87-640 test and design criteria. All fibers in each cable bundle assembly shall be tested and verify for continuity and light attenuation prior to leaving the factory. All test data shall be made available to the installation contractor upon acceptance of the cable. 7. Corning Altos or approved equal B. Connectors 1. All connectors shall be in accordance with contract design documents. 2. Fan out kits shall be outdoor buffer tube with a minimum of 24 inches tubing length. C. Below Grade Splice Closures (if required) Page 1 of 11 COMMUNICATION OPTICAL FIBER BACKBONE CABLING —27 13 23 May 2015 Technical Specifications for Construction 1. Shall be tested in accordance with Bellcore Testing Requirement GR -771 -CORE and UL 1863. 2. Shall be suitable for submersion in 20 feet of water head. 3. Shall be configurable for future re-entry. 4. Shall be of a pre -molded port multi - section end plates with ports accepting cable diameters up to 1.25 inches. 5. Shall have the capacity of up to 72 single fusion splices. 6. Shall conform to and support the splice requirements as noted in the contract drawing documents. 7. Shall be Performed Coyote Splice Closure splice trays or approved equal. 2.3 Conduit A. PVC Rigid Galvanized Steel (RGS) Conduit: Conduit including elbows, couplings, and nipples shall be standard weight zinc -coated steel, rigid threaded conduit; shall meet the requirements of A.N.S.I. Standard C80.1; and shall be hot -dipped galvanized inside, outside and over threads with PVC external coating and urethane internal coating. Exterior PVC coating shall be a minimum of 40 mil thick, internal urethane coating shall be a minimum of 2 mils thick. 1. Fittings: Conduit fittings and accessories for use with RGS conduit shall be cast malleable iron or ferrous alloy, hot -dipped galvanized. Fittings shall have threaded hubs and gasketed covers. Fittings shall be the product of Crouse -Hinds Form 7 or Appleton. All fittings shall be PVC coated. 2. Boxes: Cast malleable iron, hot dipped galvanized with threaded hubs as manufactured by Crouse -Hinds or Appleton. B. Aluminum Conduit in accordance with ANSI C80.1, UL 6. Fittings shall be treaded -type. Split couplings are unacceptable C. Polyvinyl Chloride (PVC) Conduit: Conduit, elbows and couplings shall be Schedule 40 rigid polyvinyl chloride conduit with a 90°C UL rating, approved for direct burial and shall be the standard product of Krayloy or Carlon or an equal. 1. Fittings: Fittings and accessories for use with Schedule 40 PVC conduit shall be of the same material and manufacturer as the conduit. 90° elbows shall be from the factory. 2. Boxes: For use with Schedule 40 PVC conduit shall be of the same manufacturer as the conduit. D. High Density Polyethylene (HDPE) Conduit: 1. Shall be constructed of polymeric materials, which are lightweight, flexible corrosion resistant and non-conductive. 2. The duct shall be pigmented throughout the entire cross-section so as to produce a uniform color. 3. Shall be smoothwall both inner and outer surface with a controlled outside diameter in accordance with ASTM Standard D 3035 4. Manufacturer shall be ISO 9001 Certified. 5. Shall have a minimum plastic density (polymer range) of .940 - .950 g/cc tested in accordance with ASTM Standard D 1505. 6. Shall have a crush strength of 2020 lbs/ft length measured in accordance with a modified ASTM D 2412 test method. 7. 1-1/4 HDPE shall have a average wall thickness of .195 inches with an average OD of 1.660 inches and an average ID of 1.270 inches. Page 2 of 11 COMMUNICATION OPTICAL FIBER BACKBONE CABLING —27 13 23 May 2015 Technical Specifications for Construction 8. Shall be Dura -line SDR 9 or approved equal. E. Uses Permitted: Unless otherwise indicated, all conduit shall be as follows: 1. RGS: Exposed above grade outdoors and as a transition between HDPE underground and RGS above grade 2. Aluminum: Exposed above grade outdoors and as a transition between HDPE underground and RGS above grade 3. HDPE: Underground direct buried via directional drilling methods (if utilized) 4. PVC: Underground, concealed in concrete. 5. Flexible: Equipment connection 2.4 Enclosures and Boxes A. Underground Locations: Pull boxes used in underground conduit runs shall be made of polymer concrete, shall be UL Listed and shall be of a size and construction appropriate for the intended application. Concrete pull boxes intended for underground installation shall be precast in sections with parkway or traffic rated covers, clearly marked as indicated on the drawings. These boxes shall have a vertical design load of 22,568 lbs with a test load of 33,852 lbs. Their respective traffic rated covers shall contain the proper logo on the cover and be rated for a minimum design load of 15,000 lbs over a 10 inch square with a minimum test load of 22,568 lbs (Quazite Type PG or approved equivalent). B. Wet and Damp Locations: NEMA Type 4X and 3R boxes and enclosures shall be fabricated from stainless steel, and shall be furnished with a gasketed weathertight cover of the same material. Enclosures and cabinets for electrical equipment shall conform to NEMA Standard 250 and U.L. Standard 50. NEMA Type 4X waterproof boxes and enclosures shall be welded stainless steel, glass reinforced polyester with polyurethane foam -core, or cast metal of the sizes and materials indicated on the drawings complete with screw -fastened, gasketed covers and drilled and tapped conduit entries of the proper sizes and arrangements. 2.5 Equipment Racks, Fasteners and Supports A. All framing and supporting materials shall be hot -dipped galvanized steel or stainless steel. Hot dip after fabrication. B. Nuts, bolts shall be hot -dipped galvanized, aluminum or stainless steel. All stainless steel hardware shall be a minimum 316 Grade stainless steel. C. All conduit clamps shall be hot -dipped galvanized one -hole clamps. PART 3 EXECUTION 3.1 Pull Box Installation A. Pull -boxes shall be placed as shown on the construction drawings. Hand -holes may be moved to locations more practical when necessary upon approval by The Project Manager. B. The location of pull boxes shown on the drawings is diagrammatic only. The Contractor is responsible for verifying locations prior to placement. 3.2 Excavation and Backfill A. Excavation: 1. The trench shall be as straight as practical. The bottom of the trench shall be smooth and free from any sharp edges. The trench shall be kept clear of debris and loose rock. All changes in trench grade shall be gradual with no more than six (6) inches of vertical rise in every five (5) feet of horizontal run. 2. Any open trench shall be fenced, covered or otherwise barricaded. Exceptions are subject to approval by the City's designated inspector. Good judgment and care must be exercised to prevent persons from falling into the open trench, or other damages to Page 3 of 11 COMMUNICATION OPTICAL FIBER BACKBONE CABLING —27 13 23 May 2015 Technical Specifications for Construction persons or property. 3. Roadways, which are open cut, shall be opened just prior to conduit placement. In no case shall the roadway be left impassable at the end of the day. Safety of the general public is paramount and appropriate steps shall be taken to ensure safety at all times. 4. The contractor is responsible for the haul off and proper disposal of all spoils materials removed from the trench. 5. The contractor shall provide the necessary means to carry storm water away from the work area and keep the work area free of obstructions. 6. A minimum clearance of twelve inches (12") shall be maintained between existing utilities and City Water Department conduits. 7. Trenches shall be promptly backfilled with earth and tamped with a mechanical tamper in 6 inch (15.24 cm) lifts so that the earth is restored to original grade to assure no hazard exists to vehicular, animal or pedestrian traffic. Trenches will be properly guarded or barricaded to prevent damage or injury. 8. Select backfill shall be unfrozen material, free of rocks or other debris. 9. Select backfill shall be used as a cushion and shall extend 3 inches on the sides and floor of trench to 6 inches above top of conduit. 10. Trenching processes will comply with all established Federal and State Safety Standards. B. Backfill: 1. The trench shall be backfilled and compacted to the satisfaction of the City Water Department, promptly following duct placement. 2. The backfill shall consist of the materials previously excavated or equal materials and shall conform to the following requirements: a. The backfill shall be placed and compacted in not more than 6" lifts, from the top of the installation to the ground line. The backfill shall be of suitable material free from boulders, roots, sod or other vegetation. In areas inaccessible to tamping type rollers, a mechanical tamper of a size suitable for the work involved may be used. b. Pneumatic tampers shall be operated at pressures no less than those recommended by the manufacturer. c. A 95% minimum density compaction of backfill is required or greater if required by the governing Federal, State, County, or City agency. 3. The Contractor shall be responsible for all compaction tests. If the proper compaction is not achieved, the Contractor shall remove all backfill materials and the backfill and compaction will be repeated at the Contractor's expense until the compaction tests are accepted. 3.3 Trenched Road A. Pavement replacement shall match existing paving in type of pavement appearance, wear surface and durability to the maximum extent practical. Replacement shall match existing structures and shall include curbing, walkways, or any other concrete structure(s) damaged during construction. Pavement repair shall be subject to approval by The Project Manager and must conform to the requirements of the local governing authority having jurisdiction including required cutbacks, or "T" topping. Pavement repair not installed in accordance with the requirements of these Specifications shall be removed and replaced. B. Roadways shall only be trenched as a last resort. The City of Corpus Christi will not approve the open trenching of roadways unless trench -less technology methods are not applicable. 3.4 Concrete Placement A. Cement: Portland Cement shall meet the requirements of ANSI/ASTM C150 for type II Portland Cement. The cement shall be free of lumps and contamination by water other foreign matter. Page 4 of 11 COMMUNICATION OPTICAL FIBER BACKBONE CABLING — 27 13 23 May 2015 Technical Specifications for Construction B. Water: Water shall potable and free from objectionable quantities of silt, organic matter, salts and other impurities. C. Sand: Sand shall be clear, hard and durable grains, free of excessive foreign matter. D. Aggregate: Nominal 3/4' durable crushed rock or limestone, free of excessive foreign matter. E. Mixing: 1. Maximum water to cement ratio: 6.5 gallons per 94 pound sack of Portland Cement 2. Mix Ratio: 1 part cement, 2 parts sand, 3 parts aggregate. 28 day compressive strength, 3000 pounds 3.5 Directional Boring A. This item includes all labor, equipment and certain materials required to install conduit using directional boring techniques. The running line of the conduit shall be kept straight and level. Any changes, either vertical or horizontal shall be gradual with no more than six (6) inches of deviation in every five (5) linear feet. Special care shall be taken to insure that the conduit connection between bores be kept straight and level. B. All utilities shall be pot holed for verification of location and depth prior to boring. C. The boring machines shall be grounded at all times during operation. The grounding method and operator's safety equipment shall comply with the manufacturer's guidelines and requirements. Adequate barricades shall be erected to limit access to the boring machine to operating personnel only. D. Excavation and backfilling of bore pits and potholes shall conform to that described in the sections noted above. E. Separation of Topsoil: Anywhere a bore pit, or other excavation exceeds 18" in width at the surface, the topsoil will be separated from the subsoil with topsoil to be placed back as the surface layer of soil when the hole is back-filled. F. Contractor shall provide the coupling machine required for the installation of the connectors on all HDPE conduits. G. The Contractor is responsible for all steel pipe and HDPE conduit broken off and lost in the borehole. H. If at any time the proposed running line crosses an existing utility, the excavated pothole shall remain open until the Project Manager or appointed representative is able to witness the bore head pass the existing utility. I. Where a pipe casing is utilized, the ends of the casing shall be sealed to prevent infiltration of water or other foreign materials. 3.6 Proving The Duct A. The duct shall be proved to verify continuity and integrity by pulling a solid rubber mandrel or a mandrel of other solid material such as steel or aluminum through the duct. The mandrel shall be a minimum of 3" long and 1" diameter. A City project representative must be present to witness all duct -proving operations. Duct that is not proved in the presence of a City Project representative shall not be considered complete. B. All duct systems shall be installed to allow for a sealed pneumatic system. The couplings are to be installed as per the manufacturer's instruction. It is the responsibility of the subcontractor to provide a clean, sealed, uniform duct to the cable placing crews. 3.7 Subsurface Obstructions A. Contractor is responsible for locating and avoiding all subsurface obstructions. It is the Subcontractor's responsibility to verify the locations of subsurface obstructions shown on the drawings as well as any additional obstructions not identified on the drawings. Contractor shall notify owners and operators of foreign pipelines or other utilities at least two working days prior to excavation near the utility. Page 5 of 11 COMMUNICATION OPTICAL FIBER BACKBONE CABLING —27 13 23 May 2015 Technical Specifications for Construction B. Contractor shall pothole all existing utilities or substructure crossings before excavation crosses their locations. If potholing does not expose the existing utility the Contractor shall request that the utility be located again to verify that the utility is beyond or deeper than the trench line or that the utility has been miss -marked. A minimum of twelve inches (12") shall be maintained between existing utilities and conduits. This shall be included in the lump sum price. Damage to existing utilities is not acceptable and termination of this Contract may result from this negligence. C. Where construction will take place in areas near existing utilities, it is imperative that the Contractor meets with the approved representative responsible for the utility to resolve any depth or construction line conflicts prior to the start of construction. The City Project Engineer of Record must be notified of this meeting and may be present. D. DAMAGED UTILITIES 1. A copy of the contractors Cable Awareness Program must be submitted to the City Project Manager prior to construction. 2. Any utility damage will be reported to the utility owner and the City immediately. This includes any damage to the City owned cable. 3. Contractor will cooperate with the owner of the utility to facilitate any repairs necessary. 4. A copy of all documentation regarding the utility damage shall be submitted to the City Project Manager. 3.8 Roadway, Railroad and Other Bored Crossings A. In no case shall the completed crossing be less than 48 inches deep at its shallowest point. B. Contractor shall not excavate into the side slopes of raised track beds. C. Backfill for excavations shall be mechanically tamped in 6 -inch lifts to the same density as adjoining earth. 3.9 Right of Way / Property Protection and Restoration A. General: 1. The Contractor shall protect the Right-of-Way/Property and minimize the damage from construction operations. 2. Good soil erosion practices shall be practiced during all construction operations. B. Restoration: 1. Contractor shall keep the premises where work is being performed in a neat, clean, and orderly condition, and on completion of the work hereunder, Contractor shall remove all of its tools and equipment from the premises and any debris shall be removed and disposed of by Contractor. 2. Right-of-Way/Property located in non -paved areas shall be restored to its original or better condition within 24 hours or as soon as practicable, in the City Water Department's opinion, following duct -placing operations. In areas where open trench methods were used and backfill mounded over the trench, grading or filling will be required for final restoration of the Right-of-Way/Property. All rock and debris brought to the surface and left after backfilling shall be removed and disposed of, as directed by the City. 3. All areas disturbed by the construction activities shall be restored and re -seeded per the requirements and regulations of the authority having jurisdiction. 4. Right-of-Way/Property located in paved areas shall be restored to operation for vehicular traffic, with temporary paving or the permanent paving, within 24 hours or as soon as practicable, in The City's opinion, following duct placing operations. 5. All unit prices include the cost of seed, mulch, hay, hydro -mulch, sod, water, gravel, soil, sand, rip -rap, and all other materials required by the City or any governmental authority for site restoration. Page 6 of 11 COMMUNICATION OPTICAL FIBER BACKBONE CABLING —27 13 23 May 2015 Technical Specifications for Construction C. All rights of way clearing are included in all buried and underground outside plant placement pricing. 3.10 Fencing and Other Excavation Barricades A. Temporary safety fencing erected around the Contractor's excavations shall be installed to the satisfaction of the City Water Department. During any non -working hours, Contractor shall place steel plates over any open trenches that would pose a threat to vehicular traffic. The steel plates shall be of sufficient thickness to withstand the weight of vehicular traffic and anchored in place to prevent movement. Open trenches not exposed to vehicular traffic shall also be covered with plywood (or equal) sufficient to carry any pedestrian traffic, including motorcycles, bicycles, etc. and anchored in place. It shall be the Contractor's responsibility to take all steps necessary to prevent all accidents and to protect the general public. B. The Contractor shall be responsible for providing, installing, maintaining and removing barricades, flashers, fences, plates, and ramps necessary to protect the public and property owner from involvement with excavations, open ditches, and other work areas 3.11 Fiber Optic Cable Installation A. The contractor shall comply with all fiber cable manufactures recommendations for the general installation of the fiber optic cable. The installation shall include but not necessarily limited to the pulling of fiber thru dedicated conduit / inner duct raceway systems, the bending of the fiber, the splicing and termination of the cable, and the testing of all cable, associated splicing and termination hardware. B. The contractor shall follow the manufacture spec #SRP -005-001 dated October 2002 entitled Fiber Optic Cable Placing — Duct from Corning Cable Systems for installation of outside plant fiber cable. C. The contractor shall use fusion splicing for all required splices. See field testing for quality control measures. D. The contractor shall use type SC connectors where required. All un -terminated cable shall be neatly coiled and bundled to prevent damage to fiber ends. E. All Fiber Optic Cable is to be placed inside duct system. F. Bends of small radii and twists that may damage the fiber optic cable shall be avoided. During cable placement, cable shall not be bent in a radius less than twenty (20) times the outside diameter of the cable or as specified by the manufacturer. Pulleys, sheaves or radius wheels shall be used to meet this requirement. G. Cable shall not be pulled with more than 600 lbs. of dynamic tension. Safeguards such as breakaway swivels, adjustable slip -clutch capstan winches, or pulling dynamometers shall be used. H. Cable lubricant shall be used to reduce the pulling tension on longer segments of the cable placement or at the discretion of the City. Cable lubricants must be compatible with the fiber optic cable's outer sheath. Verification of the compatibility between the fiber optic cable and the cable lubricant will be required before any application. After cable installation, the inner - duct shall be sealed at the strand level using approved foam. I. Slack coils of approximately fifty (50) feet will be neatly coiled and placed in hand -holes specified as splice locations and so noted on construction drawings. Fiber identification tags shall be attached. Slack coils of approximately twenty (20) feet shall be neatly coiled and placed in hand -holes specified as fiber pull boxes and so noted on construction drawings. J. It is the responsibility of the Contractor to plan each cable pull using information about splice locations, pull box locations, staging areas, conduit layout, manhole locations, etc. K. Each cable shall be placed in a continuous piece, with termination and splice locations as Page 7 of 11 COMMUNICATION OPTICAL FIBER BACKBONE CABLING —27 13 23 May 2015 Technical Specifications for Construction shown on the construction drawings. No additional splices are allowed, unless specifically added by the City in writing. L. The Contractor shall be responsible for the protection and storage of the fiber optic cable. If necessary, a competent security guard shall be maintained on site when fiber optic cable is kept on the street overnight. M. All tracer wires shall be installed in the HDPE in which the fiber is installed and each tracer wire shall be spliced within each pull box. N. A telecommunication test station shall be located at each fiber optic cable splice box and the corresponding tracer wire shall be properly terminated as noted in the manufactures instruction information. 3.12 Warning Tape and Line Markers A. Contractor shall place buried cable warning tape at all times when plowing, trenching, and backhoeing for burial of conduit for fiber optic cable. B. Buried cable warning tape shall be installed for optimum protection at a depth of twelve inches (12") below final grade. C. Contractor shall install line markers at all changes in cable running line direction, splices, waterways, subsurface utilities, hand -holes and at both sides of street, bridge or railroad crossings. At no time shall any markers be spaced more than 500 feet apart. Markers shall be positioned so that they can be seen from the location of the cable and generally set facing perpendicular to the cable running line. D. A readily identifiable marker shall be placed at each right of way line where it is crossed by the buried cable. A marker should be at least 4 feet above ground and at the right of way line. Additional markers shall be placed at least every 500 feet where the cable is placed longitudinally on the right-of-way. 3.13 Splicing A. Contractor personnel performing splicing procedures shall be properly trained to splice and test fiber optic cable. B. All fibers are to be fusion spliced. (Except mechanical splices are allowed within the appropriate splice housings either existing or proposed) C. All spliced fibers will be protected by a fiber optic heat shrink sleeve. A heat oven will be used to shrink these sleeves. A heat gun which is hand applied will not be permitted. Care must be exercised to prevent damage to exposed fibers by overheating. The acrylic coating shall not be removed beyond the areas that will be covered by the heat shrink sleeves. D. To insure acceptable splices prior to closing and encapsulating the splice case, the Contractor will monitor the splice while it is being performed using an OTDR system. Encapsulation shall be performed immediately after testing is 100% complete and accepted. E. Each splice is to be tested bi-directionally at the required cable operational wavelength. The maximum splice loss, in one direction, shall be 0.45 dB. The bi-directional average loss shall be no greater than 0.15 dB. F. Negative losses or Gainers, shall be added to positive losses and averaged to determine the bi-directional splice loss. Gainers or losses may not exceed 0.3 dB and must be within ten percent (10%) of each other when tested bi-directionally. G. If after five (5) attempts or where high negative loss values are being consistently obtained after many splice attempts, the Contractor is unable to meet the average splice loss objectives due to a gainer, the City Project Manager shall be notified and the Contractor shall: 1. In the presence of the City Project Manager, the Contractor will make an additional three (3) attempts to splice the cable. If the splice meets the specifications, the Contractor will complete splicing activities at this location. Page 8 of 11 COMMUNICATION OPTICAL FIBER BACKBONE CABLING —27 13 23 May 2015 Technical Specifications for Construction 2. If the splice fails to meet the specifications after the Contractor attempts to splice the cable in the presence of the City Project Manager, the Contractor will cut off and label one meter of cable from each of the cables being spliced. The Contractor shall then re- attempt to splice the cables. If after five (5) attempts the splice fails to meet City performance objectives, the Contractor will notify the City Project Manager that they were unsuccessful and complete the splicing activities at this location. H. If the second attempt to splice the cable fails (after the one meter sections have been removed) the City will pay the Contractor as if this were an additional splice point at the unit rates specified in the pricing forms. I. The Contractor is responsible for notifying the City Project Manager of an out of specification splice. Failure to do so may result in the Contractor having to re-enter the splice location and re -splice the cable at their own expense. 3.14 Field Quality Control A. Inspection: Verify that units and controls are properly installed, connected, and labeled and that interconnecting wires and terminals are identified. 1. Fiber Cable Plant a. The fiber cable manufacturer shall not ship cable with any single strand failures in the cable bundle. b. The contractor shall field test each count of fiber optic cable individually prior to unrolling the fiber off the reel for field installation. The test shall be a continuity test utilizing an Optical Time Domain Refectometer (OTDR). All tests shall be documented. Tests that reveal a cable light reflection loss greater than 110% of the cable manufacture's published specifications or factory tests shall be rejected (typically 5db / km). A fiber cable bundle that has more than a 1% cable test failure shall be rejected and not used in this installation. Fiber cable count bundles less than 10 strands shall have 0% failures. In the event the bundle exceeds 0% failures the cable shall be rejected and not used in this installation. c. Once the cable is installed and prior to splicing or terminating, the cable should again be continuity tested as noted in paragraph B above. The same test criteria shall apply. d. Once the cable is installed and terminated all outside plant cable backbone shall be tested by: OTDR in both directions and at both wavelengths of light transmission in accordance with ANSIITIAIEIA-568B.1 (an average of the two will be used). The test criteria shall then be based upon both sum of connector cable and splice attenuation. Connector attenuation shall not exceed the No. of connector pairs times the published nominal connector loss typically .75db and the splice attenuation shall not exceed the number of splices times the allowed splice loss of .3db.End to End Attenuation as per ANSIITIAIEIA-526-7. All fibers that are left un -terminated will be tested using an OTDR. e. The contractor shall use a high resolution OTDR for testing connectors and splices and shall furnish to the City Project Manager a signature trace of all tests performed. High resolution OTDR's provide accurate repeatable measurements to be taken from short distances (66ft) to several miles. f. The contractor shall test each fiber transmitter and receiver in a two stage process as documented in BiSCi Standards 2000 Edition Chapter 10 Fiber Cable Tests. 3.15 Documentation A. Test data results shall be submitted to the City Project Manager on Contractor supplied test data forms no later than 5 working days after the completion of the testing. The test data forms shall be completely and legibly filled out. Test data results shall be submitted as a neatly organized and indexed document for each segment (end point to end point). The document shall contain the following: 1. Copies of all OTDR fiber tests on computer disks, labeled with endpoints, optical length Page 9 of 11 COMMUNICATION OPTICAL FIBER BACKBONE CABLING —27 13 23 May 2015 Technical Specifications for Construction of splice location, and the date of the test. 3.16 System Warranty A. The base proposal system warranty shall be for a period of one year from the date of final system acceptance. This warranty will cover all parts and replacement labor for the manufactures hardware components. 3.17 Acceptance Testing The Contractor will be required to perform the following tests in order to confirm system acceptance: A. Bi-directional OTDR Splice Test 1. Each fiber at each splice point will be tested bi-directionally at the required wavelength with an OTDR capable of long range and high resolution testing. This test will be from an end point designated by the City Project Manager. The maximum loss for each splice in one direction shall be 0.15 dB and the maximum bi-directional average loss shall be 0.10 dB. The test results will be submitted to the City Project Manager on a Contractor supplied "Splice Loss Worksheet". This test will be performed in conjunction with the bi- directional segment test after the closure has been closed, encapsulated and positioned. B. Bi-directional End -To -End Segment Test 1. Each fiber of each span shall be tested at required wavelength from end point to end point. The test results will be submitted to the City Project Manager on a contractor supplied "Segment Loss Worksheet". This test will be performed after all of the splicing within the segment has been completed, splice cases closed, encapsulated and positioned. C. Bi-directional End -To -End Power Test 1. Each fiber of each span shall be tested in both directions from end-to-end using the proper wavelength stabilized light source and power meter. The average end-to-end losses must be within the City Water Department's specifications. The loss budgets for each loop includes: 0.4 dB/km 1310nm and .3 dB/ km © 1550nm (fiber loss), 0.15 dB/splice, and 0.5 dB/connector. The results of this test are to be recorded on the contractor supplied test data sheets and submitted to the City's Project Manager. 2. Contractor shall arrange to have a City representative present during power testing. Power testing performed without a City representative present will be invalid and must be re -done at the Contractor's expense. 3. The Contractor is required to utilize an OTDR capable of producing fiber test documentation on computer disks and on a laser printer. These disks, along with the software needed to view and manipulate the test data, will be turned over to the City Water Department two (2) days after testing is completed. The Contractor shall use one of the following OTDR emulation software programs: Siecor-1001-PC, Laser Precision PC-OTDR or PC -3000, or Tektronix FMTAP. 4. For the purposes of bi-directional OTDR testing, bare fiber adapters may be utilized. 3.18 As Built Drawings A. Contractor shall redline drawings during the course of construction to show the actual alignment, depth, and other variances to the construction drawings on a daily basis. The drawings will be available for review by the City's representative when requested on the job site. Additionally, all redline drawings will be submitted to the City Project Manager on a weekly basis including all actual construction to -date. B. A set of contract drawings shall be set aside for the sole purpose of redline "as built drawings". These drawings shall be maintained as outlined above. At the conclusion of the Contract, this set of drawings shall be turned over to the City Project Manager. C. All red line fiber drawings must also reflect any and all changes to the fiber cable plant Page 10 of 11 COMMUNICATION OPTICAL FIBER BACKBONE CABLING —27 13 23 May 2015 Technical Specifications for Construction interconnectivity. These notes should be reflected on the existing contract fiber interconnectivity drawings. D. Red line drawings shall be protected from the elements, as they will become part of Project records. Red line drawings shall be marked to show the actual installation where the installation varies from the work as originally shown using the following method: 1. All annotations will be made legibly with erasable red pencil. 2. Mark whichever drawing is most capable of showing conditions fully and accurately. 3. When changing text or dimensions, line through the old information and enter the new. 4. Use the same units of measure and the same precision as existing dimensions. 5. Dimensions will be referenced to the leased tract line. 6. When changing figures or details, annotate in the same drawing style as existing figures, and use a straight edge when creating lines and dimension leaders. 7. Provide any new information deemed important to the customer, but not shown on construction or shop drawings. 8. Note related change order numbers where applicable. 9. Show station numbers, offset and depth at all landmarks and 50 foot intervals. END OF SECTION Page 11 of 11 COMMUNICATION OPTICAL FIBER BACKBONE CABLING —27 13 23 May 2015 Technical Specifications for Construction SECTION 40 90 00 INSTRUMENTATION AND CONTROL FOR PROCESS SYSTEMS PART 1 GENERAL 1.1 Scope A. General Requirements for Instrumentation: There are two areas of work in the Instrumentation Work in this project as described below: 1. The Instrumentation System Integrator Contractor shall provide all hardware, software, and configuration and integration associated with the PLC based Instrumentation and Process Control system. Provide a complete and operational system in accordance with these Contract Documents: a. Provide instrumentation, hardware, conductors and raceway required for a complete and operable system that is above that specified in the Contract Documents. Provide all labor and materials specified in the Contract Documents. b. Provide all required software and programming in the PLC for a complete and operational system in accordance with these Contract Documents. c. Coordinate and fully cooperate with Owner to provide all required hardware and PLC hardware and PLC programming necessary to interface with the existing HMI system. d. Provide personnel to check out, test and commission the system. e. Provide personnel to train the Owner's staff as specified. f. Provide software programming to create new screens and modify existing screens as specified. g. Provide the required drivers to receive and transmit data over the specified Ethernet data highway to fully communicate with the PLC system provided by the System Integrator Contractor. h. Coordinate and fully cooperate with the Owner to provide all required system programming necessary to interface with the existing SCADA system for a complete and operational system as specified. i. Create or modify all required data bases in their system. 1.2 Quality Assurance A. General: Should there be a conflict between various standards, codes, specifications, and contract drawings, bring the matter immediately to the attention of the Owner's Representative. B. Reference Standards: 1. American Society for Testing and Materials (ASTM) Standards: ASTM A153 Zinc Coating (Hot -Dip) on Iron and Steel Hardware ASTM A269 Seamless and Welded Austenitic Stainless Steel Tubing for General Service ASTM A36 Specification for Structural Steel ASTM B68 Seamless Copper Tube ASTM D1047 Polyvinyl Chloride Jacket for Wire and Cable 2. Research Council on Riveted and Bolted Structural Joints (RCRBSJ). 3. American Institute of Steel Construction (RISC). 4. Steel Structures Painting Council (SSPC): Painting Specifications for weather exposure. 5. American Welding Society (AWS): Welding Code D 1.1-75. 6. Federal Specifications: Primer, Paint Zinc, Chromate, Alkyd Type, Fed. Spec. TT -P - 645a. Page 1 of 7 INSTRUMENTATION AND CONTROL FOR PROCESS SYSTEMS — 40 90 00 May 2015 7. National Electrical Manufacturers Association (NEMA). 8. National Fire Protection Association (NFPA): National Electrical Code (NEC), 1990 edition. Technical Specifications for Construction 9. Instrument Society of America (ISA) Standards: RP 3.1-1960 Flow Meter Installations, Seal and Condensate Chambers S5.1-1973 Instrumentation Symbols and Identification RP7.1-1956 Pneumatic Control Circuit Pressure Test S7.3-1975 Quality Standard for Instrument Air RP18.1-1965 Specifications and Guides for the Use of General Purpose Annunciators S5.4-1976 Instrument Loop Diagrams S8.1-1968 Instrument Enclosures for Industrial Environments RP12.1-1960 Electrical Instruments in Hazardous Atmospheres RP20.1, 20.2 Specification Forms for Instruments S39.1-1972 Control Valve Sizing Equations S39.2-1972 Control Valve Capacity Test Procedures S51.1 Process Instrumentation Terminology 10. American Petroleum Institute (API) Standards: API RP 550 Manual on Installation of Refinery Instruments and Control Systems API RP 520 Recommended Practice for the Design and Installation of Pressure - Relieving Systems in Refineries 11. Scientific Apparatus Makers Association (SAMA) Standards: PM 20.1-1973 Process Measurement and Control Terminology RC5-10-1963 Resistance Thermometers 12. Underwriters' Laboratory (UL): Subject 13, Subject 1227. 13. Factory Mutual (FM). 14. American National Standard Institute (ANSI): Supplement to C37.90-1971, Relays and Relay Systems Associated with Electric Power Apparatus (IEEE Std. 313-1971), C37.90a-1974. 15. National Bureau of Standards (NBS). 16. Institute of Electrical and Electronics Engineers (IEEE): Tray Fire Tests, IEEE 383. 1.3 Guarantees The latest edition of the referenced item below shall be used. A. Guarantee Period: The Contractor shall provide guarantees as defined hereunder for a period of 1 year after final acceptance by the Owner. B. Guarantee Requirements for Analog Devices: Each device shall perform its intended function within the specified operating accuracy and repeatability without more than 12 adjustments for any consecutive period of 12 months. The availability of each device shall be not less than 98.0 percent for any consecutive period of 6 months. Downtime of analog devices affecting more than eight loops shall be considered a system failure. Page 2 of 7 INSTRUMENTATION AND CONTROL FOR PROCESS SYSTEMS — 40 90 00 May 2015 1.4 Contractor's Qualifications A. The Instrumentation System Integrator Contractor's personnel shall have a minimum of 10 years of prior experience in furnishing, installation, testing, programming, debugging, start- up, and training for systems at least as large and similar to the one in this Contract. The system installer shall have employees who are qualified technicians for the duration of the contract located in the Corpus Christi area. The Contractor shall submit for evaluation within 1 week of Notice to Proceed, his instrumentation systems installer's company resumes complete with company history, project lists, locations, Owner, costs, type of system installed, and references with phone numbers. Installers not meeting these qualifications shall not be accepted. As a part of this contract, the instrumentation system installers shall assume complete system responsibility, including coordination and interfacing with all subsystems and equipment suppliers and manufacturers. The Contractor shall actively be involved in control system integration industry for the last 5 years. The Contractor shall not act as a broker for the project; he shall provide and be responsible for all hardware, interfacing software, training, testing, and extended warranties. 1.5 Definitions The words defined in this section shall for the purpose of the specification have the meanings ascribed to them. Technical Specifications for Construction A. The terms used in this specification conform 1973 and RC 5-10-1963, except as modified b 1. Device: An electronic or mechanical measurement or control function. to definitions in ISA S51.1, SAMA PMC 20.1- elow. apparatus designed to perform a specific 2. Equipment: The machinery used in a process, e.g., pumps, fans, etc. 3. Interchangeability error: The algebraic difference between the indication and true value of the measured variable as a result of exchanging a device with a replacement. 4. Loop: Any combination of interconnected transmitters, receivers, switches, alarms, indicators, controllers, computers, or final control elements. 5. Operating accuracy: Conformity of indicated value to accepted standard value or true value throughout specified operating conditions with a confidence level of 95 percent includes, but is not limited to, hysteresis, linearity, and operating influence of temperature, pressure, supply voltage, and transmitter power supply. Operating accuracy for loop is defined as root -mean -square (RMS) of individual device operation accuracies. 6. Process: A progressively continuing operation that consists of a series of controlled actions systemically directed toward a particular result, e.g., a process to mix, filter, heat, and/or cool air to a particular condition. 7. Response: The results of the act, or process of measuring the time difference between the time of a change in an input signal or a measured variable, and the time when the output, display, and final control element in the loop has changed to at least 60 percent of the change which should result from the input change. 8. Subsystem: A discrete subdivision of a system and an assemblage of parts, devices, or software modules designed to perform one or more of the specific tasks required for the system to accomplish its functions. 9. System: An assemblage of sometimes diverse parts, devices, or software modules serving a common set of measurement or control functions. 10. Time resolution: The result of the act or process of rendering distinguishable events occurring at nearly the same time. Expressed as a measurement of time in seconds. 11. Unit: Any combination of equipment items interconnected in a predetermined manner, performing one or more controlled actions toward a particular result. A discrete subdivision of a process. 12. Concealed - Accessible: Out of general sight, but can be easily reached by removing panels or access doors. 13. Concealed - Inaccessible: Out of general sight and cannot be easily reached except by Page 3 of 7 INSTRUMENTATION AND CONTROL FOR PROCESS SYSTEMS — 4090 00 May 2015 Technical Specifications for Construction removing a permanent part of the building or using special tools. 14. Exposed: Open to general view without removing panels, access doors, or a permanent part of the building. 15. Field termination point: Termination of a run of raceway from an instrument panel to the vicinity of a field instrument. Field termination point is usually within 5 horizontal feet from the field instrument. 16. Analog device: Any sensor, transmitter, indicator, recorder, controller, computing relay, or control valve which transmits or receives an analog signal. Excludes the analog portion of a digital system or I/O subsystems. 1.6 Submittals A. Shop Drawings and Product Data: 1. Detail: Give sufficient detail to permit system configuration, installation, and wiring without reference to design drawings. Refer to Division 01 - General Provisions. 2. As a minimum, shop drawings shall include a bill of materials with original manufacturer's name and catalog number (re -labeled component information is not acceptable), original manufacturer's catalog cut sheets, front views, assembly drawings, nameplate schedules, electrical schematics, electrical connections diagrams, and piping connection diagrams. 3. Electrical, piping, and interconnection diagrams shall show all terminations of equipment, complete with conduit, cable, and equipment designations, and shall include terminal identification information. 4. Include size of all conduits, pipe, cables, and conductors. 5. Physical arrangement drawings shall include operating and servicing clearance requirements, cooling requirements, electrical power requirements, and cabling information. 6. Operator console configuration drawings shall include specific location of all keys and pushbuttons. 7. Logic drawer drawings shall show used space and expansion space. 8. Show appropriate tag numbers on all product data. 9. Software specifications for all software provided in addition to existing standard software. a. Include fully annotated source listings, input-output requirements, memory requirements, timing and sequencing requirements, flow chart showing functions performed, operating sequences and decision points, required system configuration, list of known or anticipated limitations of software modules, list of malfunction procedures to be followed for recovering from operator error or other malfunction, and description of how each module interfaces with calling and called programs. b. Provide proposed screen layouts showing modifications to existing screens, and new screens: Show all displays, inputs, outputs, recorders, alarms and indications along with the associated signal tag number. 10. Technical Manuals: a. Supply six sets of technical manuals with software specifications to Owner's Representative no later than the equipment shipment date. Each set shall be bound in a standard size, three-ring, loose-leaf, vinyl plastic, hard -cover binder suitable for bookshelf storage. Binder ring size shall not exceed 2-1/2 inches. b. Each set of technical manuals shall include a general and detailed description, a theory of operation description, detailed schematic drawings, specifications, and installation, connection, calibration, operating, troubleshooting, preventive maintenance, and overhaul instructions in complete detail with a clear and specific description of the steps the operators must take to perform each of the tasks and modes of operating specified. These manuals shall provide the Owner with Page 4 of 7 INSTRUMENTATION AND CONTROL FOR PROCESS SYSTEMS — 40 90 00 May 2015 Technical Specifications for Construction comprehensive information on all systems and components to enable operation, service, maintenance and repair. Exploded or other detailed views of all instruments, assemblies, and accessory components shall be included together with complete parts lists and ordering instructions. These manuals are in addition to all applicable requirements of Division 01 - General Provisions. 11. Spare Parts List: Contractor shall prepare and submit for Engineer's review a master spare parts list of all Division 40 items. All Division 40 spare parts shall be turned over to the Owner at one time and stored into lockable cabinets. PART2 PRODUCTS 2.1 Information on Drawings A. The following information is indicated on the drawings: 1. Approximate location of primary elements, instrument panels, and final control elements. 2. Location of electrical distribution panel boards for instrument electrical power. 3. Location of equipment having alarms and equipment status contacts. 4. Location of equipment being controlled by system. B. The following information is not shown on drawings, but shall be the responsibility of the Contractor to determine, furnish, and coordinate with other divisions based upon systems specified. Show this information on project record drawings: 1. Instrument loop drawings per ISA 55.4 minimum, desired and optional items. 2. Location of electrical distribution panel boards supplying power to any device supplied under this Contract. 3. Detailed enclosure and instrument panel layouts, PLC enclosure layouts, Filter console layouts, fabrication details, and wiring diagrams. 4. Detailed system configuration. 5. Raceway and cable routing for instrumentation wiring. 2.2 Operating Conditions A. Ambient Conditions: Provide equipment suitable for ambient conditions specified. Provide system elements to operate properly in the presence of radio frequency fields produced by portable RF transmitters with output of 5 watts operated at 24 inches from instruments in the presence of plant telephone lines, power lines, and electrical equipment, and in the presence of digital data transmission systems. B. Field Locations: Field equipment may be subjected to ambient temperatures from -5 to 50 C with direct radiation and relative humidity from 45 to 100 percent with condensation. C. Power Supply: Power supply will be 117 -volt AC, 1 -phase, 60 -Hertz commercial power. Voltage variations will be at least plus or minus 8 percent. Certain loops shall have integral power supply as specified in the Contract Documents. Power supplies shall be provided in the panels as specified in the Contract Documents or required for a complete system, plus one spare. 2.3 Spare Parts A. Supply spare parts as indicated in these Specifications. B. Spare parts shall become property of the Owner. 2.4 Materials and Equipment A. Provide equipment of solid-state construction utilizing second source semiconductors, unless otherwise specified. De -rate components to assure dependability and long-term stability. Provide printed or etched circuit boards of glass epoxy, hand or wave soldered, of Page 5 of 7 INSTRUMENTATION AND CONTROL FOR PROCESS SYSTEMS — 4090 00 May 2015 Technical Specifications for Construction sufficient thickness to prevent warping. Coat printed circuit boards in field -mounted equipment with 2 mils of solderable conformal coating complying with MIL -I-460588. Alignment and adjustments shall be noncritical, stable with temperature changes or aging, and accomplished with premium grade potentiometers. Do not insert components of specially selected values into standard electronic assemblies to meet performance requirements. Use parts indicated in instruction manuals, replaceable with standard commercial components of the same description without degrading performance of completed assembly. B. Use test equipment and instruments to simulate inputs and read outputs suitable for purpose intended and rated to an accuracy of at least five times greater than the required accuracy of device being calibrated. Such test equipment shall have accuracies traceable to the National Bureau of Standards as applicable. 2.5 Special Project Requirements A. As a part of this Contract, the instrumentation systems Contractor shall coordinate with the Owner, and with all the sub -systems suppliers and manufacturers, during bidding, construction, testing, installation and start-up phases of the project. The coordination is to assure that the instruments and sub -systems are in compliance with the Contract Documents and that the necessary tie-ins and interface signals with the Owner system are provided as specified or required. B. The instrumentation system Contractor shall provide the Owner's staff with all required training and operating procedures, at no extra cost to the Owner, in addition to In -Plant SCADA training specified in Section 40 90 02 "Supervisory Control and Data Acquisition System." The training schedule shall be coordinated with the Owner's Representative. Training shall include operating, testing, calibration and programming of the system, and simple troubleshooting of the system. The training shall include manuals which are specifically written for the system provided as described in Division 01 - General Provisions of these Specifications. C. The calibration, testing, and start-up of all the instruments whether existing or provided new, shall be done by the manufacturer's field technician/Engineer in the presence of the Owner. The Contractor shall provide a list of all manufacturers whose technicians will perform this work. The Contractor shall also provide a certified calibration report stating that each instrument shown or specified in the Contract Documents has been installed, tested and calibrated per manufacturer's recommendations and per these Contract Documents. D. Follow -Up Services: After the acceptance of the system, the Contractor shall make four trips to the project site for calibration and adjustment of all the instruments and devices, including the In -Plant SCADA system. The first trip shall be 3 months after acceptance of the complete system, and thereafter every 3 months for a total of four trips. These trips are in addition to all warranty items, and shall be at no extra cost to the Owner. The Contractor shall provide the services of a trained technician for each trip with appropriate calibration and testing instruments. All defects shall be immediately remedied. The trips shall be coordinated with the Owner. E. All control software developed for this contract shall be delivered to the Owner stored on electronic media in a format suitable for installing on the existing equipment and new equipment installed under this contract. This includes all source code, complied code, link libraries, run-time libraries or other modules necessary to recreate an operational system in the event of a catastrophic failure or cessation of business by any of the Contractors. In addition, copies of all data bases and necessary associated files as configured after the final test shall be supplied on the same medium. PART 3 EXECUTION (NOT APPLICABLE) Page 6 of 7 INSTRUMENTATION AND CONTROL FOR PROCESS SYSTEMS — 40 90 00 May 2015 Technical Specifications for Construction END OF SECTION Page 7 of 7 INSTRUMENTATION AND CONTROL FOR PROCESS SYSTEMS — 40 90 00 May 2015 Technical Specifications for Construction SECTION 40 90 01 INSTRUMENTATION PART 1 GENERAL 1.1 Work Included A. Furnish labor, materials, equipment and incidentals necessary to install all equipment for complete instrumentation and controls. Contractor's work shall include but not be limited to the following: 1. Installation of equipment furnished under this contract. 2. Interconnections between equipment furnished under this contract. 3. Interconnection between equipment furnished under this contract and the existing instrumentation and control equipment or that furnished and installed under other contracts. B. The Contractor's attention is directed to the fact that instrumentation is an integrated system and as such shall be furnished by one vendor or system integrator who shall provide all the equipment and appurtenances, regardless of manufacture, and be responsible to the Contractor for satisfactory operation of the entire system. C. Supervision, labor, tools, and materials necessary for installation of the instrumentation equipment and material furnished herein and their interconnection shall be provided by the Contractor. Installation work shall conform to applicable city, state, and national building and electrical codes. D. Coordinate the work of the system manufacturer's service personnel during construction, testing, calibration and acceptance of the instruments. 1.2 Quality Assurance A. General: Equipment shall be the Manufacturer's latest and proven design. Specifications and drawings call attention to certain features, but do not purport to cover all details entering into the design of the instrumentation system. The completed system shall be compatible with the functions required and the equipment furnished by the Contractor. B. Operating Voltage: Electrical components of the system shall operate on 120 -volt, 1 -phase, 60 -Hertz, except as otherwise noted in the specifications. C. Power Supplies: 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 instrument system from these energy sources shall be furnished with the instrumentation. D. Protection: 1. The instrumentation system supplier shall be responsible for input-output isolation of all incoming and outgoing signals. 2. Each 4-20 mA DC process measurement current loop installed on this contract shall be protected by insertion which extends outside control room shall be protected by insertion of a 1/16 -amp fuse, Buss Type MKB. Fuses shall be installed in standard fuse blocks. 3. The necessary fuses or switches required by the Instrumentation Manufacturer for his equipment shall be provided with the equipment. The instruments requiring an internal power supply shall have an internal On -Off switch. E. Input/Output: 1. In general and unless specifically stated otherwise, inputs and outputs involving instrumentation systems shown shall be 4-20 mA DC process measurement signals. Current loop isolators, current repeaters, or other signal isolators shall be furnished and installed as required to meet instrument specifications and to make instrumentation system fully operational. Page 1 of 23 INSTRUMENTATION — 4090 01 May 2015 Technical Specifications for Construction 2. Pair shielded cable, as specified in Section 26 05 19 "Low -Voltage Electrical Power Conductors and Cables" shall be used for all 4-20 mA DC loops. F. Manufacturer's Representative for Startup and Testing of Sample Pumps: Furnish services of manufacturer's technical representative to inspect equipment installation, supervise initial start-up and operation of the equipment and provide Owner instruction and follow up. 1.3 Submittals The latest edition of the referenced item below shall be used. A. Submittals shall be provided in accordance with Section 01 33 00 "Submittal Procedures" and shall include: 1. Shop Drawings: a. Shop drawings shall be submitted to the Engineer for approval before fabrication or shipment to the job. Equipment shall not be fabricated or shipped to the job before receipt of approved shop drawings from the Engineer. Submittals for approval shall include: (1) Component manufacturing data sheet indicating pertinent data and identifying each component by item number and nomenclature. (2) Component drawing showing dimensions, mounting, and external connection details. (3) A system piping schematic and wiring schematic each on a single drawing with full description of operation. (4) Complete schematic diagram of each piece of electrical and electronic equipment including electrical valves and tolerances for each component. Component identification on the schematic shall be as described above. b. Following approval, the manufacturer shall be responsible for preparation of the required sets of these drawings for distribution as indicated in Division 00 and Division 01 specifications. c. Shop drawings submitted for all equipment furnished under this Section of the specifications, shall be submitted at the same time in the same package. Partial submittals will not be reviewed. 2. Sales bulletins and other general publications are not acceptable as submittals for approval. 3. Operation and Maintenance Manuals: a. Operating instructions shall incorporate a functional description of the entire system including the system schematics which reflect "as -built" modifications. Wiring diagrams shall be furnished as a part of the Operation and Maintenance Manuals which clearly show terminal numbers and wire numbers as they actually are in the instrumentation system. Instrument panel wiring shall be such that each wire installed has its own number designation at each end and such that no number is repeated. Instrument panel wire tagging instructions as specified in Section 26 05 19 "Low - Voltage Electrical Power Conductors and Cables" shall be followed. b. Special maintenance requirements particular to the system shall be clearly defined along with special calibration and test procedures. Page 2 of 23 INSTRUMENTATION — 40 90 01 May 2015 1.4 Standards Technical Specifications for Construction A. The applicable provisions of all standards listed in this specification shall apply as if written here in their entirety including but not limited to: 1. American Society for Testing and Materials (ASTM) Standards: ASTM A126 Specification for Gray Iron Castings for Valves, Flanges and Pipe Fittings ASTM B61 Specification for Steam and Valve Bronze Castings 1.5 Job Conditions A. Spare Parts: 1 Furnish all standard recommended spare parts as indicated in the Manufacturer's instruction manuals, for each component in the system. 2. Furnish the following non-standard spare parts: a. One of each type of etched or printed circuit board. b. Six indicating lights for each type of control and switch module. c. One box of each different type and size of fuses. d. One servo positioner for each type receiver. B. Special Tools: Furnish a kit which contains special size wrenches and other types of tools, not normally available, which are necessary for assembling, disassembling, aligning, and calibrating each piece of equipment. In addition, any piece of equipment (meter, test set, etc.) required by the Manufacturer to align, adjust, or otherwise calibrate any item under this Section of the specification shall be furnished. PART 2 PRODUCTS 2.1 Remote Equipment A. Controls for remote electrically operated or motor driven equipment shall be complete, including the necessary auxiliary relays so as to require only wiring and connections to the equipment control circuit. Contacts for control of remote motor operated or electrically operated equipment shall be rated not less than 10 amperes at 120 volts unless otherwise specified herein. B. Remote motor operated or electrically operated equipment shall have a separate 120 -volt control circuit which operates through the dry contacts provided by the instrumentation system. 2.2 Enclosures/Panels A. Enclosures and panels as indicated on the plans and in this specification shall be furnished, installed, and wired. Enclosures shall be NEMA 4X stainless steel for outdoor environments and NEMA 1 enclosures for indoor environments, unless specifically stated otherwise. 2.3 Tubing A. Instrument tubing shall be Type L hard drawn copper tubing conforming to Fed. Spec. WW - T -799b, and ASTM B88 for seamless copper tubing for use with or flared fittings. Hydraulic connections to instruments shall be made with separable stainless steel Swagelok fittings so that fittings may be separated and reassembled without reworking tubing ends and without incurring any leaks. B. Tubing shall be 1/4 -inch trade size (OD = 0.375 inch, ID = 0.315 inch, wall thickness = 0.030 inch), shall be rated for 810 psi working pressure at 150 F and shall be manufactured by Halstead or approved equal. Flared fittings shall be brass flared fittings as manufactured by Parker or approved equal. Page 3 of 23 INSTRUMENTATION — 4090 01 May 2015 Technical Specifications for Construction 2.4 Venturi Flow Tubes A. Tubes shall be of the pressure differential producing type constructed of cast iron, ASTM A126, Grade B. B. The throat liner shall be constructed of bronze, ASTM B61. C. Uncalibrated accuracy shall be within plus or minus 0.5 percent of actual shall not exceed 6.0 percent. D. The entrance Section shall consist of the uniform arc of a circle, the radius continuous with the throat. rate. Head loss of which shall be E. Provide flanges that match the pipe on which the flow tubes are attached. The flanges shall meet the specifications for the pipe as specified in this document. Determine that the flow tube is compatible with the pipe as indicated on the plans and specifications. F. The metering element shall not have debris collecting cavities or annular chambers, but shall have a single pressure connection at the inlet and throat. In addition, vent ports and drains shall be included on a 90 -degree plane to the metering taps. Brass of 316 stainless steel ball valve type process block valves shall be connected at the high and low meter taps. G. The Manufacturer shall furnish certified data substantiating tube proportions and performance. The data shall include: 1. Coefficient values of tolerance. 2. Effects of upstream configurations. 3. Head loss as a function of the velocity head expended. H. The flow tubes shall be Type PMT as manufactured by the Badger Meter Manufacturing Company, Milwaukee, Wisconsin, or other approved equal with a lab test of uncalibrated accuracy and loss measurement for each of the flow tubes furnished or an exact duplicate of each. 2.5 Insert VenturiFlow Tubes A. Furnish and install concentric low head loss type insert flow tubes complete with head recovery section as indicated on the plans. The upstream entrance section, holding flange, and downstream recovery core section shall be of carbon steel. The throat liner shall be stainless steel and shall include an internal annulus from which the low pressure metering taps shall be made through the holding flange, requiring no drilling or tapping of the pipeline itself. The entrance shall be nozzle type, the radius of which shall be continuous with the throat section. There shall not be any protrusion, sharp -edged annulus, or slot, or other sediment collecting areas exposed to the flow stream. B. High and low pressure ports shall have isolation valves. C. The Manufacturer shall furnish certified data substantiating tube proportions and performance. The data shall include: 1. Coefficient values and tolerance. 2. Effects of upstream configurations. 3. Head loss as a function of the velocity head expended. Page 4 of 23 INSTRUMENTATION — 40 90 01 May 2015 Technical Specifications for Construction D. The insert flow tubes shall be Type PMT -IF as manufactured by the Badger Meter Mfg. Company, Milwaukee, Wisconsin, or approved equal. Tag Service Flow Line Size 2.6 Orifice Plates A. Orifice plates shall be 316 stainless steel, concentric bored, with 300 psi forged steel flanges. Orifice shall be bored per ISA recommended practices RP3.2 for puddle type orifice plates. Flanges shall conform to ANSI pressure ratings, threaded type with raised face, and 1/2 -inch NPT pressure taps. Holding rings shall be Type 316 stainless steel. B. Orifice plates shall be Taylor model 7-20, Foxboro or approved equal. i 2.7 Parshall Flume A. The parshall flume shall be constructed of fiberglass reinforced polyester resin laminate. Throat size shall be 9 inches. The flume shall have accurate internal dimensions conforming to those shown in the latest revisions of United States Department of Agriculture Circular 843. Flume shall be molded in one integral piece containing the approach, throat, and downstream section. B. The inside surface of the flume shall be smooth and free of any irregularities. The flume shall have a minimum 1/4 -inch wall thickness, be self-supporting and require no external supporting structure, and be provided with sufficient flanges, reinforcing ribs, and/or anchoring ribs to prevent distortion during shipment, installation, and operation as well as providing for permanent anchorage in the concrete. C. The one-piece flume shall be ready and suitable for setting in the channel formwork, prior to pouring the concrete or shall be suitable for grouting into place in boxouts provided in the structural concrete. The flume shall be furnished with fiberglass tie strips or aluminum tie rods across the top of the flume to retain the vertical sides during concrete placement. Depending upon configuration, ties can be removed or remain in place after construction and during operation. Unit shall be provided with an integrally cast level sensor mounting track. Mounting track shall be compatible with specified level instrumentation. D. Cook's gelcoat no. 944L181 shall be used to produce a blue flame color. Parshall flume shall be by Badger Meter, Inc., Tulsa, OK or approved equal. MIMI"... Size 1.111.1 Range Page 5 of 23 INSTRUMENTATION — 40 90 01 May 2015 Technical Specifications for Construction 2.8 Palmer Bowlus Flumes A. Palmer-Bowlus flumes for installation in the pipeline channel shall be fiberglass reinforced polyester including an integral approach section. The flume shall have an integral mounting track for an ultrasonic sensor for flowrate measurement in the flume. The inside surface shall be white gelcoat, smooth, and free form irregularities. The outside surface shall be provided with clips suitable for anchoring to concrete. B. [The entrance and exit ends shall be U-shaped and the flume shall have an inside radius the same as the inside radius of the pipeline in which it is installed.] [The entrance and exit ends shall be supplied with end bulkheads to fit into circular channel having a radius the same as the pipeline in which it is installed.] The flume shall be molded of isophthalic polyester resin and fiberglass to form a minimum wall thickness of 3/16 inch throughout (18 size and larger to 1/4 -inch thick minimum). Flume shall be as manufactured by Plasti-Fab, Tualatin, Oregon or approved equal. Tag Size Maximum Laying Length Service Range 2.9 V -Notch Wier Plate A. V -Notch weir plates shall be constructed of the dimensions indicated on the plans and shall be constructed of 1/4 -inch thick 3003-H14 aluminum plate as sold by Reynolds Aluminum Co., Grand Prairie, Texas or approved equal. 2.10 Doppler Type Sonic Flow Transmitter A. Sonic flow meters shall be of the Doppler type consisting of a sensing element and a transmitter. Transmitter shall be powered by 120 -volt, 60 -Hertz, 1 -phase. Transmitter shall provide for indicating, totalizing, signal strength indication and transmitting of flow rate in a full pipe. The rate indicator shall be a 6 -inch length circular dial with up to 100 divisions reading directly in GPM or MGD. A signal strength meter with separate loss -of -signal indication shall be provided with circuitry to drive all outputs to zero upon loss of signal. The sensor shall be of the twin -crystal type containing a separate transmit and receive device designed to operate continuously at temperatures of 300 F and shall be supplied as a single submersible assembly with jacketed flexible armored cable. The sensing element circuitry shall be solid-state and transformer isolated and designed to meet intrinsic -safe requirements. B. Transmitter shall be housed in a NEMA 4X enclosure with gasketed shatter -proof window for rate indicator and analog signal strength indicator and shall be corrosion resistant. Electronic circuits shall to be Mil -Spec coated with anti -fungus compound. Transmitter shall include a calibration dial and adjustments for sensitivity, span and zero. Housing shall be suitable for wall and pipe stand mounting. Transmitter output shall be 4-20 mA DC in 1000 ohms proportional to flow and optically isolated. C. Each transmitter shall include an integrally mounted transient protector to protect the instrument against lightening -produced voltage spikes and other transient surges. Page 6 of 23 INSTRUMENTATION — 4090 01 May 2015 Technical Specifications for Construction D. Linearity shall be within plus or minus 0.5 percent full scale, repeatability shall be within plus or minus 0.1 percent accuracy shall be within plus or minus 2.0 percent full scale. Transmitter shall be able to operate within a temperature range of -10 F to +140 F. E. Sonic flowmeters shall be guaranteed to perform satisfactorily in the application described below or the purchase and removal costs shall be refunded to the Owner in the event of failure. Sonic flowmeters shall be Polysonics Model UFM-84. Tag Service Range 2.11 Transit Time Ultrasonic Flow Transmitter A. An ultrasonic flowmeter shall be installed on the piping as indicated on the plans and mounted in accordance with the Manufacturer's recommendations. The flowmeter shall consist of two acoustic sensors, their associated mounting hardware, an electronic transmitter and accessories as required for the installation. The flowmeter shall produce a 4- 20 mA DC signal, linear with the flow in the pipe over the specified flow range. The flowmeter shall be Panametrics DF 868. Mounting of the primary element shall be certified acceptable for seismic qualification as specified in "IEEE Recommended Practice for Seismic Qualification of Class 1E Equipment for Nuclear Power Generating Stations" by an independent laboratory. B. Two flow sensors shall be permanently mounted to the pipe to insure accurate and stable measurement of flow. The sensors shall be positioned in accordance with the Manufacturer's specifications with factory approved methods. Mounting templates and/or fixtures for sensor attachments shall be provided by the manufacturer. C. A junction box shall be mounted on the pipe, and each acoustic sensor shall be connected to this box. The electrical cables between the sensor mounting site and the junction box shall be contained in a flexible, water -tight, submersible electrically -conductive conduit. Wiring between the junction box and the electronic transmitter housing shall be as described in these specifications and all cable and wiring from sensor to flow indicating transmitter shall be in conduit. D. For external non -penetrating sensors, stainless steel mounting bands shall be placed about the pipe circumference to secure the sensor brackets; the mounting bands shall have sufficient strength to maintain accurate sensor position. Positioning of the sensor mounting brackets shall be in accordance with the Manufacturer's specifications. E. The acoustic sensors shall be securely held in the sensor brackets and shall transmit acoustic energy through the (steel, cast iron, plastic) pipe wall for measurement of flow. The transducer design shall not penetrate the pipe wall, reduce or alter the process vessel integrity. Installation or maintenance on the primary element shall not cause process shutdown. Sensor design shall allow for high pressure stream cleaning and/or pig cleaning in the pipe without damage to the sensor. F. The transmitter shall contain all circuitry necessary to utilize signals from the acoustic sensors and shall produce an isolated accurate 4-20 mA DC signal linear with the flow rate. The unit shall be enclosed in a NEMA 4X outdoor housing suitable for wall or pipe mounting remotely for location up to 1000 feet from the primary element. G. Setting of zero and span of the unit shall be easily accomplished and shall be non - interactive. Flow signal response time and damping shall be adjustable. The meter shall be readily re -scaled for different flow ranges. H. Accuracy shall be unaffected by changes in suspended solids or fluid density for the application range. Page 7 of 23 INSTRUMENTATION — 40 90 01 May 2015 Technical Specifications for Construction I. Each transmitter shall include an integrally mounted transient protector to protect the instrument against lightning -produced voltage spikes and other transient surges. J. Flow sampling shall be at a minimum rate of 150 samples per second, and the unit shall be able to operate with as few as 2 percent of the samples taken successfully. Unit shall have local indication of signal strength. In the event of prolonged loss of acoustic signaling in the fluid, the unit shall indicate the condition by an internal status light and shall provide for an external alarm connection. During periods of loss of signal the unit shall indicate zero flow. K. The output flow signal from the electronics shall be 4-20 mA DC operating into a maximum of 1000 ohms. The output signal shall indicate true volumetric flow to within plus or minus 2 percent if actual or plus or minus 0.02 fps, whichever is greater. L. A space heater shall be included to maintain the interior temperature of the electronics enclosure above the dew point temperature. M. The unit shall operate with 117/230 -volt (plus or minus 10 percent), 60 -Hz electrical power. Power requirements shall be less than 250 watts outdoor, with space heater. The unit shall function over an ambient temperature range of -40 F to +150 F (-40 C to +65 C) outdoor. N. External wiring connections shall be made via well -marked terminal blocks. O. The electrical signaling cable shall be supplied by the Flowmeter Manufacturer and shall be installed in an exclusive 1 -inch metallic conduit, electrically continuous from the sensor junction box to the transmitter housing with a conduit drain at the conduit entrance through the flow sensor vault wall as shown in detail on the plans. P. Electronics and circuit boards shall be coated with permanent (not topicalization or anti - fungus coating) clear plastic type coating, Plasite 7122 or equal, to prevent corrosion from hydrogen sulfide, chlorine or moisture. Wiring conductors shall be tinned. Screws shall be stainless steel or plated with nickel. No exposed relay contacts, exposed copper, or exposed brass surfaces shall be allowed. Q. Flow indicating transmitter shall have a totalizer installed which integrates measured flow and displays this total at front face of enclosure. Totalizer shall be resettable by switch inside the enclosure and totalizer display shall be liquid crystal type with six digits, minimum. Totalizer reading shall be retained during power outage. Flow indicating transmitter shall be housed in NEMA 4X enclosure. R. Flowmeters shall be guaranteed to perform satisfactorily in the applications described above or the purchase and removal costs shall be refunded to the Owner in the event of failure. 2.12 Sonic FlowmeteringllndicatinglRecordinglTotalizing Instrument A. A sonic flowmetering/recording instrument shall be installed to measure flow at the flume locations in this project. The unit shall have microprocessor -based electronics, a font panel menu -driven keyboard and shall produce an isolated 4-20 mA DC signal proportional to the flow, which shall be recorded on a 12 -inch circular chart recorder and displayed on an eight digit totalizer after integration. The flowmeter shall be self -compensating for ambient temperature conditions. The flowmeter shall have as standard four relay outputs available for alarm conditions, sampling or pulsing external totalizers. The unit shall be capable of simulating flow without any external devices for verifying outputs and calibrations. Totalizer display shall always be retained after power failure without battery backup by the use of an EEPROM. B. Acoustic Sensor and Mounting Equipment: The acoustic sensor shall be permanently Page 8 of 23 INSTRUMENTATION — 40 90 01 May 2015 Technical Specifications for Construction mounted at the measuring site and positioned according to the Manufacturer's approved method. Sensor mounting adaptor shall be supplied by the Manufacturer. The cable from the sensor to the electronics box shall be installed in an exclusive 3/4 -inch rigid aluminum conduit. The sensor shall have built-in temperature compensation to maintain accuracy. The sensor shall be capable of an indefinite submergence of 30 feet without degradation. The sensor shall function over an ambient temperature of -20 F to +160 F. C. Transmitter Specifications: The transmitter shall contain all necessary circuitry and built in H/Q relationship for Parshall Flumes, Palmer-Bowlus Flumes and V -Notch Weirs to utilize the signal from the acoustic sensor and shall produce an accurate 4-20 mA DC flow signal. An RS -232 serial port connection shall be provided for computer interface for real-time communications. The transmitter shall be supplied with an LCD indicator to display flow rate and flow total and their respective flow units and multipliers. The display shall indicate if there is a fault or an alarm condition. The transmitter shall also produce four relay output connections for external alarms, sampling or pulse output to drive remote totalizer. The unit shall function over an ambient temperature range of -40 F to +150 F. Totalizer shall be such that display x 1000 = gallons. D. Recorder: none. E. Unit shall be Panametrics DI 868. Service Range 2.13 Electromagnetic Flow Transmitter A. Flow element shall be of the electromagnetic type utilizing the pulsed DC type coil excitation principle with high preamp input impedance. The flow measuring system, consisting of low element, transmitter, and appurtenances, shall have an overall accuracy of plus or minus 1 percent of rate with a 10:1 turndown for all flows resulting from pipe velocities of 1 to 31 fps. Stream fluid meter size and flow range shall be as noted. System shall operate a 120 -volt (plus or minus 10 percent), 60 -Hz power. Unit shall have zero stability feature thereby eliminating the need to stop flow to check zero alignment. B. The flow element shall be of water -tight, NEMA 4 construction, unless otherwise noted. Meter shall consist of a 304SS meter tub, 150 pound ANSI carbon steel raised -face flanges, teflon liner, and 316SS electrodes, unless otherwise noted. Electrodes shall be either flush or bullet nose type. Suitable covers shall be provided for flow elements ends to protect the tube liner during shipment. Liners for magnetic flowmeters shall be neoprene. C. Remote flow transmitter shall be indicating and suitable for wall mounting. The transmitter output shall be a 4-20 mA DC signal in linear proportion to flow and shall dive loads with impedances in the range of 0 to 800 ohms without load adjustments for a 24-VDC supply. Output span and zero shall be manually adjustable. Both transmitter and primary element shall be powered from the same 120 -volt, 60 -Hz source. D. Sufficient special cable shall be provided for interconnection between the flow element and the transmitter. Cable(s) shall facilitate both signal and power for the flow element (120 -volt, 60 -Hz power will be made available at the transmitter). Special cables shall be installed in conduit. Page 9 of 23 INSTRUMENTATION — 40 90 01 May 2015 Technical Specifications for Construction E. Electromagnetic flowmeters shall be Toshiba or approved equal. • Tag • Flow Range Line Size Stream Description Service F. Stream Description: 1. Primary Sludge: Heavy organic solids in aqueous suspension, 3 to 5 percent by weight, some organic grease, occasional carbon fines and grit, 40 to 70 F. 2. Activated Sludge: Light filamentous organic solids in aqueous suspension, 2 to 3 percent by weight, 40 to 70 F. 2.14 Differential Pressure Flow Transmitter A. Flow transmitters shall be of the thin film strain gage, solid state electronic type having a 4- 20 mA DC output signal proportional to the calibrated differential pressure range. The transmitter shall have wetted parts of 316 stainless steel and a Hastelloy C diaphragm. The transmitters shall have a hermetically sealed enclosure with externally adjustable span and zero, and an accuracy of plus or minus 0.25 percent of span. Transmitter mounting bracket shall be furnished. B. Transmitters shall be Rosemount 3051 Series, or approved equal. Each transmitter shall include an integrally mounted transient protector, Gould Model TP -114, or approved equal, to protect the instrument against lightning -produced voltage spikes and other transient surges. Each transmitter shall be furnished with a 316 stainless steel service block and zeroing manifold with Normal, Zero, Blocked, Calibrated and Blowdown functions, Rosemount 3051, or approved equal. Tag"11.17 Service * — Flow Range Differential Pressure 2.15 Filter Loss of Head Transmitters A. Filter loss of head transmitters shall be of the thin film strain gage, solid state electronic type having a 4-20 mA DC output signal proportional to the calibrated differential pressure range. The transmitters shall have wetted parts of 316 stainless steel and a Hastelloy C diaphragm. The transmitters shall have an adjustable span and zero, an integral junction box with an output meter reading of 0-100 percent, a 316 stainless steel three-valve manifold, and an accuracy of plus or minus 0.25 percent of span. Each transmitter shall be provided with a sediment trap and strainer. Page 10 of 23 INSTRUMENTATION — 40 90 01 May 2015 Technical Specifications for Construction B. Transmitters shall be Rosemount 3051, or approved equal. Each transmitter shall include an integrally mounted transient protector to protect the instrument against lightning -produced voltage spikes and other transient surges. Each transmitter shall be furnished with a 316 stainless steel service block and zeroing manifold with Normal, Zero, Blocked, Calibrate, and Blowdown functions. Transmitters shall be as follows: Tag Service 2.16 Pressure Transmitter A. Pressure transmitter shall be of the thin film strain gauge solid state electronic type having a 4-20 mA DC output signal proportional to the calibrated pressure range. The transmitter shall have 316 stainless steel wetted parts and Hastelloy C diaphragm. The transmitters shall have a hermetically sealed enclosure with externally adjustable span and zero, an integral junction box and an accuracy of 0.25 percent of span. B. Range limits of transmitter shall be 0-40 to 0-200 psi. Each transmitter shall include an integrally or externally mounted transient protector to protect the instrument against lightning produced voltage spikes and other transient surges. Each transmitter shall be furnished with a three-valve manifold with Normal, Zero, Block, Calibrate and Blowdown functions and shall be D/A PTM6 or approved equal. Transmitter shall be Rosemount 3051. MR =MEI 2.17 Float Type Level Transmitters A. Transmitters shall be of the solid-state electronic type having a 4-20 mA DC output signal proportional to the measured level. Transmitters shall have a 6 -inch copper float and stainless steel tape. Transmitters shall have an indicator reading 0-10 linear. Transmitters shall be furnished with a weatherproof enclosure and pulley cover for outdoor service. Transmitter shall be Bristol Series 2008, or approved equal. 1 Range 2.18 Tape Level Transmitter A. Furnish and install a purely resistive type level sensor, Metritape Type LS -NC or equal, at the location indicated on the plans. Sensor shall be a resistance shorting type of 30.5 ohm/ft. resistance with a nominal actuation sensitivity of 0.2 psi. Sensor shall be installed in a 2 -inch Schedule 80 perforated PVC still pipe having an 8 -by -8 -by -6 -inch PVC top housing including a breather assembly and a plug-in compact 2 -wire transmitter Series 710 convert Page 11 of 23 INSTRUMENTATION — 4090 01 May 2015 Technical Specifications for Construction sensor resistance into a linear 4-20 mA output signal. The level measuring system shall be as manufactured by Metritape, Inc. P.O. Box 23266, Littleton, MA 01460, or approved equal. 2.19 Ultrasonic Level Transmitter A. Unit shall be ultrasonic type, continuous level measuring system consisting of level element, transmitter, and cable for connection from level element to transmitter. B. Level element shall be ultrasonic type transducer. Transducer shall be of water -proof construction rated NEMA 4X with operating range of -10 to +120 F at 1 atmosphere. Transducer shall be furnished with 1 -inch NPT nipple for mounting. C. Transmitter shall contain solid state controls to operate transducer and to provide a 4-20 mA DC output signal in linear proportion to the level being sensed. Transmitter shall be provided with output indicator meter and shall have an operating range of 30 to 120 F. Transmitter scale range shall be as noted. Transmitter shall be mounted in a NEMA 4X enclosure, suitable for wall mounting. D. Level system shall have an overall accuracy of plus or minus 0.5 percent of full scale and shall operate on 12 -volt, 50/60 -Hz power. E. Transmitter shall provide up to three discrete outputs, adjustable over the entire scale range. At the noted set point, unit shall transfer SPDT contacts which shall be rated for 5 amperes, continuous, at 120 VAC. Set points shall be screwdriver adjustable from inside the enclosure and shall be repeatable within plus or minus 1 percent of full scale. F. Interconnecting cable between transducer and transmitter shall be furnished with the unit with length as indicated. G. Unit shall be Drexelbrook Usonic R or approved equal. Unit Tag No. Parameters 1 2.20 Transducer Level Transmitter A. Level transmitter shall be Drexelbrook Usonic R, submersible level transducer type and shall consist of three elements: the lower assembly, the connecting cable, and the upper assembly. B. The lower assembly shall have a 316 stainless steel housing and a head pressure sensing bottom teflon -faced diaphragm with an internal, variable capacitance gauge pressure transducer assembly. C. The connecting cable between the upper and lower assemblies shall have a 1/2 -inch Q.D. polyurethane jacket, a three conductor shielded 16 AWG cable and an integral breather tube which is part of the vital sealed breathing system. D. The upper assembly houses the system signal conditioning and transient protective electronics, job connections terminal block and the expansion bag of the sealed breathing system. The housing shall be a fiberglass housing within a sheet aluminum enclosure. The Page 12 of 23 INSTRUMENTATION — 4090 01 May 2015 Technical Specifications for Construction aluminum outer enclosure is described below. The fiberglass enclosure shall have a rubber gasketed front door with stainless steel hinge and a labyrinth seal vent on the side such that atmospheric pressure has access to the expansion bag of the sealed breathing system. E. The upper assembly electronics shall be loop powered from a separate loop power supply and shall provide a 4-20 mA DC level signal output. Accuracy shall be plus or minus 0.3 percent of span and operating temperature range shall be 0 to plus or minus 70 C. Transmitter shall be factory calibrated for feet of water and shall be Consolidated Electric Model 157 GSCD with 1/8 -inch diameter, 7 by 19 stainless steel cable and 1 -inch stainless steel pipe with coupling, bolt, cable clamps and other hardware as necessary for cable suspension mounting, Consolidated Electric Part Nos. 601203-01-A and 801594-01. F. The level transmitter shall be pedestal mounted. The pedestal mounting consists of a hollow cast aluminum base with removable door, a 4 -inch aluminum pipe thread into the base and a cast aluminum slip fitter which is the attachment point for the sheet aluminum enclosure. The sheet aluminum enclosure shall be ventilated through openings. A thermostatically operated 120 -VAC ventilation fan shall provide forced air cooling. A thermostatically operated enclosure heater shall warm the enclosure interior in cold weather. G. Pedestal mounting components shall be as follows: Parts Hennessy Products (Chambersburg, PA) Catalog No. Cast Aluminum Base 231649 4" Aluminum Pipe (24" Long) 231652 Slip -fitter 231644 Ventilation Fan 230220 H. Enclosure heater shall be 200W, thermostatically controlled and shall be Hoffman Engineering Company (Anoka, MN) A-DAH2001FT. Enclosure shall be made of 5052-H32 sheet aluminum alloy which is 0.125 inch thick. Enclosure shall be large enough to house instrument(s) in each case but shall be 30 inches high by 24 inches wide by 8 inches deep as a minimum. Enclosure shall be by Hennessy Products, Chambersburg, PA. Tag Service Range 2.21 RTD Transmitter A. Transmitter shall accept an input from a 100 -ohm platinum two or three wire RTD. Temperature measurement range shall be selectable with a DIP (dual inline package) switch. Transmitter shall produce a 4-20 mA DC output input and be powered by an external power supply. Unit shall be capable of measuring and transmitting temperatures over the range 0 to 1000 F. A 3-1/2 digit, 0.8 -inch high liquid crystal display (LCD) shall provide visibility up to 30 feet and the decimal point position shall switch selectable. Unit shall provide 80 percent zero and span adjustability within any user selected input range. B. In addition, the enclosure shall be rated NEMA 4 and the NEMA 4 rating shall not void the explosion -proof ratings. Transmitter shall be Action Instruments F513 or approved equal. Tag Service Range Page 13 of 23 INSTRUMENTATION — 40 90 01 May 2015 Technical Specifications for Construction 2.22 IndicatinglCircular Chart/Recording/Totalizing Treatment A. None: all recording shall be implemented in SCADA. 2.23 Indicating Strip Chart Recorders A. None: all recording shall be implemented in SCADA. din MLA ilk 2.24 Indicating/Totalizing Strip Chart Recorders A. None: all recording shall be implemented in SCADA. 2.25 Integrators A. None: all integrating shall be implemented in SCADA. 2.26 Totalizers A. None: all totalizing shall be implemented in SCADA. 2.27 Process Indicators A. Indicating receivers shall be of the high visibility type and shall receive and indicate a 4-20 mA DC signal on a vertical scale 4 inches long with an accuracy of plus or minus 0.6 percent of span. Each indicator shall have an engraved nameplate to identify the service. Indicators shall be Red Lion Model LD, or approved equal. Adjustable alarm contacts shall be furnished as tabulated below: Page 14 of 23 INSTRUMENTATION — 40 90 01 May 2015 Technical Specifications for Construction 2.28 Current Loop Isolators A. Current isolators shall accept an input of 4-20 mA DC and produce a linearly proportional 4- 20 mA DC output signal. Accuracy shall be plus or minus 0.1 percent of scale. Isolators shall operate on 115 VAC, 60 Hz. Output load capability shall be a minimum of 1500 ohms. Current isolators shall be Acromag Model 816, or approved equal. i Tag Service Location 2.29 Current Alarm Modules A. None: all alarming shall be implemented in SCADA. 2.30 Track and Hold Modules A. None: implemented in SCADA. 2.31 Square Root Extractors A. None: implemented in SCADA. 2.32 Instrument Panel A. Furnish and install the instrumentation panel at the location indicated. The Cabinet shall be made of 14 gauge steel with an 11 gauge mounting panel inside. Dimensions of the cabinet shall be 70.87 inches high by 31.50 inches wide x 15.75 inches deep. Cabinet shall have a hinged front door and shall be Hoffman or approved equal. B. The front door mounted instruments shall be as indicated. In addition, this cabinet shall contain backplane mounted instruments and equipment. Instruments and equipment which are not indicated to be mounted on the front door by the plans shall be mounted on the backplane of the instrument panel. C. Relays contained in this cabinet shall be 3PDT, shall have 120 -VAC coils, shall each have a pilot light indicating energized coil, and shall each be mounted in a plug in socket with relay retainer clip and screw terminals. Relays shall be Square D KU13M1P14 or approved equal. The instrumentation panel shall contain _ relays. D. Timing relays in the instrument panel shall be "on delay" type relays and shall be settable with range selector switch and three thumbwheel switches. Timing relays shall be for 120 - VAC operation and shall be Square D JCK60V20 with screw terminal mounting socket and restraining strap. The instrumentation panel shall contain _ timing relays. E. Indicating lamps on the front door shall be rated NEMA 4X, shall have a LED cluster type of lamp, operated on 120 -VAC and shall be push to test. Indicating lamps shall be Square D SKT38LAA31 or approved equal. The instrumentation panel shall contain _ indicating lamps. F. Pushbuttons and rotary switches shall be Square D Class 9001 or approved equal. The instrumentation panel shall contain _ pushbutton switches and _ rotary switches. G. Instrument panel wiring shall be as follows: 1. Single conductor wire shall be stranded, tinned 18 AWG and TEW insulation, as manufactured by American Insulated Wire or approved equal. Color coding shall be Page 15 of 23 INSTRUMENTATION — 40 90 01 May 2015 Technical Specifications for Construction purple for ungrounded conductors and white for grounded conductors. 2. Pair shielded cable for 4-20 mA DC loops shall be as specified in Section 26 05 19 "Low - Voltage Electrical Power Conductors and Cables." 3. Each conductor terminated under a screw head shall have a crimp on spade terminal applied to its end prior to its termination. 4. Each conductor has its own number and no number is used more than once. 5. The number of each wire is placed at both ends of the wire next to its end according to wire tagging instructions as specified in Section 26 05 19 "Low -Voltage Electrical Power Conductors and Cables." 6. The wire numbers, as actually installed, match the numbers on the shop drawings, O&M manuals and wiring diagrams for this instrument panel. 7. Wiring shall be run enclosed in plastic wireway wherever possible. Wireways shall be installed as required to enclose panel wiring. 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 inches 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 that are from the same source may occupy the same wireway provided all are insulated for the maximum voltage of any conductor in the wireway. Wiring carrying voltages that originate at different source shall not run in the same wireway. 8. Terminal strips shall be installed for wire terminations and shall be Allen-Bradley 1492 H1. Each terminal strip shall have hinged marking surfaces which snap on. These marking surfaces shall have typewritten labels glued to its surfaces with Elmer's Glue All. Typewritten labels shall denote terminal strip numbers and shall match numbers shown on shop drawings, O&M manuals and wiring diagrams. Marking surfaces shall be Allen- Bradley 1492-N41 and labels shall be Allen-Bradley 1492-N43. Inputs to SCADA RTU shall be brought to terminal strips in the instrument panel in for connection to the SCADA RTU which shall be by others in the future. H. Provide a specification grade single pole toggle switch, P&S 501-1 or approved equal, and a general purpose fuse, Gould Shawmut OTM or approved equal, with fuse holder for control power control inside the instrument panel. Fuse rating shall be adequate to power all instrument panel loads but shall not be greater than 10 amps. A print pocket shall be provided in the panel and shall contain an 11 x 17 control schematic and an 11 x 17 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. 2.33 Raw Water Pump Control Switches A. Pump Control Switches shall be Honeywell Micro Switch Type CMC, or approved equal. Switches shall be two -position maintained contacts, four 6.3 -volt indicator lamps with 120 - VAC transformers and Electronic Duty gold contacts. The red and green quadrants shall be connected to light only when receiving the respective RUN or STOP pump status. The white quadrant shall be lighted continuously for identification of the pump. Pump control stations shall have legend plate and colored LED lamp inserts as indicated. 2.34 High Service Pump Control Switches A. Pump Control Switches (H-_ through H- ) shall be Honeywell Micro Switch Type CMC, or approved equal. Switches shall be three -position maintained contacts, four quadrant display, four 6.3 -volt indicator lamps with 120 -VAC transformers and 10 -amp heavy duty contact blocks. The yellow quadrant shall light when the switch is in the HAND position. The red quadrant shall light only when receiving the respective RUN pump status. The green quadrant shall light only when receiving the respective STOP pump status. The white quadrant shall be lighted continuously for identification of the pump. Pump control stations Page 16 of 23 INSTRUMENTATION —40 90 01 May 2015 Technical Specifications for Construction shall have legend plate and colored lamp inserts as indicated. B. Lead Pump selector switch (LPS) shall be Honeywell Micro Switch Type CMC, or approved equal. Switch shall be two -positioned maintained contacts, four 6.3 -volt indicator lamps with 120 -VAC transformers and 10 -amp heavy duty contact blocks. The amber quadrants shall be connected to light when switched to the respective pump position. The white quadrant shall be lighted continuously for identification. Lead pump selector switch shall have legend plate and colored lamp inserts as indicated. 2.35 Flow Controllers A. None: implemented in SCADA. 2.36 Level Controller A. None: implemented in SCADA. 2.37 Process Controller A. None: implemented in SCADA. 2.38 Annunciator A. The annunciator shall be a 24 -point solid state annunciator, Panalarm Model 73B64, or approved equal. Cards shall be provided for all windows plus five spares. Controls shall include warble tone horn, Test and Acknowledge pushbuttons. A remote warble tone horn shall be installed in the as indicated by the plans. The remote horn shall operate in time sequence with the local horn. Window labels shall be in Capital Letters and worded as indicated on the plans. 2.39 Turbidity Analyzer A. Instruments shall be a continuous reading low range nephelometer, utilizing a light beam passed through a water sample to measure the amount of light scattered by the turbidity particles. Each instrument shall consist of an instrument body and master indicator. The master indicator shall be of the indicating type with ranges of 0 to 0.1, 0 to 0.3, 0 to 1, 0 to 3, 0 to 10, 0 to 30, 0 to 100, 0 to 300, and 0 to 1000 NTU. Master indicator output shall be 4-20 mA DC. Turbidimeters shall be Hach Surface Scatter 6. B. There shall be furnished to the Owner one screw-in vial, grab sample curvette, light shield, spare lamp and fuse and accessory case, standard 0.12 NTU. Page 17 of 23 INSTRUMENTATION — 40 90 01 May 2015 Technical Specifications for Construction 2.40 Chlorine Residual Analyzer/Recorders A. The chlorine analyzer equipment shall be Hach Model CL17, or approved equal. The analyzer equipment shall include a submersible sensor probe, complete with agitator, with sufficient interconnecting power and signal cable to connect to the analyzer. The analyzer and the agitator shall operate on _ V, 60 -Hz power. The analyzer shall be enclosed in NEMA 4X enclosures with wall mounting hardware. The analyzer and sensor probe shall be installed as indicated. B. The residual chlorine shall be indicated on a mirrored scale front panel meter, having three switch selectable ranges of 0 to 1, 0 to 5, and 0 to 10 ppm. Alarm status shall be displayed by LED indicators. The accuracy shall be plus or minus 1 percent. Temperature compensation shall be automatic from 0 to 50 C. The analyzer shall provide output of 4-20 mA DC and 0-1 mA DC. The 0-1 mA DC output shall be used to position the recorder needle. The 4-20 mA DC output shall be used as a residual level input as indicated. 2.41 Sulfite Ion Residual Analyzer A. Each sulfite ion analyzer shall provide a direct measurement of the sulfite ion concentration in a water sample. The analyzer system shall be comprised of a monitor, a flowcell assembly and a sulfite sensor. The analyzer monitor shall come complete with a direct reading digital LED display, two adjustable alarms with relays, an isolated 4-20 mA DC output and flashing LED indicating low sulfite ion level. The monitor shall be capable of being wall -mounted. B. The sulfite sensor shall be a voltametric membraned sensor, composed of polarized noble metal electrodes immersed in an electrolyte. The sensor shall be isolated from the waste stream by a ion permeable membrane. The sensor shall not require reagents for operation and shall not be affected by other constituents normally found in dechlorinated effluent streams. C. The sulfite ion sensor shall be placed into a flowcell assembly which shall automatically regulate the sample flowrate and pressure past the sensor. The assembly shall consist of a constant head overflow tube and a clear sensor flow chamber. A 1/4 -inch hose bib shall be provided for the sample inlet and a 3/8 -inch hose bib shall be provided for the drain connection. D. The sulfite ion analyzer system shall have measurement range of 0 to 19.99 ppm sulfite ion concentration as a positive display and a 0 to 1.99 ppm chlorine concentration as a negative display. The chlorine indication shall be for relative value only. The analog output shall be an isolated 4-20 mA signal and shall correspond to a selectable output range of either 0 to 1, 0 to 2, 0 to 3, 0 to 5, 0 to 10, or 0 to 20 ppm sulfite ion concentration. The accuracy shall be plus or minus 2 percent or 0.05 ppm sulfite ion concentration with a repeatability of plus or minus 1 percent or .05 ppm sulfite ion concentration. The analyzer shall operate on a 10 to 30 gph sample flow rate. E. The analyzer shall have high and low alarm setpoints with auxiliary relays and an independent zero crossover relay to indicate the presence of residual chlorine. The relays shall be SPDT rated at 3 A at 110 -VAC resistive. The analyzer shall operate on 110 -VAC, 50/60 -Hertz power supply and shall be housed in a NEMA 4X ABS enclosure. F. Two sensors and a 25 -foot cable shall be provided with each unit. An accessory polarizer shall be supplied with each unit to maintain the spare sensors ready for immediate use. Page 18 of 23 INSTRUMENTATION — 40 90 01 May 2015 Technical Specifications for Construction G. The sulfite ion residual analyzer monitor shall be as manufactured by Hach, or approved equal. 2.42 Sample Pumps A. Sample pumps shall be provided to pump liquid from the sample points to the Chlorine Residual and Sulfate Ion Analyzers. B. The submersible well pumps shall be multi -stage turbine type pumps of sufficient number of stages to produce the required pumping capacity at the required head. The impellers shall be Noryl and shall be statically and dynamically balanced on a stainless steel shaft. The pump shall be designed to handle momentary upthrust; however, pump selection will be made so it eliminates continuous upthrust condition. The submersible pumps shall Grunfos SQ series, or approved equal. C. Operating conditions for the well pump are as follows: Operating Point 1 20 GPM at 80 ft. TDH Operating Point 2 15 GPM at 125 ft. TDH Minimum Pipe Column Size* 12" *Diameter of pipe in which pump is to be installed. D. The pump end shall be direct coupled to a fully enclosed, liquid filled, full voltage starting, electrical submersible motor. The motor shall operate at 460 volts, 3 phase, 60 Hertz, 3600 rpm and be rated for continuous operation. The motor shall be of sufficient horsepower that the nameplate rating is not exceeded at any point on the pump characteristic curves, throughout the operating range of the pump furnished, including shut-off. The motor shall be equipped with a bearing assembly sufficiently large to carry the downthrust developed by the pump and water column during continuous service. E. The motor provided shall be filled with oil, glycerin or other approved fluid and shall incorporate an appropriate mechanical, or mercury seal to preclude the entrance of water. There shall be furnished under these specifications a sufficient amount of power cable of proper size and voltage to reach from the motor to a point not less than 10 feet above the surface. The cable shall be protected with a steel guard where it passes the bowl assembly to prevent damage from contact with the well casing and it shall be supported on the column pipe by suitable non -corrosive means at intervals not exceeding 15 feet. 2.43 Suspended Solids Analyzer A. The suspended solids meter shall consist of an infrared measuring probe and a separate electronic transmitter. Suspended solids shall be measured using a four -beam infrared transmission system which is unaffected by or compensated for contamination, temperature, or sensor aging. Page 19 of 23 INSTRUMENTATION — 4090 01 May 2015 Technical Specifications for Construction B. The measuring probe shall have no moving parts, and shall be constructed of rugged materials capable of continuous operation in the process material within the specified environmental limits of the process. The measuring probe shall be designed for mounting for submersible installation in a basin, tank, or channel, or for insertion through a 2 -inch ball valve into a pipeline. The measuring range of the measuring probe shall be in accordance with the manufacturer's specifications. C. The electronics unit shall provide a digital display which can be selected to show the output percentage, output current, probe signal level, power condition, and alarm levels. The electronics unit shall provide an isolated 4-20 mA DC output signal to drive 900 ohms maximum. The unit shall be calibrated by span and zero potentiometers. One high and one low limit alarm contact shall be provided (each adjustable over the full range by a potentiometer) with indicators showing when either is activated. One alarm contact shall be provided to indicate a full depletion condition, with an indicator showing when it is activated. The alarm contacts shall be rated at 3.5-A, 120 -VAC general use; 2.5-A, 240 -VAC general use; 5-A,30-VDC resistive, 5 -A,240 -VAC resistive. D. The electronic transmitter shall be housed in a NEMA 4X enclosure. A 25 -foot cable, with quick -connect plug shall connect the measuring probe to the electronics unit. The unit shall operate over an ambient temperature range of -20 C to 55 C and shall be corrosion resistant. E. The suspended solids meter shall be as manufactured by Hach. The unit shall come complete with probe and necessary hardware for mounting it. W Tag W Probe Model No. WRangW Service lir 2.44 Sludge Blanket Level Detectors A. The solids level detector shall provide a continuous measurement of the depth of a liquid - solids interface in gravity or fiotational separation systems. The system shall be of the ultrasonic type, and shall not require the transducer to come in contact with the interface. The system shall be capable of monitoring interfaces continuously 2 to 19 feet from the sensor with a resolution of 0.1 foot. B. The system shall consist of an analyzer and a swing bracket holding the sensor and transceiver. The analyzer shall be housed in a NEMA 4X lockable enclosure with brackets for wall or handrail mounting. The analyzer shall have a digital display and shall provide the following functions: 1. Run or operate mode. 2. Test mode. 3. Program mode. 4. Set point program mode. 5. Tank depth mode. 6. Self -diagnostics. C. The analyzer shall have a 4-20 mA DC isolated output scalable to all or any portion of the operating range. It shall also have four individually programmable SPDT relays at 7 amperes at 120 VAC. The analyzer shall also provide test outputs of 4 and 20 milliamperes. Page 20 of 23 INSTRUMENTATION — 4090 01 May 2015 Technical Specifications for Construction D. The swing bracket assembly holding the sensor/analyzer assembly shall be capable of being located as far as 200 feet from the analyzer and be complete with the necessary length of connecting cable. The system shall be Royce Model 2500 with Model 25 bracket assembly. 1r� 2.45 Dissolved Oxygen Analyzers A. Furnish and install where indicated a complete dissolved oxygen monitoring system. The primary sensing device for the dissolved oxygen level shall be a galvanic, membrane type oxygen probe mounted as indicated on the plans and operated in conjunction with a dissolved oxygen analyzer. The complete system shall be as manufactured by Hach, or approved equal. B. The dissolved oxygen analyzer shall be dual range, manually selectable 0 to 15 or 0 to 3 mg/L, with a temperature range of 0 to 50 C. The output of the analyzer shall be a 4-20 mA DC signal and shall not output a temperature signal when the unit is switched to read temperature on the meter. The analyzer shall be mounted in a NEMA 4X enclosure and furnished with the necessary hardware for handrail mounting. The unit shall operate a 115- V, 60 -Hz power. Analyzers shall be as follows: Tag Service'T 2.46 Oxygen Analyzers A. Dissolved oxygen analyzer shall measure dissolved oxygen at the locations where they are installed and shall have two scales, a 0 to 3 ppm scale and a 0 to 12 ppm scale. The analyzer enclosure shall be made of styrene and shall be rated NEMA 4X. The analyzer shall provide a 4-20 mA DC output signal which shall represent the dissolved oxygen value currently sensed by the analyzer. The analyzer shall operate over a temperature range of - 30 to +50 C with 0 to 100 percent relative humidity. Analyzer display shall be 4 -1/2 -inch dual scaled meter and unit shall be capable of functioning with sensor to analyzer distance of 600 feet. In addition, the analyzer shall meet the following performance standards as a minimum: Sensitivity 0.05% of span Stability 0.05% of span per C ambient temperature change Non -Linearity 0.1 % of span Repeatability 0.05% of span or better Temperature Drift Zero: 0.002% of span/ C, Span: 0.009% of span/ C Response Time 3 seconds to 99% of value upon step change Maximum of dimensions of analyzer shall be 13" x 10" x 7" B. Provide a self-cleaning, automatically temperature compensated submersion type sensor which uses two dissimilar metals as electrodes. Sensor electrodes shall continually be Page 21 of 23 INSTRUMENTATION — 40 90 01 May 2015 Technical Specifications for Construction cleaned by a motor operated rotating whetstone and electrode materials shall be iron and silver. Membrane/electrolyte type sensor or sensors operating on a different principle shall not be accepted. C. Dissolved oxygen analyzer shall be as manufactured by Hach or approved equal. 2.47 PH/Orp Analyzers A. PH/ORP analyzers shall provide PH measurements of 0 to 14 and ORP measurements of - 2000 to 2000 MV. Unit shall provide single or two point automated calibration and automatic recognition of pre -selected buffer valves. Unit shall provide diagnostic error messages for identification of abnormal conditions, shall have a 4-1/2 digit liquid crystal display (LCD) and be mounted in a NEMA 4X enclosure. Provide a 24-VDC power supply to supply instrument power and 4-20 mA DC loop power. Unit shall act as two -wire 4-20 mA DC transmitter to transmit PH or ORP values to remote locations. In addition, the analyzer shall meet the following performance standards as a minimum: Sensitivity 0.05% of span Stability 0.05% of span per 24 hrs., non -cumulative Non -linearity 0.05% of span Repeatability 0.05% of span or better Temperature Drift Zero: 0.01% of span per C, Span: 0.01% of span per C Response Time 1 second to 90% of value upon step change B. Provide sensor rated for -5 to +60 C operation and for insertion into liquid filled, pressurized process line without interrupting flow. Analyzer shall be Great Lakes Instruments Model 692 with 2070R0 probe or approved equal. Power supply shall be as manufactured by Hach or approved equal. PART 3 EXECUTION 3.1 Installation A. Wire each device requiring power so that when wires are removed from any one device, power is not be disrupted to any other device. Ground the case of each device either by mounting directly on a steel frame or by a third wire. 3.2 Field Quality Control A. The supervisory service of a factory -trained service engineer who is specifically trained on the type of equipment herein specified shall be provided during construction to assist the Contractor in the location of sleeves; methods of installing conduit and special cable; Page 22 of 23 INSTRUMENTATION — 40 90 01 May 2015 Technical Specifications for Construction mounting, piping, and wiring one of each type of device, and the methods of protecting all of the equipment prior to placing it into service. Upon completion of the installation, the services of the above service engineer shall be provided for calibration and startup of the equipment and for instructing the operating personnel. The Manufacturer shall provide sufficient service to place the system in satisfactory operation. B. Upon completion of installation of sample pumps, an acceptance test to verify the satisfactory operation of each unit shall be conducted. The test shall be conducted in a manner approved by and in the presence of the Engineer. The unit shall be checked for excessive noise, vibration, alignment, general operation, etc. The unit must perform in a manner acceptable to the Engineer before final acceptance will be made by the Owner. C. Check out and calibrate the system upon completion of the installation. D. Prior to the Owner turning on any form of energy to the system, the Contractor shall provide the Engineer with a certified statement of approval of the installation including his supplier's authorization for turning on energy to the system. END OF SECTION Page 23 of 23 INSTRUMENTATION — 40 90 01 January 2016 Technical Specifications for Construction SECTION 40 90 02 SUPERVISORY CONTROL AND DATE ACQUISITION (SCADA) SYSTEM PART 1 GENERAL 1.1 Work Included A. The Work involved under this Contract consists of the furnishing of all materials, tools, equipment, transportation, services and all labor and superintendence necessary for the installation of a Programmable Logic Controller (PLC) based Supervisory Control and Data Acquisition System (SCADA). The SCADA System shall be comprised of a PLC -based facility control system. The system shall be provided complete with cabinets suitable for the environment and associated electronic subsystems necessary to meet the functional requirements of this Section. The equipment proposed by the Contractor shall not be a prototype, but shall be part of a standard off -shelf configurable system readily available in the market place and have design specifications, engineering drawings and parts lists immediately available. B. Contractor shall be responsible for the procurement, installation, integration, testing and commissioning of all equipment, programming, configuration and any and all other labor and materials required necessary to deliver to the Owner a complete and fully functional SCADA system as described in this Specification. 1.2 Quality Assurance A. Acceptable Manufacturers: 1 Equipment shall comply with the Contract Documents and shall be produced by one of the following manufacturers: a. PLC/Network Equipment: (1) Rockwell Automation (Allen-Bradley) CompactLogix or ControlLogix (sole -source) b. Uninterruptible Power Supply: (1) APC. (Sole -source). c. Personal Computers: (1) Dell (Sole -source). d. Printers: (1) Hewlett Packard (Sole -source) e. PC Interface Software: (1) Rockwell Automation (Allen-Bradley) FactoryTalk (sole -source) (2) Rockwell Automation (Allen-Bradley) RSLogix (sole -source) f. Network Devices (1) Moxa (Preferred) (2) Phoenix Contact (3) Rockwell Automation / Allen-Bradley (4) Schweitzer Engineering Laboratories, Inc. (SEL) (Motor Protection System only) (5) Approved equal B. Qualifications: 1. The Process Control System Supplier (PCSS) shall be regularly engaged in the design, installation and maintenance of PLC based control systems. PCSS must submit documentation listed in Section 1.02.5 below that verifies and demonstrates the following minimum qualifications: a. Organization Facilities and Business Viability Page 1 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02 January 2016 Technical Specifications for Construction b. Have Been in business for a minimum of five (5) years. c. Maintain adequate appropriate insurance d. Maintain a permanent, fully staffed and equipped service facility capable of designing, fabricating, installing, calibrating, programming, and testing of the products and systems. e. Have adequate financial resources to successfully execute projects. f. Have employee safety training program. 2. Organization and Personnel Experience a. Have experience in the Water and Waste Water industry. b. Successfully completed at least three (3) projects of $250,000.00 in scope and containing 350 I/O points in the last five (5) years. c. Employ at least one (1) full time licensed and registered Professional Engineer (P.E.). d. Employ full time degreed engineers from ABET accredited universities that have: (1) A minimum of five (5) years of experience working on projects and systems of similar size and scope. (2) Completed at least two (2) projects utilizing Plant PAX from Rockwell Automation (3) Has communications networking experience. (4) Has Rockwell certification. (5) Experience with the following software: (6) FactoryTalk ME (7) FactoryTalk SE (8) FactoryTalk Historian (9) RSLogix 5000 (10) RSLogix 500 e. Experience with the following hardware: (1) Rockwell Automation/Allen-Bradley ControlLogix family of PLC (2) Rockwell Automation/Allen-Bradley CompactLogix family of PLC (3) Rockwell Automation/Allen-Bradley FIexI/D (4) MOXA network hardware. f. Employ personnel within two hundred (200) miles of the project capable of providing on-site response within four (4) hours. Be an authorized Allen-Bradley/Rockwell Systems Integrator Contractor, Solutions Provider. g - h. Employ a PMI or PMP certified project manager. 3. Quality Assurance a. Have a Quality Assurance/Quality Control program, process or certification. b. Maintain an ISA association c. Provide a warranty for all contract work, including a minimum of one (1) year on all provided hardware and one (1) year on all application programming. d. Have a proven history of executing on-going maintenance service contracts or warranty work. e. Maintain a certified UL -508 control panel facility. f. Active members of the Control System Integrators Association (CSIA). Page 2 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM - 40 90 02 January 2016 Technical Specifications for Construction C. PCSS shall submit three (3) hard copies along with an electronic copy of the Qualification Documentation to the Owner/Engineer. The following documentation is required for qualification purposes: 1. Organization Facilities and Business Viability Documentation a. Provide copy of State documents verifying the number of years that the firm has been in business b. Provide a Certificate of Insurance (COI) verifying adequate insurance coverage including: Commercial General Liability $2,000,000.00 Aggregate Automobile Liability $1,000,000.00 Single Limit Transit Coverage $25,000.00 min up to the value of the equipment being transported Workers Compensation Employers Liability $500,000/500,000/500,000 c. Provide address and square footage of required fully staffed service facility. d. Provide a notarized statement from an officer of the Company verifying the size of the environmentally controlled space dedicated to the production, assembly and check- out of custom controls panels. e. Provide the company legal name, address as well as the Dun & Bradstreet D -U -N -S number for the company. f. Provide copies of the firm's safety program and certify employ participation. 2. Organization and Personnel Experience Documentation a. Provide an overall Company Organization Chart and resumes for key personnel indicating water/wastewater experience. b. Provide a detailed listing of at least three (3) projects of similar size and complexity successfully completed within the last five (5) years. Information must include the following for each project: (1) Project name (2) Project location (3) Owner's name, address, and phone number (4) Owner's contact person and phone number (5) Consultant/Design Engineering Firm name and contact (6) General Contractor's name (if applicable) (7) SIC's order/contract amount (8) Date project started (9) Date project completed (10) Technical description of provided control system in sufficient detail to verify equivalent size and complexity. c. Provide a copy of the Company's full time employed Professional Engineer's license/registration d. Provide resumes of employees that show their experience level e. Provide zip codes and resumes of personnel within two hundred (200) miles of the project site capable of providing on-site response within four (4) hours. f. Provide copy of organizations Allen-Bradley/Rockwell Systems Integrator Contractor, Solutions Provider certification g - Provide copy of project manager's certification Page 3 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02 January 2016 3. Quality Assurance Requirements Technical Specifications for Construction a. Provide documentation that demonstrates Quality Assurance/Quality Control program, process or certification. b. Provide copies of ISA association documentation. c. Provide resumes of full time employees that would respond to perform warranty or maintenance work. d. Provide a current list with contact information of Municipalities for which the Company has current and on-going Maintenance Contracts and/or existing warranty agreements. e. Provide copies of Company's standard Maintenance and/or Warranty Contracts/Agreements. f. Provide a copy of the Company's UL -508 current certification. g - Provide a copy of documentation showing active membership in the Control System Integrators Association (CSIA) or equivalent organization. D. All electronic components furnished by the Contractor shall be new products of manufacturers in North America having an established reputation in the manufacture of such equipment with at least 5 years background. All PLC related equipment supplied shall be a proven product having been in field service for at least 1 year and in production for no less than 2 years. E. All materials are subject to the approval of the Owner and shall conform to all applicable state and federal codes and regulations. F. The Contractor shall warrant that all equipment will perform in accordance with published specifications, is suitable for the intended purposes and shall be free from defects in materials, and workmanship for a period of one (1) year from the date of the final acceptance by the Owner. Contractor shall also warrant all system configuration and programming for a period of one (1) year from the date of final acceptance plus two (2) years of extended support. Where any product or system does not perform as specified during this warranty period, the Contractor shall correct any defect, including the non-conformance with any applicable specification and shall repair or replace any defective part or parts without charge to the Owner for parts and labor. G. Testing: A formal system test shall be performed by the Contractor and witnessed by the Owner or Owners representatives at the Contractor's test facility, prior to shipment. The purpose of the test shall be to verify the functionality, performance, and stability of the hardware and software. Testing requirements are dictated in specification 40 90 03 — "SCADA and Instrumentation Testing and Commissioning." 1.3 Submittals The latest edition of the referenced item below shall be used. A. Submittals shall be in accordance with Section 01 33 00 "Submittal Procedures" and shall include: 1. Component catalog number and manufacturing data sheet, indicating pertinent data and identifying each component by the item number and nomenclature as specified. 2. Component drawings showing dimensions, mounting, and external connection details. B. PCCS shall submit a Project Execution Plan to the Owner and Engineer for approval. This plan shall include, at a minimum: 1. A detailed work task breakdown. 2. Estimated start and end dates of each work task listed an above work task breakdown. 3. Estimated duration for each task listed in the above work task breakdown. 4. A Gantt chart or equivalent scheduling report shall be acceptable. Page 4 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02 January 2016 Technical Specifications for Construction 5. PCSS shall provide regular updates of the Project Execution Plan to Owner and Engineer. a. Update schedules to be agreed upon between PCSS and Owner / Engineer during pre -submittal meetings. 1.4 Standards A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. Institute of Electrical and Electronics Engineers (IEEE). 2. National Electrical Manufacturers Association (NEMA). 3. American National Standards Institute (ANSI). 4. Electronic Industry Association (EIA). 5. International Electro -Technical CoHMlssion (IEC). 6. Federal Communications Commission (FCC). 7. Instrumentation, Systems, and Automation Society (ISA). 8. Underwriters Laboratories (UL). PART 2 PRODUCTS 2.1 General A. Equipment shall be the manufacturer's latest and proven design. The Specifications and Drawings call attention to certain features, but do not purport to cover all details entering into the design of the instrumentation system. The completed system shall be compatible with the functions required and the equipment furnished by the Contractor. B. The PLC related equipment proposed by the Contractor shall not be a prototype, but shall be a part of a standard off -shelf configurable system of components readily available in the marketplace and have design specifications, engineering drawings and parts lists immediately available. Specified PLC processors, I/O modules, power supplies, chassis, etc. shall be sole -sourced from Allen-Bradley. C. The system shall be provided complete with cabinets, input/output equipment and associated electronic subsystems necessary to meet the functional requirements of this Section. D. Equipment shall have adequate test points with controls or adjustments required for alignment and maintenance accessible from the front of the equipment. These test points shall provide sufficient isolation to prevent disturbance to the system due to accidental short circuit or other mismatch during routine test or maintenance practices. E. Alarm LED or LCD indicators shall be included and be clearly visible with covers in place to indicate any alarm or off -normal condition. F. Lamps, controls and test points shall be etched or clearly marked on all electronic equipment. G. Equipment shall be designed to operate over the environmental, physical and primary power limits as specified herein without the use of blowers or other means of forced air circulation. Page 5 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02 Full Specification Performance 0 C (32 F) to +60 C (140 F) Storage -40 C (-40 F) to +80 C (176 F) Altitude 15,000 ft. Humidity 5% to 95% Maximum, non -condensing Duty Conditions Continuous Page 5 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02 January 2016 Technical Specifications for Construction 2.2 System Operational Description A. General: 1. The system shall be a continuous polling, supervisory control and data acquisition system (SCADA), utilizing programmable logic controllers (PLCs), as Station controllers and a Manufacture -specific controller for any VFD's. System shall be configured and programmed to meet the Owner provided Sequence of Operations. 2. Primary communications shall be fiber-optic, using the PLC manufacturer's standard protocols. 3. Automatic control functions shall reside in the station PLC such that, upon loss of the Plant HMI, control of the system shall continue without interruption. The Operator, through the Plant HMI, shall have the capability to set or change any automatic control or alarm variable in the software control program. 4. Contractor shall be responsible for the procurement, installation, integration, testing and commissioning of all equipment, programming, and all other labor and materials required necessary to integrate the new Pump Station control system with the existing O.N. Stevens Water Plant SCADA system. Integration shall be implemented in such a manner that the entire new Pump Station control system can be operated from a single workstation in the O.N. Stevens Water Plant Operations Center. a. Installation of all equipment, programming, configuration and materials including, but not limited to interface equipment, additional network switches, additional development and programming of new HMI screens to be incorporated in the existing O.N. Stevens Water Plant SCADA system, network switch configuration and any other hardware, software, programming and configuration required to integrate new Pump Station control system into the existing O.N. Stevens Operations SCADA system. b. Contractor shall conduct a series of interactive workshops with Water Plant Operations and SCADA personnel during preliminary SCADA design to develop all necessary screens and program control logic required to integrate new Pump Station control Pump Station into the existing O.N. Stevens Operations SCADA system B. Functional Descriptions: 1. A PLC shall be located in the existing Pump Station Electrical Room. The PLC shall monitor the station flow and automatically throttle the pump motors on the output of the station in response to the flow requested by the Central Control. The control scheme shall be configured such that these assignment changes are normally made from the Central Control Console located at the Water Treatment plant. Early turn -on or manual operation of pumps is required during peak operating times. This shall be done by the Operator at the Central Control Console, located at the water treatment plant. 2. There shall be provided custom generated system screens for operator interface and control. There shall be an overall system screen, a minimum of three graphics screens for each PLC location. All equipment control and status conditions and system variables (flows, pressures and levels) shall be displayed on these screens. Preliminary screen design shall be submitted to the Owner for review and/or approval. 3. Provide an alarm summary page showing a list of active and historical alarms; in addition there shall be alarm footer on each graphics page displaying the most recent unacknowledged alarm. 2.3 Pump Station Equipment A. The new Pump Station control system shall consist of the station PLC, together with all necessary hardware, network switches, UPS, local I/O, power supplies and any other hardware and software necessary for providing a complete and operative Pump Station. Communications between the new Pump Station control system and the existing Plant SCADA system shall be via the existing fiber optic system. 1. All PLC hardware shall be installed in existing or free-standing or wall -mounted 2 -door Page 6 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02 January 2016 Technical Specifications for Construction enclosures sized for the amount of equipment installed in them and appropriate for the environment they are installed in. All enclosures shall be equipped with a copper ground bus, mounted on the backplate. The ground bus shall be provided with a suitable connectors sized for #20 AWG through 2 AWG copper cable. 2. All equipment in the enclosures shall be complete with all interconnecting wiring required, wired to terminals and connected to the 120 -VAC and the communications cables. 2.4 Equipment A. Pump Station PLC: 1. The Programmable Logic Controller (PLC) system shall be the ControlLogix PLC system manufactured by Rockwell Automation (Allen-Bradley) only. PLC shall be the 1756-L7x family of Modular Controllers. Processor and associated I/O shall be selected as required to meet the minimum memory and I/O requirements of the final control programming with a minimum of 30% memory and a minimum of 20% spare I/O reserved for program and facility expansion. 2. PLC system shall be configured so as to have a separate, redundant ControlLogix 1756- L6x PLC processor connected to the primary operational PLC processor in a fully - redundant configuration. Fully -Redundant is defined in this case as the Stand-by processor being directly connected to the primary control processor, running the identical program concurrently as the primary processor, and will fail -over to the Stand-by processor automatically. PLC system shall be configured in such a manner that the system where, upon the failure of the primary processor, the redundant processor shall continue uninterrupted operation of the pump station. 3. All user wiring to I/O modules shall be through a heavy-duty terminal strips. Compression -type screw terminals shall be used to provide fast, secure wire connections. Spring -type terminal blocks shall not be used in any control panel or junction box application. 4. All types of input/output modules shall be color coded and titled with a distinctive label. 5. The PLC I/O modules shall be the ControlLogix PLC system manufactured by Rockwell Automation (Allen-Bradley) only. I/O modules shall be the 1756-L7x family of Modular Controllers. 6. The PLC shall contain discrete input/output hardware consisting of the following types: a. Discrete Inputs: (1) AC/DC input for devices which operate at 24 VAC, 50/60 Hz or 24 VDC. (2) AC input for devices which operate at 120 or 240 VAC, 50/60 Hz. (3) DC input for devices which operate at 5 to 30 VDC. (4) Discrete input modules shall be either 8- or 16 -point modules. No 32 -point input modules shall be used. b. Discrete Outputs: (1) AC output for devices which operate at 120 VAC, 50/60 Hz. (2) AC output for devices which operate at 220/240 VAC, 50/60 Hz. (3) AC output for devices which operate at 24 VAC, 50/60 Hz. (4) DC output for devices which operate at 10 to 60 VDC. (5) Isolated Contact output which provides eight isolated outputs capable of switching 120 VAC, 220 VAC, or 24 VDC power. (6) Combination Contact Output and 120 -VAC Input available in two in two out, four in four out, or six in six out configuration. (7) Discrete output modules shall be either 8- or 16 -point modules. No 32 -point input modules shall be used. Page 7 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02 January 2016 Technical Specifications for Construction 7. The PLC shall contain analog input/output hardware consisting of the following types: a. Analog input which accepts analog signals and converts them to 16 bit binary values. Resolution of the analog conversion shall be 16 bit from analog value of 0 mA to +20 mA. Digital resolution shall be available in 1 part in 65536 voltage or 1 part in 32767 current. Analog inputs shall be differential. Analog inputs shall be available in the following ranges: (1) Voltage Range: -10 to +10 VDC. (2) Current Range: 0 to +20 mA. b. Analog input modules shall be either 8- or 16 -point modules. No 32 -point input modules shall be used. 8. Analog output which converts a 15 bit current or 16-bit voltage binary number (14 -bit resolution) into an equivalent single -ended analog output signal. Analog outputs shall be available in the following ranges: (1) Voltage Range: -10 to +10 VDC. (2) Current Range: 0 to +20 mA. 9. The programming software shall be Rockwell Automation RSLogix 5000 with all associated required communications and configuration packages included. 10. Contractor shall provide any and all interface modules required to seamlessly communicate with other required station equipment such as VFD's, Machine Condition and Vibration monitors, etc. B. Conduit and Wire: 1. Conductors: Soft -drawn, annealed copper, stranded, with a conductivity of not less than that of 98 percent pure copper bearing the U.L. label. The minimal size shall be #18. Conductors #8 or larger shall be stranded. 2. Single Conductors: Conductor with thermoplastic insulation rated at 600 volts and insulated with type XHHW insulation. Wire in light fixture channels and other special locations shall be as specifically noted for temperature in NEC Article 300. 3. Ground Wire: Tinned, Class B stranded conductor without insulation. 4. Paired Shielded Cable: 16 gauge, 7/26 stranded, copper conductors with 0.021 -inch extruded PVC; 0.004 -inch nylon insulation twisted into pairs, stranded into a core and enclosed by a non -hygroscopic core tape, 100 percent coverage, helically wound, aluminum foil shield, drain wire, and 0.45 -inch minimum extruded PVC jacket. Pairs shall be black/red or black/white and numbered. Cables shall be 600 volts in accordance with NEC -725 and IEEE 383. 5. Conduit shall be rigid aluminum with fittings of similar material. C. Human / Machine Interfaces (HMIs): 1. Human machine interfaces shall consist of network interface, personal computers, monitor, event printer, report printer, computer software PC interface software and any other hardware and software necessary for providing a complete and operative man machine interface. 2. The software shall be the latest version of Rockwell Automation FactoryTalk SE Client or FactoryTalk SE Station for the Operator desktop workstation and FactoryTalk Studio Enterprise on the Engineering Laptop workstation. These software packages will require the use of commercially available, Intel Core 2 Duo minimum with 8GB of RAM minimum based PCs or greater. Office or industrial PCs can be used but must be capable of running, at a minimum Microsoft Windows 7 Professional w/ the latest available Service Pack, 2008 Server Standard Edition w/ the latest available Service Pack, and furnished with at least Microsoft Windows 7 Professional w/ the latest available Service Packs. All software shall be provided and registered in Owners name. Computers shall be Page 8 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02 January 2016 Technical Specifications for Construction manufactured by Dell (sole source). 3. Monitors shall be microprocessor based, 20 -inch flat -screen Color Monitor, 1280 x 1024 (60 Hz) minimum resolution with non -glare screen. 4. The computer shall be capable of running, at a minimum Microsoft Windows 7 Professional w/ the latest Service Pack, 2008 Server Standard Edition w/ the latest available Service Pack, and furnished with at least Microsoft Windows 7 Professional w/ the latest available Service Pack. All software shall be provided and registered in Owners name. 5. Engineering Laptop Computer: a. The computer shall have the same capabilities as the aforementioned desktop workstations. b. The computer shall be capable of running, at a minimum Microsoft Windows 7 Professional w/ the latest Service Pack, 2008 Server Standard Edition w/ the latest available Service Pack, and furnished with at least Microsoft Windows 7 Professional w/ the latest available Service Pack. All software shall be provided and registered in Owners name. D. PC Interface Software: 1. General: a. Interface software for interfacing the HMI to the Station PLC shall be Rockwell Automation RSLogix 5000 suite of configuration software, latest version. b. All required licenses for all software and documentation shall be provided for each computer. All software provided shall be of the latest version of the software with the latest patches and service packs applied. c. Contractor shall modify, develop and provide any and all SCADA architecture drawings that determine clearly and unambiguously all supervisory system hardware and software requirements. 2. System Configuration: a. An easy -to -learn graphical database development environment shall be provided, utilizing icon -driven function block programming for building a data acquisition and control logic strategy. An object-oriented, icon driven color graphic display builder shall be provided for creation of real-time, dynamic operator displays. b. At power up, the system shall boot to a desktop screen where the user can easily activate the Strategy Builder, Graphics Builder, Runtime, or select a utility. c. The software shall run as a service, so that when a user logs off, the system will keep on running. d. The graphical database shall be exportable and importable in .DXF format for external modification and reporting. e. The graphical database shall be available as an output to a printer in tabular and graphic format for hard copy documentation. f. Graphic Displays: (1) The graphical display builder shall Rockwell Automation FactoryTalk View Studio Enterprise, an object, oriented color graphic display builder featuring east to use, mouse driven icons. The icons are used to create color graphic displays with objects that may be linked to dynamic blocks in the graphical database for live real-time animation during runtime. Standard graphical editing functions shall include select, move, copy, erase, cut, paste, and global search -an -replace for selection and manipulation of the graphical objects. (2) Graphical objects may be animated by simple point and click connection to analog and/or discrete signals in the database strategy. All dynamic connections must be Page 9 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02 January 2016 Technical Specifications for Construction based on point names, consisting of Node Name, Strategy Name, Tag Name, and Tag Parameter. An object must accept multiple dynamic connections simultaneously (size, color, location, etc.). (3) Standard graphic building tools shall include: (a) Size connection. (b) Color connection. (c) Blink/Flash connection. (d) Location Movement. (e) Pick Field connection. (f) Process Point connection. (g) Data Entry connection. (h) State Field connection. (i) Display Call-up Button connection. (j) Trend Window function. (k) History Window function. (1) Dynamic Symbol connection. (m) Time/Date connection. (n) Digital Animator connection. (o) Digital Selector. (p) Analog Selector. (4) The graphical configurator shall include a Symbol Library. (5) The system shall utilize Rockwell Automation PlantPAx as the standard set of graphic symbols library. (6) Complete graphical displays must be able to run on any system node in a networked system, without the need to edit and/or re-establish dynamic connections. (7) A Pop -Up Window feature shall permit graphic displays, complete with dynamic connections, to be re -sized and popped up on command anywhere on the screen during runtime. Pop -Up Windows are required to give the Operator instant access to more detail of process operation, alarm listings, and guidance. (8) Utilities are to be available for import and export of graphic files to .DXF file format for use in AutoCAD Versions 2010 or later, or other software using the .DXF file format. (9) The system shall permit the import of .BMP files for use as objects in the graphic display builder. 3. Runtime: a. Runtime operation of the system shall execute the database strategy, graphic displays, and optional functions created during system configuration. For guaranteed data integrity, the system shall operate in a true prioritized, pre-emptive real-time multi -tasking operating environment for simultaneous execution of data collection, control, graphics, alarming, trending, data logging, file transfer, and other system activities. CPU operation shall be optimized during runtime for maximum system efficiency and performance. b. Operator color graphic displays shall update in real-time with a refresh rate defined by the user. The display screen shall be partitioned into three segments. c. A Main Display Window shall occupy most of the screen, and display the dynamic color graphics created by the Display Builder. d. A Sub -Window shall appear beneath the Main Display Window, and permit keyboard selection of any one of multiple pre-packaged secondary displays. At minimum, Sub - Window displays shall consist of the following standard displays: (1) Help. (2) Display Directory. (3) Display and access to parameters of any block in the strategy. (4) System Parameters. (5) System Performance. e. Sub -Window access shall be password protected to restrict access to authorized personnel. Page 10 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM - 40 90 02 January 2016 Technical Specifications for Construction f. A Message Line shall occupy the bottom line of the screen. The left portion of the Message Line shall automatically display Operator Messages, such as alarm acknowledgment and confirmation, data logging started/stopped, communication time- out, etc. The right portion of the Message Line shall display alarm alert messages, such as type of alarm and tag name of block alarm. g. The system shall have ready -to -run Function Key assignments to simplify Operator actions during runtime. Function Key assignments shall include Display Directory, New Display Call-up, Alarm/Event Summary Display, Alarm Acknowledgement, Trend Window, Recall last Display, etc. h. A color coded Alarm/Event screen shall list pertinent information on all system alarms and events (Operator actions) as they occur, are acknowledged, and return to normal. i. Alarm/Event screens shall include date, time, alarm/event type, tagname parameter, description, value, engineering units, and return -to -normal, as applicable. j. Operator access to Alarm squelch level shall be provided in the Sub -Window. Alarms with a squelch level less than the squelch level assigned are not displayed, sounded, printed, or logged to disk. k. Operator Events shall include: (1) Alarm Acknowledgement. (2) Block Parameter change (set point, output, etc.). (3) Block Auto/Manual change. (4) Block Setpoint Remote/Local Change. (5) Default Security Level Change. (6) Logging On and Logging Off. I. Alarm and Event messages may be printed to the same printer, or to different printers, as selected by the user. m. An on-line Trend Window function shall permit display of multiple selected data points in real-time as graphs of the values versus time. The system shall support multiple Trend Windows. n. Pen assignments and time period shall be configurable on-line. o. A Zoom/Unzoom feature shall permit expanding and shrinking the amplitude scale. p. An unlimited number of variables may be selected for real-time trending. The system will automatically collect and save up to 60 samples of each parameter. q. Real-time trend points shall be buffered such that when a Trend Window is called up, it shall appear with previously sampled trend pen data, not blank. r. The Trend Window shall also permit X -Y plotting of up to four variable on the x-axis versus one variable on the y-axis. s. The system shall be supplied with a Historian for collecting, saving, and replaying selected system data. t. Data logging may be started and stopped by the Operator, process conditions, or system events. u. Data may be logged to up to 100 History Files, each containing up to 100 data points. The logging rate may be manually or automatically switched between two settings on- line to permit high speed data collection during conditions of interest. v. Historical data file may be replayed on-line, and viewed in graphical or tabular form. The History Window time span and variable amplitude may be compressed or expended in logical increments by the Operator. w. The on-line Historical Replay function shall permit viewing previously saved files and/or currently active historical files. x. A File Management Utility shall be provided to permit on-line file handling operations. File Management shall be accessed via the Sub -Window to read directories, delete files, copy files between disks, and similar "housecleaning" activities. y. The system shall support print out of any CRT screen at any time by depressing the [Ctrl + Print Screen] keys, or automatically via a Display Block in the strategy. z. An adjustable time Screen Saver shall be included to prevent monitor screen bum. 4. Report Generation: a. A consolidated Report function shall be furnished. It shall utilize a standard spreadsheet format for creation of system reports. A comprehensive built-in library of standard spreadsheet functions shall be included for selection and simultaneous Page 11 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02 January 2016 Technical Specifications for Construction manipulation of local or network data. At minimum, the library shall include mathematical, statistical, and Boolean operations. b. The Report generation function shall collect real-time and/or file data from the local node, or remote nodes via a network when used. File data shall include historical and alarm files at minimum. c. Report files shall be output on command to the local printer or to disk, as specified. Initiation of report output may be manual or automatic based on time of day, system event, or process condition. d. Freeform text may be integrated anywhere in the report. e. Provision shall be included for incorporation of Operator message fields. This shall permit capture and save of Operator comments made during runtime for inclusion in the report. f. The report shall also provide for capture and saving of text fields from system alarm and event messages. 5. Networking: a. An efficient high speed, real-time networking function shall be optimally available. It shall provide on-line real-time access to live data and file transfer simultaneously during runtime. b. The networking option shall support all Ethernet network topologies. c. Each network node shall operate independently to permit unrestricted assignment of system functions in a true distributed architecture. d. Network data exchange shall be "exception driven" rather than "polled" for maximum throughput during runtime. e. A network timekeeper function must be supplied to insure synchronization of all network node time clocks. Any node may be designated as the master timekeeper to which all other node clocks are synchronized. Should the master node fail, multiple backup nodes may be designated to continue network time synchronization. f. A global alarm capability must be provided which will allow alarms that occur anywhere on the network to be automatically broadcast over the entire network. Individual nodes may be configured to receive all alarms, only certain alarm types, or all alarms from a single or multiple pre -selected nodes. g. In order to exchange data between different networks, the networking option shall support use of more than one network adapter on a node. 6. Training: a. Monthly training courses shall be offered by the software Supplier. Courses shall be conducted by degreed professional trainers, experienced in industrial automation and control. b. The software shall be easy to learn, such that the only prerequisites for attending training are familiarity with Personal Computers and knowledge of the fundamentals of industrial measurement and control. c. Training courses shall be optionally available on -Site. Course curriculum shall be customized to the needs of the user if requested. 7. Support: a. Technical support shall be available from a Factory Regional Office or local Representative of the software Supplier. b. Factory technical support shall be available from degreed engineers familiar with the software and typical industrial applications. c. Telephone technical support, voice and e-mail, shall be available weekdays. d. Technical support shall be offered for the life of the product, and for a minimum of 1 year after it is discontinued. e. The vendor must have a record of providing a continuous upgrade path for the product. Page 12 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02 January 2016 8. Upgrades: a. The vendor shall offer an Annual Software Maintenance Service for a nominal fee. This service shall provide upgrades to the software for releases of new features as they occur (e.g. - change from Version 4.0 to 4.1). b. Maintenance releases for bug fixes shall be supplied when needed if requested by the user. (e.g. - change from Version 4.0 to Version 4.01). c. A Site Software Maintenance Service shall also be offered for locations with multiple systems installed. d. There shall be provided, as part of this Contract, a basic 5 -day training course at the software vendor's training facility for each of two of the Owner's personnel. This course shall cover the understanding and configuration of various application Modules within the software system. Concepts, implementations and trouble shooting skills shall be emphasized. e. The training course shall be part of a regularly scheduled training program by the software vendor. The scheduling shall allow the Owner sufficient time to schedule personnel for training between award of the Contract and delivery of the SCADA system. Technical Specifications for Construction E. Uninterruptible Power Supply (UPS): 1. Uninterruptible power supply shall provide 30 minute standby 120 -VAC power for all Contractor -provided equipment at the Master Terminal Unit (MTU), including all HMI equipment and all PLC and control equipment. 2. The uninterruptible power supply shall have the following features: a. Input - 240 V: 192-276 VAC. b. Output - 120 VAC: Regulated to plus or minus 3 percent. Output shall consist or not less than three duplex receptacles (six receptacles). c. No -Break Power: The supply shall not allow any break in output power, regardless of what happens to the input power. Switching is not permitted. d. Lightning and Surge Protection: Passes ANSI -IEEE C62.41 Categories A & B. UL listed. e. Spike Attenuation: 2000:1. f. Galvanic Isolation: Qualifies as true, separately derived power source as defined by NEC Article 250-5D. Complete from line. Output neutral bonded to ground. g. Voltage Regulation: Output voltage regulated to plus or minus 3 percent. h. Output Waveform: Computer -grade sine -wave, less than 5 percent THD. i. Noise (RF) Isolation: 120 dB common mode, 60 dB normal mode. j. Output Protection: Current -limiting ferroresonant transformer. k. Efficiency: 90 percent minimum, on line. I. Audible Noise: 57 dB maximum, on line. 2. Contractor shall configure network and diagnostic notification as required and demonstrate their operation as part of the integrated system. 3. If required, external battery cabinets for extended run-time shall be in cabinets similar to the UPS. 2.5 Software Programming A. The Contractor shall provide a programmed database, using the equipment and software program specified, to accomplish the functions specified. B. For development of the HMI Graphics, the Contractor shall conduct a minimum of two (2) one (1) day workshops, at the Owner's facility. The Engineer will be in attendance, to help ensure compliance with the control strategies, treatment processes and that the system being developed follows the Sequence of Operations documents and the memorandum of understanding developed at the Development of Control Strategy meeting. 1. The first workshop shall consist of the Contractor showing the basic layout the graphic and popup screens, Help screens, roll-over Tooltip implementation and online Operations Page 13 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02 January 2016 Technical Specifications for Construction Manual access implementation for discussion and comment. The screens shall be at a stage that reflects the process and illustrates the required set -points for control. The Owner will be allowed to comment on layout of screens, but the not graphic standards. After the workshop and before the next workshop the Contractor shall make the agreed upon changes to the screens. 2. The last workshop shall consist of the Contractor showing the final screens with database links complete. The Contractor shall show animation of screens by manipulating the HMI database. The Owner will be allowed to comment on the screens for process accuracy. The Contractor shall make corrections to the screens and shall be completed for testing at the Factory Acceptance Test. PART 3 EXECUTION 3.1 General A. The Contractor shall schedule and administer a minimum of three (3) mandatory coordination meetings. The Contractor shall make arrangements for these meetings; prepare agendas with copies delivered to the participants at least one (1) week before the scheduled meetings. These meetings shall be held at an Owner's designated facility and shall include, as a minimum, attendance by the Owner, Engineer, Contractor's Project Engineer, PCSS Project Engineer and the Electrical Sub -Contractor. 1. The first coordination meeting shall be held in advance of the first PCSS shop drawing, PLC programming and HMI screen submittals. The purpose of the first meeting shall be for the PCSS to: a. Summarize their understanding of the Project. b. Discuss any proposed substitutions or alternatives. c. Schedule testing and delivery milestone dates. d. Provide a forum for the PCSS and the Owner to coordinate hardware and software related issues. e. Request any additional information required from the Owner and/or Engineer. f. The PCSI shall bring draft versions of shop drawings, PLC programming and HMI screens to the meetings to provide the basis for the Owner or Engineer's input into their development. 2. The remaining coordination meetings shall be held no more than one month prior to site testing for each location. The purpose of these meetings is to discuss any remaining coordination requirements. 3. A typical agenda for the subsequent meetings may include, but shall not be limited to the following: a. Review minutes of the previous meeting. b. Review of the work in progress. c. Field observations, problems, and decisions. d. Identification of problems or issues that may impede planned progress. e. Review development of testing plans and schedules. f. Review of submittal schedule and submittal status. g. Maintenance of progress schedule. h. Corrective measures to regain progress schedules. i. Planned activities for subsequent work period. j. Coordination of work progress. Page 14 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02 January 2016 Technical Specifications for Construction k. Effect of any proposed changes on progress schedule and coordination. I. Other business relating to the work. 3.2 Installation A. Wire and Conduit: 1. Refer to the following specifications: a. 26.05.00 "Common Work Results for Electrical" b. 26.05.19 "Low -Voltage Electrical Power Conductors and Cables" c. 26.05.19.1 "Wire Connections and Devices" d. 26.05.26 "Grounding and Bonding for Electrical Systems" e. 40.90.01 "Instrumentation" f. Any and all other specifications pertaining to the installation, termination and grounding of instrument systems. 2. All work shall be in accordance with manufacturer's recommended practices. Care shall be exercised to avoid damage to equipment during installation. Damaged equipment shall be replaced by Contractor at no expense to the Owner. 3. Completely swab raceway system before installing conductors. Do not use cleaning agents and lubricants which have a deleterious effect on the conductors or their insulation. 4. Unless necessary for pulling purposes, conductors shall be continuous from terminal block to terminal block without splice. Condulet type fittings shall not contain splices. No splicing of conductors shall be performed in any below ground structure. 5. Splice only in junction or outlet boxes. Neatly train wiring inside boxes and equipment. Pull all conductors into a raceway at the same time. Install raceway first as a complete system without conductors. Do not install pull wires and conductors until the raceway system is in place. 6. Circuits shall be tagged at terminations (both ends), in pull boxes, cabinets, and enclosures. 7. Wire other than telephone station wire shall be stranded. The minimum size conductor permitted is #16 AWG, unless otherwise noted. Wire shall bear the approval of Underwriters Laboratories, Inc. Conductors terminated on a screw termination shall have a crimp -on connector applied on the wire end. 8. Use the following color code for 1201240-V, single-phase wiring: 9. Ground paired shielded at the PLC end only and insulate from ground elsewhere. The shield shall be continuous for the entire run. The paired shielded cable shall not be laced with or placed in the same conduit with power cables. The shield of shielded cable shall only be broken when the conductors are terminated on terminal strips. 10. Conduits and other raceway shall contain an equipment grounding conductor whether the raceway is metallic or not. Conduits, enclosures, and other equipment shall be properly grounded in accordance with National Electric Code requirements. Where ground wire is exposed to mechanical damage, install wire in rigid PVC conduit. Make connections to Page 15 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02 Leg A Black Leg B Red Neutral White Equipment Grounding Conductor Green 9. Ground paired shielded at the PLC end only and insulate from ground elsewhere. The shield shall be continuous for the entire run. The paired shielded cable shall not be laced with or placed in the same conduit with power cables. The shield of shielded cable shall only be broken when the conductors are terminated on terminal strips. 10. Conduits and other raceway shall contain an equipment grounding conductor whether the raceway is metallic or not. Conduits, enclosures, and other equipment shall be properly grounded in accordance with National Electric Code requirements. Where ground wire is exposed to mechanical damage, install wire in rigid PVC conduit. Make connections to Page 15 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02 January 2016 Technical Specifications for Construction equipment with solderless steel connections. Wire connections to ground rods shall be of the fused type equal to the Cadweld process. 11. Ground metallic material, including but not limited to metallic raceway and metallic enclosures. Where metallic material is not connected by raceway to a solid ground, connect the metallic material to the largest equipment grounding conductor which it houses. Clean metal surface under the grounding lug to bright metal. 12. Ground conductors shall be bare tinned copper where directly buried and insulated in all other cases. 13. Underground conduit which is not below a concrete slab on grade shall be sand encased. Conduit which is below the finished grade shall be rigid PVC. 14. At the transition from underground, protect PVC conduit from mechanical damage by extending rigid steel conduit a maximum of 12 inches and a minimum of 4 inches into the earth or concrete at the transition. 15. Conduit extending into concrete shall not be closer than 3 inches from adjacent conduit and shall not be closer than 1 inch from any reinforcement bars. 16. PVC conduit shall not be installed above grade level, above concrete slab level, or for any exposed installations unless specified. 17. Where conduits stub up through a floor slab from below finished floor level, install a threaded fitting with PVC plug so that the top of the fitting is flush with the concrete or finished floor surface. 18. Bury underground conduit a minimum of 18 inches deep to the top of the sand encasement. Backfill buried conduit banks with material which is free from large rock, paving material, or large angular substance. Adhere to conduit spacing by using spacers at intervals to ensure that proper spacings are maintained. 19. Grade underground and outdoor conduits to drain free of condensation and moisture. Provide for automatic draining at low points. Install horizontal runs of conduit to provide a natural drain for condensation without pockets or traps where moisture may collect. 20. Route conduits parallel to building lines. Concealed conduits shall be below grade, within walls, or above ceilings. 21. Route conduit through roof openings for piping and ductwork where possible. Otherwise, route conduit through the roof with pitch pocket. Conduit shall not penetrate ductwork. Exposed conduit shall not be installed on the roof without the approval of the Owner's representative. 22. Install conduit at elevations which maintain headroom, and at locations which avoid interference with other work requiring grading of pipe, the structure, finished walls, etc. Avoid crossing other work. Conduits shall not be placed in close proximity to equipment, systems, and service lines. Maintain a minimum of 3 -inch separation, except in crossing which shall be a minimum of 1 inch. 23. Conduits in buildings shall be exposed on unfinished ceilings and basements. Rigidly support conduits to the building structures using hardware bolted or screwed to the structure. The mounting hardware shall not mount the conduit directly on concrete walls and ceilings, but shall space the conduit away from the surfaces, strut channel clamps, or one -hole straps with clamp backs. 24. Provide expansion fittings at expansion, construction and seismic joints. Provide combination expansion/deflection fittings where conduits are concealed at these joints. 25. Group conduit in parallel runs where practical. Use a conduit rack constructed of channels with conduit straps or clamps. B. Cable Installation: 1. All work shall be in accordance with manufacturer's recommended practices. Care shall be exercised to avoid damage to equipment during installation. Damaged equipment Page 16 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02 January 2016 Technical Specifications for Construction shall be replaced by Contractor at no expense to the Owner. 2. Cable shall be laid straight without splices except in the case of accidental damage, but without tension applied at any time. Slight snaking of the cable will be permitted. Backfill on the cable shall be pulverized material free from stones, rock or other hard or sharp materials which might damage the cable. 3. The cable shall be handled with care at all times. The cable reel shall be shaft mounted or supported in such a manner as to keep the cable and reel from coming in contact with the ground or other foreign objects which might cause damage to the cable. At no time shall the wire be dragged along the ground or across objects. The minimum bending radius of the cable shall be 24 inches in all case of direction change. Care shall be taken to see that twists or bends of small radii do not occur. Any instance of damaged wire, observed at any time whether prior to installation, during installation, or discovered by test or observation subsequent to installation, shall be immediately called to the attention of the Owner's representative. 4. The method of repair or correction of such damage shall be in accordance with the written instructions of the Owner's representative. The Contractor shall promptly repair such damage or make such corrections in accordance with such written instruction of the Owner's representative. 5. Minor damage to the outer jacket of the cable which penetrates to a depth not to exceed 0.02 inch, observed prior to or occurring during construction, may be repaired if approved by the Owner's representative by covering the damaged section of the jacketed with two layers of a suitable 10 -mil vinyl tape, each layer half -lapped extending 6 inches beyond the end of the damaged section, and Glyptal coated. 6. Damage to cable of greater severity than that set forth above, observed prior to or during construction, shall be immediately called to the attention of the Owner's representative. The Contractor shall promptly repair such damage or make such corrections in accordance with such written instruction of the Owner's representative. 7. Damage to the cable subsequent to burial, discovered either through test or observation shall be repaired by a method approved by the Owner's representative. This may involve the replacement of a short section of cable with splices made in additional terminal housings, or the replacement of an entire section between terminal housings already installed. No buried splices shall be used for repairing damaged cable. 8. All splices of the cable shall be made in junction boxes or pull boxes. Where installation procedures require the Contractor to splice the cable, boxes or enclosures appropriate to the location of the splice shall be installed as required at the Contractor's expense. The location of such boxes or enclosures shall be directed by the Owner's representative. 9. Where cable is cut and box or enclosure is not immediately installed, the cable end shall be sealed by means of rubber boots, or plastic tape. C. Antennas and Coaxial Cable: 1. All work shall be in accordance with manufacturer's recommended practices. Care shall be exercised to avoid damage to equipment during installation. Damaged equipment shall be replaced by Contractor at no expense to the Owner. 2. Antenna shall be oriented for the correct polarization and securely fastened to the mast. Mast shall be aligned so as to be vertical and clear of obstructions or overhead lines. Mast shall be mounted at least 10 feet from any components of the system being monitored. Mast shall be adequately grounded. Orient the antennas in the direction required. Coaxial cable shall be restrained from movement on mast by clamps and hangers placed at 3 -foot intervals. All coaxial connections, hangers and fittings are to be tightened to ensure good contacts and secure installation. Feedline losses shall not exceed 1 dB. 3. A drip loop shall be provided at wall penetration to avoid water migration. Care shall be exercised to avoid exceeding the bending radius or number of bends for the coaxial cable Page 17 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02 January 2016 Technical Specifications for Construction as recommended by the manufacturer. 4. For wall penetrations, a penetration kit specifically manufactured for the purpose and specified herein shall be used. Installation shall be in strict accordance with manufacturer's recommended procedures. Field fabrications shall not be accepted. 5. Grounding of the coaxial cable shall be with the use of a manufactured kit specifically designed for that purpose. Field fabrications shall not be accepted. END OF SECTION Page 18 of 18 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM — 40 90 02 June 2016 Technical Specifications for Construction SECTION 40 90 02.1 USER REQUIREMENTS SPECIFICATION — STAPLES STREET PUMP STATION 1. PROJECT DESCRIPTION Staples Street Pump Station is used to deliver water to, and maintain water pressure of, the existing water distribution system for the City of Corpus Christi. The Staples Street Pump Station currently consists of: one (1) existing 7.5 MG ground storage reservoir, two (2) existing 5 MGD horizontal split -case centrifugal pumps and their associated suction valves, one (1) existing 48" intake butterfly valve, one (1) existing 48" station discharge butterfly valve and one (1) existing station by-pass butterfly valve. Also existing at the pump station is an outdated Motorola MOSCAD PLC control system, an Allen-Bradley CompactLogix PLC for controlling the existing chemical injection system and other basic control instrumentation, including 18" Panametrics ultrasound flow meters downstream of each pump for monitoring and controlling the pump station. Proposed upgrades for the pump station consist of: a) Replacement of the existing two (2) 5 MGD pumps with two (2) new pumps, motors and VFD's (Variable Frequency Drive) for each pump. b) Addition of one (1) additional new pump and motor with new VFD. c) Replacement of the two (2) existing pump flowmeters and addition of one (1) new flowmeter, to be located downstream of each pump. d) Replacement of the existing MOSCAD PLC control system, and integration of the existing CompactLogix chemical injection PLC into a new, Allen-Bradley ControlLogix-based PLC control system. The existing PLC enclosure and field wiring shall be retained; the existing enclosure backpanel will be replaced with a new backpanel that will have the new ControlLogix PLC system mounted on it. e) Integration of all existing pump station instrumentation, replacement of any existing instrumentation that require replacement and addition of any and all new instrumentation required to provide a fully operational pump station. The Pump station will normally be operated by the City Water Department Operations personnel located at the O. N. Stevens Water Treatment Plant (ONSWTP) via fiber optic communications in a manner to maintain the City water distribution system pressure, with flow and storage reservoir level overrides. Station control will be by utilizing a primary pump VFD, with other pumps being brought online as constant -speed pumps as required to maintain system pressure. 2. PROCESS DESCRIPTION The Piping and Instrumentation Diagram (P&ID) shall be provided by the Instrumentation design engineer. 3. CONTROL PHILOSOPHY a) Project Scope The Staples Street Pump Station project instrumentation controls and integration scope includes, but is not limited to the following: i. Procurement of all instrumentation, communications and PLC equipment required by this project to deliver a fully functional control system as specified by the Controls System Design Engineer. ii. Fabrication of any and all control panels per the Controls System Design Engineer. Page 1 of 7 USER REQUIREMENTS SPECIFICATION -STAPLES STREET PUMP STATION 40 90 02.1 June 2016 Technical Specifications for Construction iii. Integrator coordination with the electrical contractor for the installation of all conduits, cable tray, cables, wiring and any and all other materials and equipment required to provide a fully -functional PLC -based control system. iv. Integrator coordination with the electrical contractor for the replacement of the existing PLC control panel located at the pump station with the new PLC panel and termination of any and all new and existing power and field instrumentation wiring pertaining to the new control system. v. Integration of existing water quality analytical equipment into the new PLC control system and control of existing chemical injection pumps. vi. Development and implementation of any and all component control and communications programming required to provide a fully -functional PLC -based control system for the new Staples Street Pump Station. vii. Design and deployment of new HMI screens, configuration of alarms, configuration of process data historian and any and all other programming required to a new, local HMI system and to the existing HMI system located at the ONSWTP to provide a fully -functional PLC -based control system for the new Staples Street Pump Station. b. Scope of Automation New automation for the modification of the existing Staples Street Pump Station control system shall consist of, but not limited to the following: i. Monitor and report the pump station suction and pump discharge header pressures to the local station HMI and ONSWTP Control Room via SCADA. ii. Monitor level in the local ground storage reservoir to the local station HMI and ONSWTP Control Room via SCADA. iii. Monitor the status and position of the station intake, discharge and by-pass valves and control of these valves. - The intake valve shall open or close automatically to maintain a set level in Ground Storage Reservoir. Existing tank level transmitter shall be used to control the opening and closing of the intake valve. iv. Monitor all pump bearing temperatures and vibration sensors, motor winding temperatures, individual motor amps and any and all other pump / motor -health instrumentation. v. Automatically adjust all VFD speed rates based on process conditions or operator - specified parameters. Process variables that will be monitored and controlled shall be: - Station discharge pressure - Flowrates - Controlling process variable shall be determined on process demands compared to operator -specified setpoints. Normal operation will utilize pump station discharge header (City water system) pressure, with high/low flow override or high/low storage reservoir level override. vi. Automatically select the pumps based upon the runtime of pumps. vii. Automatically start or stop pumps depending on total system pressure demands. viii. Monitor all alarm points and shutdown pumps as required when adverse process or motor/pump health conditions are detected. ix. Display all relevant process data on the local and ONSWTP HMI SCADA systems and enable auto/manual control of the system from the local SCADA HMI. x. Automatically record process data in the ONSWTP SCADA historical database, and display trending information when requested. xi. Monitor water quality analytical equipment and record the data in the ONSWTP SCADA historical database, and display trending information when requested. Page 2 of 7 USER REQUIREMENTS SPECIFICATION -STAPLES STREET PUMP STATION 40 90 02.1 June 2016 Technical Specifications for Construction xii. Automatically start, control and stop water quality chemical injection pumps as required to maintain Operations specified water quality parameters. c. Continuous Operation Continual monitoring and control of all pump station pumps, process variables and water quality monitoring equipment is required to maintain an adequate and acceptable level of pressure and water quality in the City water distribution system. d. Control Schemes and Strategies i. The Staples Street Pump Station Pump Control Sub -System shall have three (3) operating modes: LOCAL, MANUAL: VFD speed is set manually via a local VFD interface. All pumps shall be started / stopped locally. REMOTE, MANUAL: VFD speeds are set by operations. Additional pumps can be started / stopped by operations via SCADA. REMOTE, AUTOMATIC: This shall be a fully -automated, closed-loop control system. VFD speed is controlled by the control system based on an Operations -entered setpoint of the desired process variable (default process variable is the station discharge (City water system) pressure). Additional pumps shall be started / stopped by the control system in order to maintain the required process variable setpoint. NOTE: As all pumps have VFD's, any additional pump started shall be set to 100% (or Operations - dictated maximum allowed) speed. No more than one (1) VFD shall be utilized as process variable control at any time. Switching between control modes shall be executed in a way that prevents any sudden or abrupt changes in system pressure or flowrates. Pump station control shall be accomplished by ramping a pump station VFD speed up or down according to the controlled process variable setpoint. a. If the controlling VFD reaches the maximum allowed operating speed (as set by Operations), a second (or third) pump shall be started at the maximum allowed speed and shall maintain a constant speed, and the controlling VFD shall reduce speed and continue to control at the process variable control setpoint. b. If the controlling VFD reaches the lowest minimum allowed speed (as set by Operations) and multiple pumps are running, the control system shall shut down one pump set at constant speed at a time while the controlling VFD maintains the process variable setpoint, until only the controlling VFD is operating. c. Controlling VFD shall be shut down if the pump station controlled process variable is below the minimum allowed speed (as set by Operations) The control systems shall automatically rotate inactive pumps within the pump station while in any REMOTE mode. Pump rotation schedules shall be governed by total runtimes for each pump. In determining this schedule, the total runtimes of each pump will be analyzed over a 30 -day period. This schedule shall be modifiable by Operations via the SCADA HMI system. Page 3 of 7 USER REQUIREMENTS SPECIFICATION -STAPLES STREET PUMP STATION 40 90 02.1 June 2016 Technical Specifications for Construction ii. Ground Storage Reservoir Fill Sub -System shall have three (3) operating modes: LOCAL, MANUAL: Ground Storage Reservoir is filled by operating the intake valve manually at the actuator. REMOTE, MANUAL: Ground Storage Reservoir is filled by operating the intake valve manually and remotely via the local or SCADA HMI. REMOTE, AUTOMATIC: Ground Storage Reservoir is filled automatically. Intake valve is opened when tank level is at or below an Operations -specified open set point, and is closed when tank level is at or above an Operations - specified close set point. iii. Water Quality Chemical Injection Sub -System shall have three (3) operating modes: LOCAL, MANUAL: Injection pump speed is set manually by operators via a local pump interface.. REMOTE, MANUAL: Injection pump speeds are set by operations. Injection pumps can be stopped by operations via local HMI or Plant SCADA. REMOTE, AUTOMATIC: This shall be a fully -automated, closed-loop control system. Injection pump speed is controlled by the control system based on an operator -entered setpoint of the desired process variable (usually station water quality based on station total tlowrate). e. Safeties and Interlocks The following list is a partial listing of safeties and interlocks. Refer to the P&ID's and any other pertinent documentation for a complete listing and explanation of all interlocks and safeties to be configured. i. Pump station discharge header shall have a HIGH alarm and HIGH -HIGH shutdown pressure setpoints, and will generate alarms in the local station HMI and Plant SCADA HMI or shutdowns in the local station HMI. A HIGH -HIGH pressure shutdown shall cause the pump(s) to shutdown to prevent downstream system over -pressure damage. To clear a HIGH -HIGH alarm, a pump reset will be required, combined with alarm acknowledgement in the HMI. ii. Manual or automatic starting of any pump shall not be permitted if: The station discharge valve is closed. A HIGH -HIGH station discharge pressure alarm is active. A pump / motor health -monitoring parameter is in a HIGH -HIGH alarm state. A pump—start is attempted while the pump time -between -starts and/or starts - per -hour timers in the motor protection relay are running. The level in the ground storage reservoir is in a LOW -LOW alarm state unless by-passed by Operations. Page 4 of 7 USER REQUIREMENTS SPECIFICATION -STAPLES STREET PUMP STATION 40 90 02.1 June 2016 Technical Specifications for Construction iii. A pump shall be stopped if the pump discharge flowrate has not reached an (Operations specified) minimum flowrate within 5 minutes (Operations adjustable) after starting. iv. A pump shall be commanded to stop if the pump motor run indication has not been set within 5 minutes (Operations adjustable) after a pump start command has been issued. v. When the ground storage tank level is in a LOW -LOW state without BYPASS mode, all pumps shall be stopped, and a local station HMI and Plant SCADA HMI alarm shall be activated. No station pump shall be allowed to start while a ground storage reservoir LOW -LOW alarm is active, unless by-passed by Operations. To clear the alarm, a HMI reset will be required, combined with alarm acknowledgement in the HMI. f. Batch Operations None g. Operations Involvement Operators shall be required to manually open all ground storage reservoir and pump suction manual valves per defined City Operations procedures to reflect the desired piping and pump selection configuration. The following information shall be entered by Operations: i. REMOTE, AUTOMATIC Mode: Desired process variable setpoint to maintain. Default process variable shall be the station discharge (City water distribution system) pressure. If a different process variable (flowrate, storage reservoir level) is desired, Operations must select it via Operations HMI system. Desired Variable Frequency Drive for control. Other additional pumps available for operation. Station intake valve open/close set point for tank level. Station intake and discharge pressure alarm set points. Water quality chemical injection dosage setpoints. Analytical instrument alarm set points. h. Sequence Design Control sequence design shall be based on operational requirements stated in this document. i. Failure Philosophy When powered on, the Ground Storage Reservoir Fill Sub -System shall start in REMOTE, MANUAL mode. If ground storage reservoir level transmitter failure is detected or station intake valve fail alarm is active while in REMOTE, AUTOMATIC, the Ground Storage Reservoir Fill Sub -System shall switch to REMOTE, MANUAL mode. HMI alarm shall be activated locally and in the ONSWTP Plant HMI. Page 5 of 7 USER REQUIREMENTS SPECIFICATION -STAPLES STREET PUMP STATION 40 90 02.1 June 2016 Technical Specifications for Construction When powered on, the Pump Control Sub -System shall default to the REMOTE, AUTOMATIC mode, with station discharge pressure set as the default process variable. Default setpoint shall be 0.0 P51G. If discharge pressure transmitter failure is detected, Pump Control Sub -System shall switch to REMOTE, MANUAL mode and an HMI alarm shall be activated locally and in the ONSWTP Plant HMI. J - If the feedback speed signal for a controlling VFD is lost, the Pump Control Sub - System shall switch to REMOTE, MANUAL mode and continue to operate with the last good speed input signal reading as the setpoint. An HMI alarm shall be activated locally and in the ONSWTP Plant HMI. If communications is interrupted or lost with the ONSWTP Plant SCADA system, pump station shall operate with the last known good process variable setpoint entered into the local PLC, and a communications lost alarm shall be activated locally and in the ONSWTP Plant HMI. When powered on, the Water Quality Chemical Injection Sub -System shall default to the REMOTE, AUTOMATIC mode, with station water quality levels set as the default process variables. Default chemical injection dosage setpoints shall be 0.0 mLfh. If an analytical instrument failure is detected, an HMI alarm shall be activated locally and in the ONSWTP Plant HMI. Human factors Any and all new HMI screen(s) for the Staples Street Pump Station developed for the ONSWTP SCADA HMI and the pump station local HMI shall conform to the Plant's standards and existing look and feel. Details of the screen layout, specific displays, controls, alarm categories and priorities shall be worked out between ONSWTP staff and control system provider in a series of workshops. Management Information Logging of setpoint changes, control of process variable changes, control system access and alarms made at the pump station shall be automatically logged in the ONSWTP Plant Historian system. Staples Street Pump Station control system shall not require any Advanced Process Control (APC) or interfaces with Management Information Systems (MIS). 4. PROJECT SPECIFIC REQUIREMENTS a. System Hardware i. Any and all new control system instrumentation and communications hardware shall conform to the current Plant standards unless otherwise stated. ii. The City Water Department has standardized on the Allen-Bradley CompactLogix PLC hardware platform and the Allen-Bradley FactoryTalk SCADA and HMI platform. iii. Due to the criticality for constant pump station operations, an Allen-Bradley ControlLogix PLC system shall be required for the Staples Street Pump Station. Page 6 of 7 USER REQUIREMENTS SPECIFICATION -STAPLES STREET PUMP STATION 40 90 02.1 June 2016 Technical Specifications for Construction k. Plant Interface The new Staples Street Pump Station PLC control system shall have the following interfaces with station devices: i. Modbus interface with new station VFD's, new station motor protection relays and existing water quality analytical equipment. - An analog 4-20mA output for speed control and an analog 4-20mA input for speed feedback shall be required for each VFD. ii. Ethernet/IP over existing fiber optic with ONSWTP Plant SCADA server and new pump station PLC controller. - A new, dedicated industrial network switch and industrial firewall/router for the new PLC control system shall be required. iii. Analog 4-2OmA inputs from new and existing pump station instrumentation. - If new analog instrumentation has intelligent digital interfaces (HART interface), this information shall be brought into the station PLC. iv. Digital 24VDC status and control for pump station intake, by-pass and station discharge valve MOV's and any other digital devices utilized in this project. I. Operator Interface i. Pump station pumps shall have local STOP -START station located adjacent to each pump motor for starting and stopping pumps when in LOCAL, MANUAL mode. ii. VFD's shall have a local operator interface as part of the VFD controller for operator control while in LOCAL, MANUAL mode and monitoring of VFD parameters locally. iii. Pump station automated valves shall have local Local -Off -Remote switches and local Open / Close control as part of the valve controller. iv. Local pressure indicators shall be mounted in such a manner to allow for ease of viewing by operators. m. Control System Software Configuration i. All control system software shall be written for the Allen-Bradley ControlLogix PLC platform. ii. Control system Engineer and integrator shall review any and all existing control system configurations with City staff and modify as required to meet new system configuration needs. iii. The system integrator shall be responsible for tuning any and all control loops. 5. Additional Notes andComments a. None END OF DOCUMENT Page 7 of 7 USER REQUIREMENTS SPECIFICATION -STAPLES STREET PUMP STATION 40 90 02.1 May 2015 Technical Specifications for Construction SECTION 40 90 03 SCADA & INSTRUMENTATION TESTING AND COMMISSIONING PART 1 GENERAL 1.1 SCOPE OF WORK A. Provide all testing and commissioning equipment, materials, incidentals and labor, necessary to perform and coordinate the system check-out and startup, commissioning, field testing and overall training for the Instrumentation and Controls System associated with the Project. B. The Contractor's Process Control Systems Supplier (PCSS) shall supervise and/or perform the requirements of this Section. As part of these services, the PCSS shall include, for those equipment items not manufactured by him, the services of an authorized manufacturer's representative to check the equipment installation and place that portion of the equipment in operation. The PCSS shall provide to the Owner/Engineer, prior to putting the equipment into service, installation checklists, certificates, and all manufacturer provided start-up and commissioning documentation. The manufacturer's representative shall be thoroughly knowledgeable about the installation, operation, and maintenance of the manufacturer's equipment for this project. C. The PCSS shall perform testing, verification, and validation of the Process Control System according to recognized and generally accepted good systems engineering practices such as V -model for systems development. System sub -systems and their respective components are to be tested and verified individually before being assembled into the higher -order systems. When fully assembled, the entire system shall be demonstrated to perform the intended function, correctly and in stable and reliable manner. D. The PCSS shall coordinate with the instrumentation sub -contractor to provide an integrated system test. 1.2 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 DOCUMENT MANAGEMENT and shall include: 1. Process Control System Supplier (PCSS) shall prepare and submit a complete overall system testing plan. The test plan shall describe clearly and unambiguously how the PCSS will ensure and demonstrate to the Owner and the Engineer that the supplied system meets all the requirements of the specifications. 2. The Submittal shall contain an overall process control system overview. Each pump station area as affected by this contract shall be included. The detail shall include but not be limited to the following: a. Displays b. Control strategies c. Database d. Trending e. Reports f. Programming B. Submittal Content 1. Training Submittals shall cover the following: a. Programmable Logic Controller Programming (1) I/O List with register assignments. (2) Diagrams of the process control functions by each strategy. (3) Listing of inputs to the control function. (4) A short narrative of each control strategy. (5) Listing of all Operator inputs and outputs to and from the control function. Any Page 1 of 20 SCADA & INSTRUMENTATION AND COMMISSIONING — 40 90 03 May 2015 Technical Specifications for Construction special displays related to the function shall be illustrated. A description of the operation of any display shall be described as it relates to the control function. (6) Cross references of all I/O, showing to which I/O modules or software modules, they are in. (7) Failure contingencies shall be described in detail. (8) An annotated program, submitted in both hard copy and electronic format. (9) Logic flow charts that explain how the control strategy implementation logic works b. Operation Interface Terminal Programming (1) I/O List with register assignments. (2) Listing of all Operator displays with inputs and outputs to and from the control function. Displays shall be illustrated to show data presentation. (3) Cross references of all I/O, showing to which I/O modules or software modules, they are in. (4) Failure contingencies shall be described in detail. c. Human Machine Interface Programming (1) I/O List with register assignments. (2) Displays for each process area including all necessary pop ups. (3) Listing of data points on each display. (4) A short narrative of each control usage. (5) Listing of all Operator inputs and outputs to and from the control function. Any special displays related to the function shall be illustrated. A description of the operation of any display shall be described as it relates to the control function. (6) Cross references of all I/O, showing which software module at each point used. (7) Failure contingencies shall be described in detail. (8) A complete listing of all historical points. (9) Listing of all required configuration files for each SCADA client. d. Submit a proposed Training Schedule. C. Testing Documentation Submittals 1. Control System Test Plan a. The PCSS shall prepare and submit for review a System Test Plan for preparing test procedures, for performing testing and for preparing test reports for all tests. The plan shall include the anticipated testing schedules. 2. Format a. The PCSS's Test Plan shall be organized to provide for witnessed tests shall address support of the Owner's personnel in conducting the Operational Readiness Test and Functional Demonstration Test. b. The plan shall also discuss the type and extent of component and subsystem testing the PCSS performs prior to the formal witnessed tests. c. The Test Plan shall consist of the following major components, as a minimum: (1) A description of each test and its objectives (2) A description of the test program organization and the responsibilities and qualifications of test personnel (3) A description of applicable prerequisites for testing including all unwitnessed testing (4) A description of the Owner's and the PCSS's responsibilities at various test sites and facilities (5) A description of the overall test schedules (6) A description of form and content of test reports (7) Where applicable, identification of the primary test agency if other than the Contractor (8) A description of the procedures for identifying, evaluating and correcting the causes of problems or failures which occur during tests and a description of procedures for reworking and testing. Page 2 of 20 SCADA & INSTRUMENTATION AND COMMISSIONING — 40 90 03 May 2015 Technical Specifications for Construction d. Requirement (1) The PCSS shall prepare and submit for review a Control System Test Plan within sixty (60) days of the first witnessed test taking place. 3. Test Procedures a. The purpose of the test procedures is to bring order to the testing process and to illustrate that the PCSS is actively aware of the functional and performance requirements that must be met to properly test the equipment. b. Format (1) The PCSS shall develop test procedures for each witnessed test that clearly describe the test steps to be performed and the results expected after each step. (2) Any assumptions to be used in evaluating the test results shall be defined in the test procedure. (3) Each step in the test procedures shall be numbered and each test shall include a space for the PCSS and for the Owner to initial when the test is satisfactorily completed. (4) All equipment including communications, electrical, mechanical and computer systems shall be tested both individually and together as a system. The Owner/Engineer will not normally witness subsystem tests, but reserves the right to do so. (5) The PCSS shall prepare and document a test procedure for each type of test. Test procedures shall be submitted to the Owner for review before the scheduled start of the corresponding test. None of the formal witnessed tests shall be initiated until the corresponding test procedure has been Successfully Reviewed. (6) As a minimum, the following information shall be included in the procedures for each function tested: (a) A test identification number and name (b) A statement of test objective and scope (c) A cross reference to the paragraph(s) of the Specification that defines the requirements of the function being tested (d) A test description (e) A list of the make and model of all test equipment required to perform the test, including simulation hardware and software (f) A list of prerequisite tests that shall be completed before the test can be performed (g) A description of the required test setup including diagrams illustrating test equipment connections and identifying test points, where applicable (h) Step-by-step instructions for performing the test, identifying the points where data are to be recorded and the limits for acceptable data (i) Instructions for recording data on data sheets or verifying that procedure steps have been completed. (j) All blank test data sheets on which all results of testing are to be recorded; data sheets shall include a section for dates, make and model of all test equipment and signatures of witnesses. (k) Space for time and date of test (1) Pass/fail signature of both the Owner and the PCSS's Project Manager and Quality Control representative. (m) Test forms similar in content to those attached to this section shall be used for each system test. c. Requirement (1) The PCSS shall submit for review a detailed test procedure for each test activity. The test procedure shall be submitted at least 30 days prior to the scheduled test. No test shall be performed less than 7 days after the test procedure has been successfully reviewed and approved. If necessary, the PCSS shall reschedule the test, at no additional cost to the Owner, so that this requirement is met. All test procedures shall include inputs to be applied or simulated and expected outputs to Page 3 of 20 SCADA & INSTRUMENTATION AND COMMISSIONING — 40 90 03 May 2015 Technical Specifications for Construction be confirmed. 4. Test Reports a. Format (1) The PCSS shall develop, maintain, and update a test report for each test. (2) Test data sheets shall be used to record applicable drawing numbers, test equipment, including serial numbers and calibration dates where applicable, discrepancies, corrective action required, and test data. Data entries shall be referenced to the applicable procedures and allowable limits for each entry shall be indicated on the data sheets. The test data sheets shall be arranged in tabular form. (3) All discrepancies and/or anomalies shall be recorded on Discrepancy Report forms and entered into the Project DR Book. After commencement of Site Demonstration Testing, Discrepancy Reports shall be submitted weekly. (4) Test reports shall contain: (a) All test data sheets as completed at the time of test. (b) The PCSS's analyses and conclusions of the test results. (c) A complete list of deficiencies, discrepancies and/or deviations from expected results including how and when each item is to be resolved. (d) When applicable, state system retesting requirements including a list of items to be retested and system design changes, if required, due to system testing, and verification after successful resolution. Retesting and other remedial work required as a result of failed tests shall result in no increase to the Contract price. (e) A revised test procedure if corrections or revisions were made during the test. (f) A general summary for the item tested indicating any open items that are yet to be resolved and any test that is yet to be conducted. b. Requirement (1) The PCSS shall submit test reports within 15 days after the completion of each scheduled test. The Owner/Engineer reserves the right to delay or suspend follow- on project activities if an acceptable test report has not been provided in the required time period. 1.3 SYSTEM CHECKOUT AND START-UP A. The Contractor, PCSS, and Instrument Suppliers, as applicable, shall perform the following: 1 Check and confirm the installation of all instrumentation, control components and all cable and wiring connections between the various system components prior to placing the various processes and equipment into operation. Installation shall be in accordance with the contract documents — Plans and Specifications and in accordance with the manufacturer's requirements. 2. Conduct a complete system checkout and adjustment, including calibration of all existing instruments, tuning of control loops, checking operation functions, and testing of final control actions. All problems encountered shall be promptly corrected to prevent any delays in startup of the various unit processes. B. PCSS shall provide all test equipment necessary to perform the test during System checkout and startup. C. PCSS and/or system supplier shall be responsible for initial operation of the instrumentation and control system per the Functional Demonstration Test (FDT) requirements and shall make any required changes, adjustment or replacements for operation, monitoring, and control of the various processes and equipment necessary to perform the functions intended. D. PCSS shall furnish to the Owner/Engineer certified calibration/recalibration (for existing Instruments) reports for field instruments and devices specified herein as soon as calibration is completed. Page 4 of 20 SCADA & INSTRUMENTATION AND COMMISSIONING — 40 90 03 May 2015 Technical Specifications for Construction 1. Receipt of any calibration/recalibration certificates shall in no way imply acceptance of any work or instrument. 2. Each calibration/recalibration certificates shall be signed and dated by a certified authorized representative of the instrument manufacturer. Three copies of each completed certificate shall be submitted to Owner/Engineer. 3. A typical form shall be as follows: CALIBRATION CERTIFICATE Tag Number/Loop Number: Loop Description Instrument Location Manufacturer Model Number Adjustable Range Calibrated Range Remarks Installation Per Manufacturer's Requirements? Yes No Installation Per Contract Documents? Yes No If "No", explain Calibration Test: Input (Units) Output (Units) Accuracy 0% 25% 50% 75% 100% Switch Test Switch Point Upscale Switch Point Downscal Setting Deadband Setpoint 1 Setpoint 2 Setpoint 3 hereby certify that the above information is correct and accurate, to the best of my knowledge, and that the instrument indicated above has been supplied, installed, calibrated, and tested in accordance with the manufacturer's recommendations and the Contract Documents, unless otherwise noted. Receipt of this Calibration Certification shall in no way imply acceptance of any work or instrument Authorized Mfgr Rep. Signature: Date: Page 5 of 20 SCADA & INSTRUMENTATION AND COMMISSIONING — 40 90 03 May 2015 Technical Specifications for Construction E. PCSS shall furnish to Owner/Engineer two copies of an installation inspection report certifying that all equipment has been installed correctly and is operating properly. The report shall itemize the equipment or shall have inspection reports for each item attached to it. The report shall be signed by authorized representatives of both the Contractor and the system supplier. 1.4 TESTS (GENERAL) A. The PCSS shall test all equipment at the PCSS facility prior to shipment. Unless otherwise specified in the individual specification sections, all equipment provided by the PCSS shall be tested at the PCSS facility as a single fully integrated system. B. As a minimum, the testing shall include the following: 1. Un -witnessed Test (UFAT) 2. Witnessed Test (WFAT) 3. Operational Readiness Tests (ORT) 4. Functional Demonstration Tests (FDT) 5. 30 -Day Site Acceptance Tests (SAT) C. Each test shall require input documentation to be prepared and approved prior to the test and the output ("work product") documentation to be generated by test activities. Test activities shall execute test scenarios defined and approved by Owner/Engineer prior to the test. D. Test scenarios shall cover all normal operation, all knowable abnormal process conditions, and all knowable abnormal Process Control System conditions and malfunction. Test scenarios shall force the execution of every logical branch of the control logic. E. Each test shall be in the cause and effect format. The person conducting the test shall initiate an input (cause) and, upon the system's or subsystem's producing the correct result (effect), the specific test requirement shall be satisfied. The cause and the correct effect shall be determined and documented in the test scenarios. The person conducting the test shall compare the actual effect with the expected correct effect with and shall document the outcome. F. All tests shall be conducted in accordance with prior Owner/Engineer-approved procedures, forms, and checklists. A complete testing plan with the appropriate forms and checklists shall be submitted to the Owner/Engineer for approval prior to any testing taking place. The testing plan shall be submitted a minimum of three weeks in advance of the proposed testing date. Each specific test shall be described and followed by a section for sign off by the appropriate party after its status completion. G. Copies of these sign off test procedures, forms, and check lists will constitute the required test documentation. H. Provide all special testing materials and equipment. Wherever possible, perform tests using actual process variables, equipment, and data. Where it is not practical to test with real process variables, equipment, and data, provides suitable means of simulation. Define these simulation techniques in the test procedures. I. The General Contractor shall require the Integration Subcontractor to coordinate all testing with the Engineer, all affected Subcontractors, and the Owner. J. The Owner/Engineer reserves the right to test or retest all specified functions whether or not explicitly stated in the prior approved Test Procedures. K. The Owner/Engineer's decision shall be final regarding the acceptability and completeness of all testing. L. No equipment shall be shipped to the Project Site until the Owner/Engineer has received all test results and approved the system as ready for shipment. M. The PCSS shall furnish the services of servicemen, all special calibration and test equipment and labor to perform the field tests. N. Correction of Deficiencies Page 6 of 20 SCADA & INSTRUMENTATION AND COMMISSIONING — 40 90 03 May 2015 Technical Specifications for Construction 1. All deficiencies in workmanship and/or items not meeting specified testing requirements shall be corrected to meet specification requirements at no additional cost to the Owner. 2. Testing, as specified herein, shall be repeated after correction of deficiencies is made until the specified requirements are met. This work shall be performed at no additional cost to the Owner. 3. All deficiencies shall be corrected in no more than 24 hours. If the Integrator is unable to resolve the issue in Tess than 24 hours to allow the test to proceed, acceptance testing should be rescheduled. The owner shall bear no additional costs of attending subsequent re -tests. 1.5 COMMISSIONING The words defined in this section shall for the purpose of the specification have the meanings ascribed to them. A. Following the instrumentation and control system checkout and start-up, the PCSS shall, under the supervision of the system supplier, perform a complete system test in the presence of the Owner/Engineer to verify that all equipment and software is operating properly as a fully integrated system, and that the intended monitoring and control functions are fully implemented and operational. 1. Commissioning shall begin only after all instruments, PLC, and control panels are installed, wired and previously tested by the Contractor, in accordance with Paragraph 1.04 of this Section. The testing as required per the Operational Readiness Tests (ORT) as described in paragraph 3.03 of this specification shall be completed prior to beginning the commissioning. 2. All spare parts must be on site and accepted prior to Commissioning. 3. PCSS shall submit to the Owner/Engineer a schedule for Commissioning, including a proposed start date, at least three weeks in advance. B. Commissioning shall include, as a minimum, the following checks: 1. All wiring shall be checked at each termination point for correct wire size, type, color, termination and wire number. 2. All instruments and devices shall be checked to verify compliance with the specifications and approved shop drawings. The calibration of analog devices shall be verified including the zero and span. 3. Analog wiring shall be checked for correct polarity and ground continuity at each termination point in the loop. 4. All analog loops shall be verified at each termination point at 0%, 25%, 50%, 75%, and 100% signal levels. C. PCSS shall provide the following documentation for use during the Commissioning effort. 1. Checklist itemizing all required commissioning documentation, signed and dated. 2. Complete panel schematic and internal point-to-point wiring interconnect drawings. 3. Complete electrical control schematics in accordance with NFPA 79, Electrical Standard for Industrial Machinery, latest edition, and applicable NEMA standards. 4. Complete panel layout drawings. 5. Complete field wiring diagrams. 6. Complete instrument loop diagrams. 7. Completed Calibration/Recalibration Certificates for all field and panel devices that require adjustment or calibration. 8. PCSS shall provide one set of Commissioning documentation for the Owner's personnel, one set for the Owner/Engineer's use, one set for field use, and the required number of sets for the Contractor's use. Page 7 of 20 SCADA & INSTRUMENTATION AND COMMISSIONING — 40 90 03 May 2015 Technical Specifications for Construction 9. The drawings corrected and modified during Commissioning shall form the basis for the "As -Built" record drawing requirement. 10. All documentation generated during acceptance testing (WFAT, ORD, FDT). All certificates, installation checklists, and reports delivered by equipment manufacturers. 11. Issue tracking system, such as electronic spreadsheet or a paper log book D. All PLC/RTU hardware and software shall be thoroughly tested to verify proper operation as an integrated system. System testing shall include, as a minimum, the following: 1. All digital inputs shall be activated at the field element to verify proper response to the status change on graphic displays, reports, and in automatic control algorithms. 2. All analog inputs shall be tested at the field transmitter over a full range to verify proper response on graphic displays, reports, and in automatic control algorithms. 3. All digital and analog outputs shall be forced to verify proper control operation. 4. Communications, including PLC/RTU data highway, computer local area network, PLC/RTU remote I/O, and serial communications shall be tested between all components, including existing equipment. 5. Alarm displays and printing shall be tested for all analog and digital alarm points. 6. All automatic control algorithms shall be completely tested over various ranges and input conditions to verify proper operation. Graphic displays shall be observed to verify proper response to automatic control operations. 7. All historical data collection, trending, computation, totalizers and reporting functions shall be checked and tested to confirm proper operation and accuracy of the data. E. Any defects or problems found during the Commissioning effort or field test shall be corrected by the Contractor and then retested to demonstrate proper operation. F. Following testing and demonstration of all system functions, the Instrumentation and Control System including field sensors/transducers and instruments shall be running and fully operational for a continuous 48 hour period. The Field Test specified below shall not begin until the continuous 48 hour proving run has been successfully completed and Owner and Engineer agree that the Field Test can begin. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.1 GENERAL REQUIREMENTS A. The Control System shall undergo comprehensive testing to demonstrate that the Control System performs as an integrated system to meet all the requirements of this specification. The Contractor shall conduct all element and subsystem tests necessary to ensure the proper operation of all Control System functions. B. Test procedures and written notification to the Owner/Engineer of testing activities are required for all tests. C. Before the start of any test that will be witnessed by the Owner/Engineer, the Contractor shall have conducted all prerequisite testing as well as a dry run of the entire witnessed test to ensure the success of the test. The Contractor shall provide the Owner/Engineer with a copy of the un -witnessed test report before start of the witnessed version of the test. The test report requirements shall be the same as the witnessed version of the test. D. All tools and equipment necessary to perform all required tests shall be provided by the Contractor. Test instruments shall be suitable for the purpose of measurement, with a rated accuracy commensurate to the measurement value of the equipment being tested or calibrated. Each test instrument shall be certified by an established calibration laboratory prior to the commencement of testing and recertified, without adjustment, after Page 8 of 20 SCADA & INSTRUMENTATION AND COMMISSIONING — 40 90 03 May 2015 Technical Specifications for Construction completion of testing to verify accuracy throughout the testing period. If recertification without adjustment is not demonstrated, the calibration instrument must be adjusted and certified, the field calibration repeated, and the recertification without further adjustment verified. Certified calibration reports traceable to the National Bureau of Standards shall be included with the test report. 1. The major documents associated with the testing are: a. System Test Plan and Forms b. Witnessed Factory Test (WFAT) Procedures c. Operational Readiness Test (ORT) Procedures d. Functional Demonstration Test (FDT) Procedures e. 30 Day Site Acceptance Test (SAT) Procedures f. Test Reports E. Each test shall be considered complete only when accepted by the Engineer and Owner. 3.2 UNWITNESSED TEST (UFAT) A. The entire system, except primary elements, final control elements, and field mounted transmitters, shall be interconnected and tested at the PCSS site to ensure the system operates as specified. All analog and discrete input/output points not interconnected at this time shall be simulated to ensure proper operation of all alarms, monitoring devices/functions, and control devices/functions. B. All panels and assemblies shall be inspected and tested to verify that they are in conformance with related submittals, specifications, and Contract Drawings. PCSS shall submit a copy of the panel test records - point to point wiring check, etc. to the Owner and Engineer prior to scheduling the Witnessed Test. C. During the tests all digital system hardware and software shall have operated continuously or five days without a failure to verify the system is capable of continuous operation. The un- witnessed test results shall be submitted to the Engineer for approval prior to the start of the Witnessed Test (WFAT). D. Tests to be performed shall include, but not be limited to, the following: 1. Develop and present to Owner/Engineer for approval a Delivery Checklist. The checklist shall list every discrete item such as workstation, network switch, PLC panel, etc. The Contractor shall demonstrate clearly and unambiguously that every item required by the contract is present, along with all its accessories, in new and undamaged condition. 2. Demonstrate operability of all equipment 3. Demonstrate operability of the control data communication network under anticipated full load conditions 4. 100 percent point check of I/O, including wiring 5. Demonstrate the ability to monitor and change at least 20 pieces of digital and analog data in each PLC/RIO from the HMI software at all operator workstations 6. Demonstrate the ability to share data between operator workstations and servers 7. Demonstrate the ability of each workstation to print reports on all network printers 8. Demonstrate the ability for each workstation to read and write to and from designated files from other workstations on the LAN 9. Demonstrate the operability of all mass storage equipment 10. Demonstrate communication failure and system restart 11. Demonstrate total power failure and recovery. NOTE: The UPS shall call for server shutdown. 12. Demonstrate a catastrophic failure and recovery of a server, workstation, and PLC. 13. Demonstrate procedure for backing up the computer system (including PC and PLC); reload using a backup; and completely restoring a PC and/or PLC from a backup. 14. Demonstrate the ability of each workstation to print alarm/events on the local printer. During the test for a period of time equal to at least 20 percent of the test duration, the Engineer's and/or Owner's representative shall have unrestricted access to the system. Page 9 of 20 SCADA & INSTRUMENTATION AND COMMISSIONING — 40 90 03 May 2015 Technical Specifications for Construction 3.3 WITNESSED FACTORY TEST (WFAT) A. Before scheduling the Witnessed Test, the PCSS must determine through his own test and quality assurance program that the equipment is ready for shipment to the jobsite. B. All system tests specified for the Un -witnessed Test shall be repeated. C. The WFAT will be conducted at the PCSS facility. D. After receiving Un -witnessed Test approval, the PCSS shall notify the Engineer and Owner in writing that the system is ready for the Witnessed Test. In addition to notification, the PCSS shall submit to Owner/Engineer documentation from UFAT demonstrating that each test has been successfully completed and all issues have been resolved. The Engineer and/or Owner shall schedule a test date within 30 days of receipt of the "Ready to Test" letter. At the time of notification, the PCSS shall submit any revisions to the detailed test procedure previously approved by the Engineer. E. This test shall verify the functionality, performance, and stability of the hardware and software. The system must operate continuously for 100 hours without failure before the test shall be judged successful. Successful completion of this test, as determined by the Engineer, shall be the basis for approval of the system to be shipped to the site. F. The various tests performed during the Witnessed Factory Test shall be designed to demonstrate that hardware and software fulfill all the requirements of the Specifications and Contract drawings. The test conditions shall resemble, as closely as possible, the actual installed conditions. Any additional hardware or software that may be required to successfully verify system operation shall be supplied at no cost to the Owner. G. The PCSS shall be responsible to simulate the I/O signals for any equipment or device communicating with any new or existing PLC through peer-to-peer network by using a computer system with appropriate simulation software. Simulating the I/O signals by forcing them from the PLC programming software will not be acceptable. H. Tests to be performed shall include, but not be limited to, the following: 1 Develop and present to Owner/Engineer for approval a Delivery Checklist. The checklist shall list every discrete item such as workstation, network switch, PLC panel, etc. The Contractor shall demonstrate clearly and unambiguously that every item required by the contract is present, along with all its accessories, in new and undamaged condition. 2. Demonstrate operability of all equipment 3. Demonstrate operability of the control data communication network under anticipated full load conditions 4. 100 percent point check of I/O, including wiring 5. Demonstrate the ability to monitor and change at least 20 pieces of digital and analog data in each PLC/RIO from the HMI software at all operator workstations 6. Demonstrate the ability to share data between operator workstations and servers 7. Demonstrate the ability of each workstation to print reports on all network printers 8. Demonstrate the ability for each workstation to read and write to and from designated files from other workstations on the LAN 9. Demonstrate the operability of all mass storage equipment 10. Demonstrate communication failure and system restart 11. Demonstrate total power failure and recovery. NOTE: The UPS shall call for server shutdown. 12. Demonstrate a catastrophic failure and recovery of a server, workstation, and PLC. 13. Demonstrate procedure for backing up the computer system (including PC and PLC); reload using a backup; and completely restoring a PC and/or PLC from a backup. 14. Demonstrate the ability of each workstation to print alarm/events on the local printer. During the test for a period of time equal to at least 20 percent of the test duration, the Engineer's and/or Owner's representative shall have unrestricted access to the system. All analog control panels shall be included in these tests. J. All deficiencies identified during these tests shall be corrected and retested prior to completing the Witnessed Test as determined by the Owner/Engineer. K. The following documentation shall be made available to the Engineer at the test site both before and during the Witnessed Test: 1. All Contract Drawings and Specifications, addenda, and change orders 2. Master copy of the test procedure 3. List of the equipment to be tested including make, model, and serial number Page 10 of 20 SCADA & INSTRUMENTATION AND COMMISSIONING — 40 90 03 May 2015 Technical Specifications for Construction 4. Design -related hardware submittal applicable to the equipment being tested 5. Software license 6. Issue tracker log, indicating issue's severity and life cycle L. The daily schedule during these tests shall be as follows: 1. Morning meeting to review the day's test schedule and status of outstanding issues. 2. Scheduled tests and signoffs. 3. Evening meetings to review the day's test results and to review or revise the next day's test schedule. 4. Unstructured testing period by the witnesses. M. All test data and procedures followed during testing shall be logged and certified copies of the logs shall be provided and available throughout the test to the Engineer and Owner. N. All failed tests shall require re -test till successfully completed. 3.4 OPERATIONAL READINESS TESTS (ORT) A. Prior to startup and the Functional Demonstration Test, the entire system shall be certified (inspected, tested, and documented) that it is READY for operation. B. Loop/Component Inspections and Tests: The entire system shall be checked for proper installation, calibrated, and adjusted on a loop -by -loop and component -by -component basis to ensure that it is in conformance with related submittal's and these Specifications. 1. The Loop/Component Inspections and Tests shall be implemented using Engineer - approved forms and check lists. a. Each loop shall have a Loop Status Report to organize and track its inspection, adjustment, and calibration. These reports shall include the following information and check off items with space for sign off by the PCSS. (1) Project Name (2) Loop Number (3) Tag Number for each component (4) Check offs/sign offs for each component b. Tag/identification c. Installation d. Termination —wiring e. Termination —tubing f. Calibration/adjustment — Check offs/sign offs for the loop g. Panel interface terminations h. I/O interface terminations i. I/O signal operation j. Inputs/outputs operational: received/sent, processed, and adjusted. k. Total loop operation — Provide space for comments I. Each active Analog Subsystem element and each I/O module shall have a Component Calibration Sheet. These sheets shall have the following information, spaces for data entry, and a space for sign off by the PCSS: (1) Project Name (2) Loop Number (3) Component Tag Number of I/O Module Number (4) Component Code Number Analog System (5) Manufacturer (for Analog system element) (6) Model Number/Serial Number (for Analog system) (7) Summary of Functional Requirements: a. Indicators and Recorders: Scale and chart ranges b. Transmitters/Converters: Scale and chart ranges c. Computing Elements: Function d. Controllers: Action (direct/reverse) control Modes (PID) e. Switching Elements: Unit range, differential f. (FIXED/ADJUSTABLE), Preset (AUTO/MANUAL) g. I/O Modules: Input or output 2. Calibrations: a. Analog Devices: Required and actual inputs and outputs at 0, 25, 50, 75, and 100 percent of span, rising and falling Page 11 of 20 SCADA & INSTRUMENTATION AND COMMISSIONING - 40 90 03 May 2015 Technical Specifications for Construction b. Discrete Devices: Required and actual trip paints and reset points c. Controllers: Mode settings (PID) d. I/O Modules: Required an actual inputs or outputs for 0, 25, 50, 75, and 100 percent of span, rising and falling. (1) Provide space for comments (2) Space for sign off by the PCSS. (3) The General Contractor shall require the PCSS to maintain the Loop Status Reports and Component Calibration Sheets at the job -site and make them available to the Owner/Engineer at any time. (4) These inspections and tests do not require witnessing. However, the Engineer shall review and initial all Loop Status Sheets and Component Calibration Sheets and spot-check their entries periodically and upon completion of the Operational Readiness Test. Any deficiencies found shall be corrected. 3.5 FUNCTIONAL DEMONSTRATION TEST (FDT) A. Prior to startup and the 30 -Day Test, the entire installed instrument and control system shall be certified that it is ready for operation. All preliminary testing, inspection, and calibration shall be complete as defined in the Operational Readiness Tests. The FDT will be a joint test by the PCSS and the Equipment suppliers. B. Once the facility has been started up and is operating, a witnessed Functional Demonstration Test shall be performed on the complete system to demonstrate that it is operating and in compliance with these Specifications. Each specified function shall be demonstrated on a paragraph -by -paragraph, loop -by -loop, and site -by -site basis. C. Loop -specific and non -loop -specific tests shall be the same as specified under Functional Demonstration Tests except that the entire installed system shall be tested and all functionality demonstrated. D. Updated versions of the documentation specified to be provided for during the tests shall be made available to the Engineer at the job -site both before and during the tests. In addition, one (1) copy of all O&M Manuals shall be made available to the Owner/Engineer at the job - site both before and during testing. See Section 01 33 06 OPERATION AND MAINTENANCE DATA, for O&M Manual requirements. E. The daily schedule specified to be followed during the tests shall also be followed during the Functional Demonstration Test. F. The system shall operate for 100 continuous hours without failure before this test shall be considered successful. G. Demonstrate communication failure and recovery. 3.6 30 -DAY SITE ACCEPTANCE TEST (SAT) A. After completion of the Operational Readiness and Functional Demonstration Tests, the PCSS shall be responsible for operation of the entire system for a period of 30 consecutive days, under conditions of full plant process operation, without a single non -field repairable malfunction. B. During this test, plant operating and PCSS personnel shall be present as required. For this test, the PCSS is expected to provide personnel who have an intimate knowledge of the system hardware and software. C. While this test is proceeding, the Owner shall have full use of and derive benefit from the system. Only plant operating personnel shall be allowed to operate equipment associated with live plant processes. D. Any malfunction during the tests shall be logged into the issue tracking system, analyzed and corrected by the PCSS. The Engineer and/or Owner will determine whether any such malfunctions are sufficiently serious to warrant a repeat of this test. E. During this 30 consecutive day test period, any malfunction which cannot be corrected within 24 hours of occurrence by PCSS personnel, or more than two similar failures of any duration, will be considered a non -field -repairable malfunction. F. Upon completion of repairs by the PCSS, the test shall be repeated as specified herein. G. In the event of rejection of any part or function, the PCSS shall perform repairs or replacement within 60 days. H. The total availability of the system shall be greater than 99.5 percent (99.5%) during this test period. Availability shall be defined as: Page 12 of 20 SCADA & INSTRUMENTATION AND COMMISSIONING — 40 90 03 May 2015 Technical Specifications for Construction 1. Availability = (Total Testing Time -Down Time) / Total Testing Time I. Down times due to power outages or other factors outside the normal protection devices or back- up power supplies provided shall not contribute to the availability test times above. J. Upon successful completion of the 30 -day site acceptance test and subsequent review and approval of complete system final documentation, the system shall be considered substantially complete, and the one year warranty period shall commence. 3.7 TRAINING A. General 1. A comprehensive training program shall be provided by the Contractor covering the operation and maintenance of all elements of the Control System. The cost of training programs for the Owner's personnel shall be included in the Contract price. Where practical, the training and instruction shall be directly related to the system being supplied. 2. Training shall be conducted at the Owner's facilities. 3. Training classes shall be tailored to the specific needs of the class participants. Separate curricula shall be developed for Operators, Maintenance Staff, and Control System Administrators. All Technicians, Operators, Engineers, and Managers of the Facility shall require training on the Process Control System (PCS). The training courses shall address operation, maintenance, and troubleshooting of the system provided. The courses shall be designed specifically for the type of personnel attending, such as Operators, Engineers, etc. 4. All training schedules shall be coordinated with and at the convenience of the Owner. Shift training may be required to correspond to the Owner's working schedule. 5. Provide detailed training manuals to supplement the training courses. The manuals shall include specific details of equipment supplied and operations specific to the project. 6. The trainer shall make use of teaching aids, manuals, slide/video presentations, etc. After the training services, all training materials shall be delivered to Owner. 7. Contractor shall videotape all training sessions and provide recordings on a CD as formal submittal to the Owner. All training CDs shall become the sole property of the Owner. 8. All instructors shall be highly qualified for technical training with demonstrated expertise in not only Control System functionality but also professional training techniques. Trainers should have no other duties that would interrupt training. Training shall not be combined with other activities such as Control System configuration or startup. Vendor Provided Training shall be conducted by Factory Authorized and Certified Trainers. Resumes and evidence of Qualifications of Instructors shall be provided as part of the Test Plan and subject to the approval of the Owner/Engineer. 9. Complete, professional, training materials shall be provided for all training classes including course outline and schedule, training manuals (in addition to Control System documentation), and review/testing materials. The training manuals shall be designed to not only assists the student's comprehension of the course material but also to serve as reference documents after the completion of training. Training materials should be provided to students one week prior to class. The Owner reserves the right to make additional copies of training materials. 10. Training courses shall be a combination of classroom and hands-on training. To the extent possible, hands-on training shall utilize components from the new Control System. 11. Prior to any training taking place, Contractor to conduct workshops with the Owner and Engineer to identify specific training requirements, to define training courses, and to develop course outlines for approval by Owner/Engineer. B. Training Plan 1. The training plan shall include complete descriptions of all training classes, a preliminary training schedule, a list of all proposed instructors along with resumes, examples of proposed training manuals, and a description of any special training tools available (simulators, self -paced modules, personal computer-based training, etc.). 2. Owner/Engineer shall review the training plan for assurance that the training planned by the Contractor shall meet the training needs. Special emphasis shall be placed on review of the qualifications of the proposed instructors. If a concern arises about the qualifications of particular instructors, the Contractor shall provide video tapes of classes Page 13 of 20 SCADA & INSTRUMENTATION AND COMMISSIONING — 40 90 03 May 2015 Technical Specifications for Construction taught by the proposed instructors. If the Owner determines that the proposed instructors are not sufficiently qualified to conduct the specified training courses, the Contractor shall identify additional qualified instructors. C. Vendor Provided Training 1. Vendor provided training is intended to provide foundational training for equipment provided by the PCSS. This training shall be conducted by factory authorized trainers for each type of equipment discussed below: 2. Control System Software Training a. HMI Software b. System Administrator Software c. Reporting Software d. Historian Software e. Network Management Software f. PLC/RTU Software Training 3. Control System Hardware Training a. HMI Hardware b. Server Hardware c. Reporting Hardware d. Historian Hardware e. Network Management Hardware f. PLC/RTU Hardware Training D. Control System Specific Training 1. Training Manuals a. Comprehensive training manuals shall be provided for all training courses. The manuals shall be professionally written to present the course material in a format that is easy to comprehend. The manuals shall serve as teaching aids during presentation of the training classes and shall additionally serve as reference material after the training has been completed. It shall not be acceptable for the Contractor to use Control System technical documentation solely as the training manuals since Control System documentation is generally not written in an instructional format. Portions of Control System documentation may be incorporated into training manuals provided that the overall manual achieves an instructional format. b. If the Contractor proposes to use standard training manuals, these manuals shall be revised or appended to reflect Control System characteristics specific to this Contract. 2. Required Training Courses a. Training courses shall be tailored to meet the specific needs of several distinct groups of Owner personnel. The specific categories and number of personnel in each category are identified in the following paragraphs. Class sizes shall be restricted to the number of students that can easily be accommodated. Classes that involve extensive hands-on activities (such as operator training, maintenance training, and software engineering) shall be limited to five students per class. Supervisor and overview courses may include up to ten participants. At least two sessions of each course shall be presented to satisfy class size restrictions and conflicts in Owner personnel scheduling. Additional sessions shall be presented if required to accommodate the total number of personnel identified for each course. b. All training classes shall be scheduled Monday — Friday. Contractor shall coordinate with Owner for specific times. c. The intent of the training program is to provide the Owner's personnel with comprehensive instruction in all subjects and areas necessary for the efficient configuration, troubleshooting and repair, maintenance, and use of the Control System. If the Contractor's standard training curriculum includes courses in addition to those discussed below and which are necessary for the efficient configuration, maintenance, and use of the Control System, the Contractor shall also provide these courses. Following is a description of the categories of training to be provided. Page 14 of 20 SCADA & INSTRUMENTATION AND COMMISSIONING - 40 90 03 May 2015 Technical Specifications for Construction 3. Operator Training a. Training courses shall be presented that instruct the Control System operators in the efficient operation of all aspects of the Control System. The course material shall include not only the general operation of the Control System but also the operation of the specific Control System features require by this Contract. In particular, the operator training shall include instruction on the use of all operational functionality including, but not limited to alarm logging, trending, and the process displays, database, reports, and control software. 4. Software Maintenance Training a. Training courses shall be presented that shall enable Owner programmers to develop and maintain all aspects of the Control System software. Separate sessions shall be presented that deal with the following topics: 1). Process database development and modification 2). Historical database development and modification 3). Process display development and modification 4). Supervisory Control strategy development and modification 5). Report development and modification 6). Web Server Application development and modification 7). Supervisory control development and modification 8). General software maintenance, including Control System backup, restoration and archiving. b. These courses shall address the procedures for the standard Control System software, plus material explaining the specific conventions and procedures used by the Contractor in developing the new Control System applications. The courses shall provide instruction in techniques for developing and maintaining current, comprehensive documentation for all applications. c. Control Application Training 1). A dedicated course shall be presented which addresses the customized software development and control strategy programming. 5. Specific Training a. Human Machine Interface (HMI) Software Training. This training shall be performed by PCSS. (1) Provide one week's manufacturer's standard training course for three (3) of Owner's personnel in the operation, configuration, programming, and installation of the HMI software supplied. (2) This training shall be conducted no more than two (2) months before the Witnessed Test (WFT) (3) The following training shall be provided as a minimum: (a) Database generation (b) Display generation (c) Alarm system and configuration (d) Historical data system configuration (e) Report generation (f) Security system (g) Trending system (h) Remote communications (i) Software configuration (j) OLE applications (k) Test, adjustment, and calibration procedures (I) Troubleshooting and diagnosis (4) Training shall include classroom and hands-on instruction such that a student with experience in process instrumentation can configure the HMI with no guidance or with only minimal supervision when attempting complex problems. Page 15 of 20 SCADA & INSTRUMENTATION AND COMMISSIONING - 40 90 03 May 2015 Technical Specifications for Construction b. Programmable Logic Controller (PLC) Hardware and Software (1) Provide manufacturer's standard training course for three (3) of the Owner's personnel in the operation, configuration, programming, installation, and maintenance of the PLC hardware and software supplied. The courses shall be conducted in two groups for one week each. (2) The training shall be conducted no more than two (2) months before the Witnessed Test. (3) The hardware and software courses shall not be concurrent. (4) The following hardware training shall be provided as a minimum: (a) Hardware maintenance for the PLC equipment provided (b) Test, adjustment, and calibration procedures (c) Troubleshooting and diagnosis (d) Component removal and replacement (e) Periodic maintenance (5) The following software training shall be provided as a minimum: (a) System configuration (b) Application specific program development/programming (c) Uploading/downloading programs (d) Documenting program/configuration (e) System backups and reload procedures (f) TCP/IP addressing procedures (g) Network communications configuration 6. Integrated Process Control System Training a. Human Machine Interface (HMI) (1) Integrated Process Control System Training shall be performed by individuals directly involved in development and implementation of the Process Control System for this project. All instructors shall be highly qualified for technical training with demonstrated expertise in not only HMI functionality but also professional training techniques. Training personnel shall be intimately familiar with the control system equipment, its manipulation, and configuration. Training shall be conducted by Factory Authorized and Certified Trainers. Training personnel shall command knowledge of system debugging, program modification, troubleshooting, maintenance procedure, system operation, and programming, and shall be capable of transferring this knowledge in an orderly fashion to technically oriented personnel. (2) Training and instruction shall be specific to the system that is being supplied. (3) Training shall consist of classroom and hands-on instruction utilizing the Owner's system. (4) Detailed training shall be provided on the actual configuration and implementation for this Contract. Training shall cover all aspects of the system that will allow the Owner's personnel to maintain, modify, troubleshoot, and develop future additions/deletions to the system. The training shall cover the following subjects, as a minimum: (a) System overview (b) System hardware components and specific equipment arrangements (c) System startup, shut down, load, backup, and historical archival/retrieval procedures (d) Specific application configuration covering the overall design and implementation of the applications provided under this Contract. The intent is to make the student fully knowledgeable in all aspects of the system provided. (e) Periodic maintenance (f) Troubleshooting and diagnosis (g) Network configuration, communications, and operation (h) Windows 7 operation and maintenance as it pertains accessing the control system - HMI for this project. (i) System backups and reload procedures Page 16 of 20 SCADA & INSTRUMENTATION AND COMMISSIONING - 40 90 03 May 2015 Technical Specifications for Construction (j) TCP/IP addressing procedures b. Programmable Logic Controller (PLC) Hardware and Software (1) Five (5) 1 -day session for three (3) of the Owner's personnel shall be held before the FDT, but not more than one month before the FDT. (2) Training and instruction shall be specific to the system that is being supplied. (3) Training shall consist of classroom and hands-on instruction utilizing the Owner's system. (4) Detailed training shall be provided on the actual configuration and implementation for this Contract. Training shall cover all aspects of the system that will allow the Owner's personnel to maintain, modify, troubleshoot, and develop future additions/deletions to the system. The training shall cover the following subjects, as a minimum: (a) System overview (b) System hardware components and specific equipment arrangements (c) System startup, shut down, load, backup, and historical archival/retrieval procedures (d) Specific application configuration covering the overall design and implementation of the applications provided under this Contract. The intent is to make the student fully knowledgeable in all aspects of the system provided. (e) Periodic maintenance (f) Troubleshooting and diagnosis (g) Network configuration, communications, and operation (h) Windows 7 operation and maintenance as it pertains accessing the control system - PLC for this project. c. Network equipment and devices (1) Provide training on network switches, modems, and satellite radios. (2) The training shall cover the following subjects, as a minimum: (a) System overview (b) System hardware components and specific equipment arrangements (c) System startup, shut down, load, and backup procedures (d) Specific application configuration covering the overall design and implementation of the applications provided under this Contract. The intent is to make the student fully knowledgeable in all aspects of the system provided. (e) Periodic maintenance (f) Troubleshooting and diagnosis (g) Network configuration, communications, and operation d. Integrated training Provide integrated training on operating the SCADA network and Process Control System as a whole. Training shall demonstrate dependencies of system element, system -level troubleshooting, health monitoring, problem diagnosis, etc. E. Field Training 1. Field Instruments a. Provide for a minimum of four (4) separate one 8 -hour hardware training and instruction sections on the maintenance of the field instrumentation for four (4) of the Owners instrumentation technicians. The training will be broken up into separate groups — those that maintain, those that operate and those who own the system. This training shall be conducted before the Functional Demonstration Test, but no more than one (1) month before and at a time suitable to the Owner. This training shall take place at the Owners facility. As a minimum the following shall be included: (1) Training in standard hardware maintenance for the instruments provided (2) Specific training for the actual instrumentation configuration to provide a detailed understanding of how the equipment and components are arranged, connected, and set up for this Contract (3) Test, adjustment, and calibration procedures Page 17 of 20 SCADA & INSTRUMENTATION AND COMMISSIONING - 40 90 03 May 2015 Technical Specifications for Construction (4) Troubleshooting and diagnosis (5) Periodic maintenance 2. Panel Instruments a. Provide a minimum of one 8 -hour hardware training and instruction in the maintenance of the panel instrumentation for four (4) of the Owners technicians. Training should be conducted before the Functional Demonstration Test, but not more than one (1) month before and at a time suitable to the Owner. This training shall be provided at the Owners facility and at a minimum the following shall be included: (1) Training in standard hardware maintenance for the instruments provided (2) Specific training for the actual instrumentation configuration to provide a detailed understanding of how the equipment and components are arranged, connected, and configured for this Contract (3) Test, adjustment, and calibration procedures (4) Troubleshooting and diagnosis (5) Periodic maintenance 3. Panel Functions a. Provide a minimum of two 2 -hour training sessions for four (4) shifts of Owner's operations personnel on the detailed operation of the touch screen panel. This training shall be conducted within two (2) days of the completion of the Field Demonstration Test at times suitable to the Owner. This training shall be provided at the Owner's facility and at a minimum, the following shall be included: (1) Specific training for the actual instrumentation configuration to provide a detailed understanding of how the equipment and components are arranged, connected, and set up for this Contract. F. Management Seminar 1 Provide Management Seminar for the Owner's personnel at the Owner's facility. The objective of this seminar is to provide non-operations/maintenance personnel with an overview understanding of the process control system. The attendees will be the Owner's management, engineering, and other non -operations personnel. The seminar shall include, but not limited to, the following: a. An overview of the process control system explaining how the hardware and software supplied under this Contract is used for the operation and control of the facilities. b. A block diagram presentation of the process control system showing how and what information flow within the System and what is done by each functional unit. c. An explanation of the operator interfaces including a demonstration of how to use an HMI to access displays, reports, control, etc. d. A walk-through of the installed system explaining each of the items covered in the functional unit's discussion. The features and functions of operator controls and interfaces shall be discussed. G. Follow-up Training 1. When requested by the Owner during the warranty period for the SCADA System and Instruments, one addition training session shall per provided for each type of training session as required in other sections of this specification. Requirements for follow-up training are the same as those stated in other training session sections of this specification. Follow-up training sessions shall be scheduled and coordinated with the Owner. 3.8 WARRANTIES, MAINTENANCE, AND SUPPORT SERVICES A. Support Duration 1. All warranty, maintenance and support services specified shall be included in the Contract and shall be in full effect for a period of 36 months commencing upon Final Acceptance. The warranty for each piece of equipment shall transfer to the Owner and continue until expiration of the manufacturer's warranty, if period is longer. Page 18 of 20 SCADA & INSTRUMENTATION AND COMMISSIONING — 40 90 03 May 2015 Technical Specifications for Construction B. Technical Support 1. Technical support shall be available from a Factory Regional Office or local Authorized Trained Representative of the software Supplier. 2. Factory technical support shall be available from degreed Engineers familiar with the software and typical industrial applications. 3. Telephone technical support, voice and e-mail, shall be available weekdays and weekends and holidays. 4. Technical support shall be offered for the life of the product, and for a minimum of 1 year after it is discontinued. 5. The vendor must have a record of providing a continuous upgrade path for the product. C. Control System Warranty 1 The Control System warranty shall consist of a full scope, in-place warranty. All hardware, software and applications shall be covered by the warranty. Any failures in System functionality as compared to Final Acceptance shall be corrected by the Contractor. The Contractor shall coordinate any warranties provided by third party suppliers. D. Preventive Maintenance 1 The Contractor shall provide the services of factory -trained service technicians for the purpose of performing preventive maintenance. All equipment shall be systematically inspected, cleaned, aligned, adjusted, lubricated, calibrated and otherwise serviced as required to assure proper performance. Equipment manufacturer service recommendations shall be followed where applicable. 2. The preventive maintenance service interval (time -between -service activities) for each piece of equipment shall be that recommended by the equipment manufacturer in accordance with industry practice or six months, whichever is less. The cost to provide preventive maintenance during this period including parts, labor, travel, and subsistence, shall be included in the contract price. Prior to start of in-service use of each part of the Control System, the Contractor shall provide to the Owner a schedule for this maintenance service. 3. All preventive maintenance activities shall be documented with service reports which shall identify the equipment being serviced, state the condition of the equipment, describe all work performed, and list materials used. The report shall also include the name of the technician performing the work and his signature. A copy of all service reports shall be delivered to the Owner on the day the work is performed. 4. All preventive maintenance procedures shall be planned and accomplished in such a manner as to minimize disruption of the Pump Station Control System operation. No preventive maintenance procedure shall be allowed to jeopardize the Owner's ability to monitor and Control System operation. 5. At the Owner's option, Owner's maintenance personnel may participate in any preventive maintenance procedures. E. Corrective Maintenance 1. The Contractor shall provide the services of factory -trained service technicians for the purpose of performing corrective maintenance on all Control System hardware and software. 2. The Contractor shall provide a 24-hour, 7-day/week-service hotline for telephone notification of Control System malfunctions. Within 2 hours from notification by the Owner of defective Control System operation, the Contractor shall have a qualified service representative establish telephone contact with the Owner's maintenance personnel to discuss short-term corrective measures. 3. If it is not possible to correct the defective operation as a result of the telephone contact, the Contractor shall have a qualified service representative at the location of the installed Control System within 4 hours from initial notification. 4. The service representative shall perform all necessary inspections and diagnostic tests to determine the source of the defect and to establish a corrective action plan. The corrective action plan shall be developed such that the defect is corrected as quickly as possible and with the least impact on the operation of the Owner's facilities. Prior to beginning any repair or replacement procedure, the Contractor shall review Page 19 of 20 SCADA & INSTRUMENTATION AND COMMISSIONING - 40 90 03 May 2015 Technical Specifications for Construction the corrective action plan with the Owner in order to inform him of the planned course of action and to allow assessment of any impact that course of action might have on the operation of the Owner's facilities. At Owner's option, Owner maintenance personnel may participate in any corrective maintenance procedures. 5. If possible, the service representative shall effect replacement or repair of the defective component before leaving the site using replacement parts from the spare parts inventory delivered with the Control System. Otherwise, the corrective action plan shall include a detailed schedule for the planned course of action. Once the defect has been corrected, the corrective action plan shall be updated indicating the source of the defect and specific corrective action taken. A copy of the updated corrective action plan shall be delivered to the Owner on the day the work is performed. Any spares from the onsite supply of spares used by the Contractor in correcting the Control System malfunction shall be replaced within 15 days. 6. If 24-hour response time is not provided, or other corrective maintenance requirements are not met by the Contractor, the Owner shall have the right to obtain corrective maintenance from other sources and charge the Contractor reasonable costs of the alternative maintenance services, including parts, labor, travel, and subsistence. Warranty shall not be affected. 7. The Owner, at Owner's option, may elect to employ its own maintenance staff to locate and remove a defective component. Warranty shall not be affected. 8. In this case the Owner shall return the defective component to a repair location as instructed by the Contractor. The Contractor shall repair or replace the defective component and return the properly working unit to the Owner within 15 days. F. Software Maintenance 1. After any equipment has been placed in service and tested, Owner personnel shall be permitted, at no additional cost to the Owner; to add, modify, and delete Owner provided software. Performance of such actions by the Owner shall not release the Contractor from satisfying any guarantee or maintenance requirements, or any other specified requirements. G. Software Update Services 1. The Contractor shall provide, install, test, and commission updates to the Control System software and computer provided software within 30 days from when such updates are announced and released by the manufacturer. 2. Execution of all updates shall be subject to review and approval of the Owner prior to commencement of the work. 3. The Contractor shall be responsible for ensuring proper operation of all updates, including "bug fixes" or revisions to the update for 12 months after Support Duration for updates installed less than 12 months prior to Support Duration end date. 4. Maintenance releases for bug fixes shall be supplied when needed if requested by the user. (e.g. - change from Version 4.0 to Version 4.01). 5. There shall be provided, as part of this Contract, a basic 5 -day training course at the software vendor's training facility for each of three (3) of the Owner's personnel. This course shall cover the understanding and configuration of various application Modules within the software system. Concepts, implementations and trouble shooting skills shall be emphasized. 6. The training course shall be part of a regularly scheduled training program by the software vendor. The scheduling shall allow the Owner sufficient time to schedule personnel for training between award of the Contract and delivery of the SCADA system. END OF SECTION Page 20 of 20 SCADA & INSTRUMENTATION AND COMMISSIONING — 40 90 03 REVISION 0: RELEASED FOR BID 45 -PID -1501 DI COUNT: 8 15 DC COUNT: 8 AI COUNT: 20 AO COUNT: 3 SDI COUNT: 2 SDO COUNT: 104 SAI COUNT: 21 SAO COUNT: 0 CITY OF CORPUS CHRISTI WATER DEPT. STAPLES STREET PUMP STATION PROJECT P 0: 4.5-PJd001, 15 -PID -15112 TOTAL 1I0 COUNT (ALL P&ID's) 18-P0 INT 24VDC DIGITAL INPUT 16 -POINT 120VAC DIGITAL INPUT {w! RELAYS) 15 -POINT 24VDC DIGITAL OUTPUT 16-P0 INT 120VAC DIGITAL OUTPUT No' RELAYS 18 -POINT 4,2DmA IN PUT 8 -POINT 420mA OUTPUT PLC Ifo TYPE LEGEND: DI DIGITAL INPUT DO Al AO SDI 5130 SAI SAO DIGITAL OUTPUT ANALOG INPUT ANALOG OUTPUT HMI INTERNAL SOFTWARE DIGITAL INPUT HMI INTERNAL SOFTWARE DIGITAL OUTPUT HMI INTERNAL SOFTWARE ANALOG INPUT HMI INTERNAL SOFTWARE ANALOG OUTPUT DIGITAL IN: DIGITAL OUT: ANALOG IN: ANALOG OUTPUTS: TOTALED COUNT: 76 45 -PID -1502 DI COUNT: 4 0 DO COUNT: 3 AI COUNT: 5 AO COUNT: 3 SDI COUNT: 2 SDO COUNT: 104 SAI COUNT: 21 SAO COUNT: 0 18 -PO INT 24VDC DIGITAL INPUT 18 -POINT 120VAC DIGITAL INPUT *RELAYS) 15 -PC INT 24VDC DIGITAL OUTPUT 16 -PC INT 120VAC DIGITAL OUTPUT (4 RELAYS 18 -PC INT 4,20mA INPUT 8f0INT4-20mA OUTPUT FACILITY TOTAL I/O CO)IJNTS: PROCESSOR NODULES I/O COUNT REQUIRED 15 2 16 -POINT 24VDC DIGITAL INPUT 15 2 16 -POINT 120VAC DIGITAL INPUT (w!RELAYS) 9 1 16 -POINT 24VDC DIGITAL OUTPUT 6 1 16 -POINT 120VAC DIGITAL OUTPUT (wIRELAYS) 25 3 16 -POINT 4-20mA INPUT 6 1 8 -POINT 4-20mA OUTPUT SOFTWARE DIGITAL IN: 4 SOFTWARE DIGITAL OUT: 208 SOFTWARE ANALOG IN: 42 SOFTWARE ANALOG OUTPUTS: 0 REVISION 0 11 OCTOBER 2016 1011112010 REVISIOII RELEASED FORSIO CRY OF CORPUS C1 WSR WATER DEPT STAPLES SYRffrRIIP srA11011 PROJECT PD-45-PUL561.45-Pai.414 10 uln �Nar ®C vNce DeSol.-[n ..: Po '�ecatlon IrstlunM ,• il'� [Ikx [ Oil PLC A11206 Fm Y -0 _mo Oita i M=M =Film m.216,- 41....1..1•1:6- Vi ',1-6.6-•,,I.2 'I4'...a.,1-.1.61. •. ••.'l.W' E�S51 �G�f�fLL_S 15.3ihh:iB�l'Idl: Mji Mg' bi'S.vuiWwliMMOM -0®E=M-= _ mtm• t4.tf- :______•5>a.1'L.-ILA:6.1/.1110.:1-1.69: 'ILA. il:..i11..111.:i11i1.. 16 -- LaLi1...,. E:!•I=I..hih.. Ir .l�llh:i------ i::• ®®- -0®N=M- R - 'LI y. 11: 19ur...:I., ••l:.. i1'..l5a![. -- ..i•t:', .. L1Ya1:..' ----- MW.`aMaY.aa16 ...17 KIM Wit6.= EEI:] •.-.. •1�.56.1.'.1-i..I4/.111.:1-1.69:4•!:•64.1.ai1PC.'.'L:• 1 .. .l:h1W:...01 4... 0 r.:. �Gll�M:[ ..: ----- i1j.6.1EE•1111 vuMi. ltir. viii. -©©�® E0 CM a ®- -����o-- -0®ME=M -0®ME=M 45-222-4501 EIMI=111EM11K.iP.4J114ua1,1�-�--- oE:! r!,. as 0- mm.km .Y9 M,..." !/.'.LULU I:1aMI.:I.f1.111.:11:1..11001RIXP1.0-46.WI11C:1/0.41bj-Ei..6G111 =ma= 1..4111..• 1.. ML.M '.I.r. vuiWr.V M1iiM -0®M=M=MEIg:E:M MW.aa5ia.a' E2:10:M41.1. 1.1111.1,M,1Y.:I.,111C:11:11a1r:6'141.4 ',i11.t1:�11114. -- •.6-151 �G.11EE4141uE11PNllhlill C1:°I111,1MalM M:EMML-.'rwc591M=E0- '.1'66...M.2S•yu .,., CLl . li . • ,ia f�s4:m41.la-1..1024r.111C:W[.111C:11:11a1'r:134.-6115.N11Y1i1R160.,r.;.E1S51 ! -- �G111Ei:1.°I1111..3111h:tlli4h•_1h:!----- ---- maE.mal.ailR'aa�E:JARV•i; .1LI.I.11°I:iIflI:C:W..1110:11:11..'r.11041.w: y.6.• 41ih.h..& LF...-"�...•=:1!.ME .“6 ' :I, «li1C.- ----- -©0+ Mme® ------ -m mmkm MEM aim NEEME®sem i141° wm�"6 4'°!">• 44'L..,1. .102•0,41,14V141,11`1Ia111t34PI..4.......h KIM=® .....E1111=0-1- M=MMIR=INE=IN MUM Ei_.ii✓[1 :-- iWrof.C1.i-- ®- -����e _W.ILME$Ai:.Ira- t' 4.'LI-z101 :6,F1:..:F01416:.. ...'4..lgiEfd.1-s111fi1tl1.. 6 •'.'L...1.11119nrdc.::1nc11,1e •03;•.1-614.:.i19.-,,',013,. �- �G•flfililuElt V:.n.ii. .-paPnv.5VI�----- - -le7E'+77L1i -0®m=a�m - ..Lterm r..' .'.�E1S51 �� ..,,;.ii.s:'1s.: =11 m::•Eig=iffiumom� E0_111.11--1,,1 MiWK ..i-- mmkmEuS ..L aa�mj.-- t., 41.'LI-1.Il°.12.20.1:.f:Iu1.111....:+A;:1. r.I.'U•ial.,w.W......4 .1 j-EiS.I �G.ilfili4�l:_eSR❖.1[.: i±.MES_.OiSvu MILILl°wi MEM - -0MEM M0®.. M=M ..- 4` 21cd502- -- -- -a---- ---- maEmal.aw.L.; ...1RV•..s�41LI.1.11:1:& 11.0.f:1aL111,1•,1•1;".11.141.W41•.. W...`g..11h.II • .•m�G.i1 Ei:l.'.IEEIB 1.1Ll 1..•:P.t1 •. ----- M0 maeta MEM Nam i=MESIER isst 45-1;Cd5O2-010 1.1 •.2-01c 0.1 'LI.'..6.11°1: ir.11:.'WW11....1cU,;:1.U9i:1:1{'i.*I 4.0,1°"J:h�Ed5M5.i1-aES_.OiSlaMI. M]:= © MIUMEB clpi-- mE:1♦ mum <:..7aa s_1=•,fs wi 1....1..1•1:6- Vi ',I4 .1-.1....Y.n.,I..•.6a1..1: :.1.111i._E1S51 ..ij•L_S.1-1i.......Y&{.k.1:1 C�`�ES_.O�•'S.vuib.�_i-- -0 MIM ME=M�� -0 mmkm•7t;,,,jaEEES_1.11CG.114'L.y.111194/.1L,F=Ihl.• MEM ME=M MilM 4.14/1...o.1.16,1_0:110.;01 -:i4 .. LaL51 �G.11=.[.i,..1;4E:.1.15I .2,11.0 E=M -0-� -����e 0- -- .:. - --- .E._ miF1t..:iii!Lil,,.-. HSrll41114'.1 y1.4°I 91110410:1.1.'. W1.411.(J11:14°]u.442,1gi1-.'Fi4::4E1S51 �G.iliil44�1:_M.iz°i•,1[I: t.;f ES_.4iiS vu E141•..:.i-- -0® -W.:LM ELM u S:iaM!E . 45-30-5501-01 ._441:401'LI ILA 1194r:I11. I•..1 al 41..1.:..'.1..1.1 -- Q.:11 -..L.111 M3 ----- asiES_L1 yu EIC/..: i-- -maEMEE:IM® EM1=1:1 M=M _M=M -06ENE=M maia Rim t;,,,jaErwiEElS:iLi1.1.1 54I155501-026 y.4°I 94r.1110:1.4.:W1.411. JB 1C9PP.'.1.1.26 Eis.l �G41i414m iigEM -a---- a�aetaas,t aha®., 1.1 ILA `.1946:4,..101 al, t-41a1la..eYr....: 4 ,Yi:11.1..N..11C-EiS. Wat: X541 ',I-.••, Ei:1'1 lII: •.,M••E -�1♦W �ja�EEi:�.rEV•4fs 4'.14:).11°16.1111,1.4;9•.4.41-4.11. eP,16-, • *,,.t: IALL11.41:1.':P.11fC: - W.IM ala M.j MM.M 1.3G V/i 1...101°194/:111/1:1.4.°..2.41..... •H1='.19a14.'.-:,...1:41".111.:_•25m41 mum Va!1.4..14..41:1.::..11.; a---- mmkm mum w.L,jatalEEE:1xi'S4l4•V4 1.14y.11°196.11 10 :1.4. al..,41'1I:h • Hip '.19a14.°,a:1F Es91 �5411i144� ----- -0i17ME=Mi7MM=1:M ma l7101161r : .r..1:Em.;jafa♦ .Lill=':2041.�ti.i CM '4'LI.41.4°194rA11C:1.449-.e41'AI:h•H1='.19a14.°.a:1FA;11.';\14': 9.11.1;:..'. r.41-. Ua.'.1.4:.14..4.11.';.';1;11.;-MC1 WM ---- 1...8.WI:641A11C:1.4: 9i4'4I'AI:h•.H1-'.19a14':a:11v9;11H;:;11.':11, 19.11.'.;. Z. .L. 51 t: LG41M. a•1.4.d14..4.11.1;.'.1;1`-;1:11e; Mg1M - m.km mum n'....: mwm.,EEEis1t4.4G- V41.1.:♦.1109.r111R:1.4'. 9-t4.41'..••:°H1-..19-143 40-cl1:6[".NKr :-•.6251L.i1Ei:1'.IEiva'1.4 14.=41: , U.W. a---- -0®.E=M0W1RZMli:IE= 1 EKE -0150IIME:IEM®MElal=3:10PM mmkma�i;x.latSEEE,1Y'4'.,l.m41.1.1 .urd11C:1.I•ai.'AH .1.11°19 ..4I I:. •1-.12.0,L'ltl i21 G1fa1 •lE�4 44� 1 •..:. -a---- - M © W.1.,M ©moo Wan MU.' Mti 41.111 y. 11024r.111Y:1.4.'. 9.14.41'? ...°H1-..19.143a:1F'I;I1H;114'.:2.1l.'.' �- Ei2vG41 W.[..0.71.4.....411::.•1; .;-.2n. ®�--� ---- : .4:1:1 :iit>•i• y/.1:.x•.1.6..6"11.11-9.11'194/:111";1.4..9•:••.41'fl1:h.•.H1='.19ap'a:1F:11.If"::;11.':11a71911.'.'t: rG41 .[ua'1.45:114..4...+;.'. 1;.1:I: ----- mm.km mum il4' aLm•EEL .a 11.641...11..1•1:6•1141 1,1-11. 9•.1.41.•14. •H1-'.19.14....1-H1:41P111.• •.11 1t:l.•.1=0a'I.4.d14-141,..11hja- a---- REWSION 0 11 OCTOBER 206 2017 10412016 REVISIOII RELEASED FORBID CRY OF CORMS C.RISR WATER DEPT STAPLES SIREErPIIIP STATION PROJECT PO 45-P1)4.401. 45-P134402 ID lnn OeNce taw-,,=1�:�® Cance Forma _.. ,. ;.. ..: Fo '�©ca&t1 !Dahmer. r BMdkx [ �iC�'J•iii TLC ACess -0 _ fl MM. mum Et=M0= �m'_..2i. •Thai., ,.Ia85.1•.1941a1[8:1aUN•..4.eSl'Al:1.41•444a,•,IJa.I!a;IF::a1:U[P.11IC:-E[551.�G�SFML'.= �- ..I.4-. iWil,'P1fi: -�--� -Es7ilJ•S.:lMtlMM..a V-.ilCmmi4411,-l.laa..1.194/44[N:101..9•,i-iilk.. 211,...4.1.00 ..41.4.24. . U.I. 11.t •Val 4..4iU544.:r,•: -• 11fa;.M.IME ..a.. .ut w.... m -0WEM=M0 -E:mmL w.L.: mtlmmm=iumII =Eg Mliri=-- 1...4..1•12.1/‘ WI. W.W.II•.1.1211,•41.]-4,-.1•44,14.9:1[Y:.:•Ri.•444. ylirV,I. 2 ..14 4-.‘ .-•I::.,- ----- ---- - ...t 1Lia1�MILMwas.,: 0.,'.514•44 ".140..1.194/a4[N:1.U.441.41..l•191i1'P,1;4.14: 4.11:9914.•.9:1[Y:::1[Y:1.10:•;1 EiSyli..GiF-Eal.1.4:a1U.44.4.1;.!f:i.K:1:1[F;;�---- A115iw9.1@.;lina.�®Mt1=M -©0M=M -Es7m1l Su. mmom!, E 45-TTd501-a2 1.1aa.A 194/44[N:101..9, 4101:14. 11:.21.]....45i[Hia 1,121.1.11.!ai[ �Ei551.rP6. EMEME- M1.''=1)a^144 lo!.La. 11U541:I.'[P_1Ic. ----- -0 -0Iffall MUM ME:IMMIM M=MM:In 4,4 4-14501- 45-T4.1H-4511 -- --1 1 EKE. EKE. MW.e.,MEWE ! 3.ICix•iiM HI ILIaa.U!1941ai[B:I.U:J 0.II.U•19N 410.144•1214400:4!11..4y.Er., 1MRFMil4_M...1-0:rai[la.V., 44.M•44:�`;�.1I p>•c'..F -©®Et=• MW.,.,M■•l+:C ® =M9=1[M441.1a1..1'.194144[.1.101! al, .11J1'.19•i Wel N1i1.10.9:L.da.•�E45Icp.I.fir. -- 1 441-0:ra4[Y.1.444:Io1:I ----- ---- - _0 .4., mil MEN Et=•_!E!:KIO t.ai,ll::ro.Li:mm 1.140..1.1941 W. I. 4..4.114.1.19:14.1I €l1:10.9:::1[C:.1.,..459P'o61 -- g_ 441-0:ra4[,1.4';1,',1:199:1:1[ .:- ®---- ---- _mi_mto W ,jv, JM1.1.14a..1l194tai[C.1.U.•.T 1.1DF;4aa.141:1Co 102 C4550.roC1 :I!Imml -© MIME Et=•-® -- WEEN --- -© __'oym EMI Et=• -_o.r.1Co•im Rif .1.14aJ1!1941ai[8.1•11. 4..4.1p31,a1a.44.t•Tr .l., -- C�551.ro.i1�.L• .'plfl.lSai.InlC a.•.I[W.'� --® WEEN ---- R+:1 4R1.1aionm lrartC.1.U: wlo.I1a.a4.1.m:r....IR CIS.11roll• •fir. HI.aaH_Lia•I:I[F: -W.117 Eau -<IS::6rS'.5�414..44.1•1.24/a I, I. U! 9•..o.i14-•.A.1:10.9:::10.9:1,11 rt•..-C45.u=BIM.p�H. .1R,L1..S1aItl:1:189:mmmmmmmmiw.Lic,.. •i1! - -- _W.1.,Mnum w.,Ege-tg:ar42n!! Rif 1.1aarl!194rar.1..1!.9..4ey1.1.4,rv,a4.9•:. C45..rs.iimi jam I:c PIa 11.:i. -0E.=I M=M 4D -Z 4Dw 6.1_..-•..ilm pE-: + •'7 -- -mkm at:.2 m.1.2 mfL":S•rc!!m 1.1a9..1l1941aIIcI.U! 9•r II•.1.'.., 1 i•!]414<.•-• I•.+n.4`11•1.444.4P12C45r0-.i1 m:.•. mmllaag±4 R. ei, Na------ -0 NEE MEM �� CIS...ro.it- ----- - .; McIMMS! 45ai.V'ii44 ,.1ar♦..l'.IR/44,..1.1.•.:1,41.:-zT•:4.14g ..../!lai ' Va.:Ia.-L'FF Mila..>•IYYfA a44.11„•-*H.!1a14ry)------ '• -00.=:MMIg2:51M _m.k_ay)♦ -�La9C4.ilm 1.149..1!194el ••• I. .1!. 9•to.114..44-r4a.•••11.C[Rl1[C.-C4551.rP'.i.Ml.!1=14.M11: -- 09 G:�----- © -©0E=M® -- SOO ---- -E:}tii:MW.Fy' 45:wr0P1 PI 1L1aaLA514144[C.101! 9•ro.alt. P.11Ia4'.941i.V1'i41' E4551.rp6F mlap=lzp.B.Lab. _mme. ii:yu�e1..:.1♦-- -©®�oM _E`.:M.L �7M:.MW-.. D10 fi.M�In ._M ..:0.L4x1YE®V4 1.1aa..l'.14.4%'cI.U! 4..,, 4, E4.f.SIL•,1 �- M5..� -�--� 4aES_.O�••4:.Ru �44S.:.>♦-- %...101•1941a4[C.1.U.'. 441. a4 Witt:•I.SL. .0 I,rS.i1 E ... .1C1- 4�ES_.61_•S vu �gi••.:.>♦-- -© _W.:_EjM MME M=M0 �lS�:..L-Mai14 1.1aa..1•1941a4[C.104sl, a.. Y,41a11N9.[N.•.1.•.'.:1. EMEMI- E4551.ro.iFinalap>• ----- ----- -0 MEM M=MMEEM-- - M __`_ME.'___ 1RV'.aJ•Hi1.1aa..1.1941a4[N:1.0'.9_,-.4:4:11:44.102 E4551.ro./=!.I�p11.fi.191:Iv:P.flfC: - ---- - _W.:17 © 0�0 NUM _ W.Varal..1 44 4L. ILA 51.1144[N:101!.9_4':i.0. .-11,.14 .4 a.44311.C[P.11[C.-E45.I.ro.il=:I.!Imml �- Va;1.45a1U5411.1.:.1[.j----- -�--- wain I4yYmL',tVL1:rSeYSsHI 1.1444 .1.1941a44C.1.U!. 4..,1.4.. 9. •e-mvI9a.4aa'BF :11:1[H:144.12 i.tl!�E4551.r .r. -Ea W.I. 4.a1U444.,•1:14H:- ---- -©®M=M©MOBZ _=I_ELIBMW.44, �E:f.i•S .@4mmloi 1....1011941a4[C.1.U.'.94_,-,4 ..I.•H4al.12 .4!.444 E45.I.ro.i1MgatM --1 - ----- --- -©©E=MoM2M=M - --� -©®�o� ___ 11+:1:1 W.,44. `.MIVI&4.'44 441.140..1'1941a4[8:1.U!9_oiea" 9.•Hial.14.4...4Fv9:1[H:::14,144a!19.11:,!�E4551.ro.i1-. �- W!1.4.a1U5ii.,.!1:1[H:1.1[N:_-C. ®�--� ---- -0 _W.I_MuJEW.44, MUM M=M®=Eg 1:== 44 1.14a..1l1941a4[C.1..1'. 9_.-,a':..1.•Hia!,14.4!;a.44:i11.C...11[C.-E45.I.ro.ilmummlia,',L•4:a1U5i1:1.::P-1[.j1 -- ----- �---- 4.,want$Llm._.mm,...•oarEP�l.i 1.1aa.. iaulr%4,1.U' 9_,-1/.. 9. • el, ia!14 .4.'.a.44a4:14.1144!.14441 1, .41:i1.r..CI MIS_ Ua.1.4.a1.1-144,.1•Fel ---- -©EMI _mi.m mum M=M® w.44. )♦`.am.L+yi2oi.E.>. 44 1.14a..1.1941ai[C1..1....9' .ova'AI!1.:•afa!12.14..!f41l.4551.ro.i.MalatM 1 ®---- ---- - -©©moa ®�--� _x_11+:1:1 mmw, 15-1I-4&D :;Fol@.>♦�.I4.1aa. Ilial4164[Y!1.U!. 9•.0..11,.•el-.19x14:a; REVISIOII RELEASED FORBID CRY OF CORPUS CHRIS WATER DEPT STAPLES smRffrRIIP STATION PROJECT Pi) 45-41)-4.401. 10 Inn OeNce I. ', Mx ci•... •. o=O Barna ....Ice oesrn."m ..: Po '�ecatlm Ir'stlunen r • INfLr. ,,, aarex �[%i ;LC Rama -00M=M®® -mkm mum w.4,.*' <.Im-,m.:2 421!4 .I ,.I 9J1"I2ara1I.:II11!9•.xrp511•IJIiISw...l0:1J4.11:3..- J 1..31ebl:-E•'G UM 4.1.i.ai.1-141 r:'w.11w:i----- ® M}DM -©®M=M® 45-T4Ji4502-01 --I •..:. -mammumwa5::mla•t H1 ,.IILA '.IJar.2,.:II11! al, t-rq.11'.IJ.I,....!J..l..JJ...I.al.laud1lBl! lin. ;iE.S51r�G.f.milil.mua^I.41111.d•;.✓-,.n_n -0©•=i® -E:m man w..r.; ' 45--n-4512-c.2 45-TWi-0502-02 la 1.I-J.II:IJur.2,.:I.C.al.txrp..1..IJNIere, .1 7il1i[Hra!,IJ:10.9:IG ].I! -E.2 l .i• 2 U4.1.4.a111Si.,•J:.Pl. ,-:- ---- :. •r.;umFE.i. .=S:ra:.:t}L.g Ht10a101•IS.r1..:.:14,11:,1Z....•1.IJg11•.IR..a11..,.lilHla!IJ:10.9::; 0.91•4 aE•S;.'r.'i• Ua',IL4.eialaaJ.a..•1: .:1:I:e: Minn ---- -©0 -SME M=M ES,. -.. .ta H1 %I ILA lalar.2,.:I01.'.J-,t-r1.•1'I:0 a.1ia.......la.ni�E.S51..G.i.=1..'=141-''.21.:II:I.WIr.:i----- "" ® -'ice.! ^.MaDME -012;01M=M=IMMEI:= -0M=M=MtNE:=M -1 -1 1 " 1 ®---- ®---- -mimmumw.L.I!•4r HHi L•.ag..l!1Jurai.:I;.SJz.•.1.1, p-:1.•.:Ja.'.1I•p- 6ISa:.-L'.i•i0..I.I.ai•.I.,d&!.1111 [��:�---- -E`AMMI;i.Ms 1,11.. LA 4.1,01,4,•..101..:1, 's.1:: o -:11:-:.0.n • Eda:,s:. MIL, •1.I.ailvle. 1;.;-X15.6. - -0MON . .LI::• M=M � ..S.a:;t4..'® IM .11.1a.I.•1!I11.M,.:1.11'.JAL-1'4.1....a:111:IR3:::IR3'WL.,1.:.yy',�E!Sa [L..U- ;.r XII.I.ai11:ICal.1:1'"r:1:1: .; • ...- •..:. MM..,Mr,�t4.ra- 1.a9'.i•L•r.�4i ,L.ae101•IJ.4rat:.:1.114,..rp..aa.]I:I.lt.a11:abal'N,.:.111a EL.2;. .i.-•. HI•a..1111UPL111i.H..•.11.i6...S-��i r!II i•S .•.. -00M=M I.....00 MEE -����o-- -m mmam[.+,]t4.f- MEM ME= 45.Z3C6535_ kai.laA.•1•IJurat:N:1.11.'.J-I4qa.l.:Lliaia•DR.ia•Imai.I..1.,. Ini1M;iIIEM����� 21.1=lal.11a.91rrh:i®" �ilal.�la.4lrrta;i®t'ii'; -, = .= EU' P.•Sr•..i.r.l•.1�_ mEl.Pi4r.i me,,:••1��- === y -� 5. 1i•:.•Iu�E1Svl.�4.i. .r. fl. 44a.Pl•alaral.4.1..P a.' .../.1.1.", I...3*Tan4.04,4Jnr•IW:ML'.11q:-EF_C:l t. - -mam�. mm MEER M=M4S2HOdsos- t4.f-t.�u.•.t.i.r 4..'.I yL•1°.1'i,ra1..:11.1!2• ..Pa....'....t':,•.4.Iwa.JO.1,.:,:.:..11[3:-E•Za1.±4.i. -- :1.415.31 .. uli.:warh.:------ ----- -mmM -me. ails w,4, ,L.-.1 •4.®4a".I y.•1"IJara1'e:1.11!2....•40,,,r1.'.l.1./11....... 1•Ii�•F.5511-4.i. 10=51 E WilM =ala•.m I.ISINr.Li:�ea1•r-:i�,�Es!;r.f -�--� napm... _m -�. Exm=4.ra ,.za.Icw. HI ,.I y.•1°1J.4r.l..1-.1.',J•Z;wao.4.-rl..a1.4. raaI•vim a. E•.2:. 4m Mg= l..w:L'.:. lom._.>•�--� _mkmdEm+•�.' mmm .J�i' .l'! I.1 ,...1. .1,41nTal..:1.I'Jzr.yr....l.a'.]u•.l:1.w.n. •E•Z51.-4.i. Mil=. H•..C.11...ll:. ----- M.• • .'• it:.!2. H1.,.. 1..1 slaL1uf:101al,-. 144,....ali HCnP•J:1. E•Z51.-4a.�ila1.� ----- M=M 4! :...'•'4.'»2•<=la i.1a1.•1•I2a01:•:nalln:W141,14 • a..eai'.Y14;.111.?. 'RII:H::w.1,42.•E5H�4.i.-rw.... :.•H. -1r[.': ---- mme.mmmt_i. mmm.12,..... . .1 .,LI 1..1'IJar.1ia.l411! 51, 1...I. •HI -.2.4 .• A..2., 4.i•Mala•.M ----- -00 -m,:.. ir..6• M=M0=t11-i7MM .m EISr.I--Vai5.�.�1a".•ael.•1•IJa1a11N:1al'. a=,-10':.:1.• H1=!.IJ.04: a:113[:I.H:::I.e:11a:1i,...P!,_E•Zala4.i•-.. -- _---- 11a,',L•4.a10.4.••J.••1:.:1:10.9: EKE. - -U NUM t_i.fM.= 4, ,.. I..1'.IJara1.N:1.I1!.J_L-r I...I. •.HI-!.IJ.•a.'...iga1: .1;.14a. .F.Z;Hr.,,1M;.r.:= IP!I...ala.4. I.:.w.1[.;------ �. E1.11. .• --1 tS�LI:t41R::=la ,.•aa.•1.12.0,1IR:1aO!J•�4ry.;;:0. •. HIa!,IJa.4r a:11:A:1R1:114..•JJ.J.!�E•Z51.±4.i.-Ua'I.4-901141•:1;.!..I::.S:-•---- -0®�WMM112E=M mmimam mmEIar HI ,.Ia.101•I2aralaUl.a!al l,a1'.'.Ia.•HIa!,IJa•4.?,Q4 -- E•Zai mat= EOM - ----- --- mmami& l:•mEammm. IV.... L.!.a 41 ,.•xq,1 4,,1';.:0. •Ia!4, 4:IFad:1IH:::14,-11a!IJJ a..!�E•Z5H�4.i•-• .•1°I.0,48:1a! J 4.44 0_ H _---- a1U.J:.4.I.!I:I.H:1:1[N: Va'I..1 - - - mm�o MIM =J. t4.!•Lia la ,L.aa.•1!IJar.,,.:1411'. J_I-. a':. :1. •..-.IJa•4za:11'11:UIw.14IC:-E... ,.•aa.• iaufVi Id.,1-c•J_410.;..4•HI-11:1.•4la:11'1:IIH:1141.IJ:,.'1.•�E•ZMMIS mu.i1m;r.I�Va,',I.a.11a.41:H:.w.1[.; .!1.4-911-IWw•:.!.rirel- • ••- ---- l7E4Jt.2. mim E.a.e.4+5'11la -MI.M.LIM MELMLMM. �. L•.wi la 1.Ixq.Wial.lrallw:1.a•. J_I-.,1';1:11 •HIal.1,14II ' WM Ejima.i.ma1.= bile----- -ma'1ra-1miam... mmmm ..I:tu4*S:i H1 1. 1..1..1,41,1n I- c• a.. 4, 0...4• ell -!,IJa•al.a:11:1:1IH:::lIe:11a!,IJ.,.a:E•aa...11 mas_ .! I. 4.a1.1.T.a:.!rirei:ricermsgm -E.e•MMl.1 iM.M la 1.14.1. PriJar.2,.:1..1!.. a.. 4, H':.:0. •HIa.,41414'.a:1..1;'-Iw.10' .2:H±4.i. �:l!..�IP' M115_0.. 1.4.414.41:.'.1[.:..'4.---- c'7l4:Ew,..2.lmi Ln. 1 tS. 4, I,.I 101'IJarallw:l..1!J•,L-. 1..1:1. •. HIa l.la..a....aEadal. 14!.a..Ira.!,-E•Z5Hg4.i. L4.11aav r.'.:.!.I.1(e1 ---- -0®M=E0 _mamamm+.�.' nnam.�i4.vri =la .1.I y.•1!IJara1IR:1.U.-_,W4.4.1. Fria ' . 1.•11.,.11:34•4191.v..I. 1.14i.�E•Z51.6.4.i. -- mat= 1 Va!1.4.4111441.,...!..... ®---- -EL <6..T•_w• -©®N=M0EEI -- ----- -© -mkm1r+:I:1t4.Sfmimm DIM ME= +0 45-M-1-.."[3"131 .'.';_••S•.r3ERm.I .1.11.•1'IJar.11IY,:1.I1! al, x.H.•1'IJ::.....r1aaJ..1:HI-...J:IIe:::lle:r..,..4.',-E•ZaH.4li.=a..i --1WEE.--- p.!,I...11.1.J...'.:.!.I.1.0.1;IRI:- ---- REWS1ON 0 11 OCTOBER 206 4a7 1611!2015 REVISION RELEASED FORBID CRY OF CORMS C1 WSR WATER DEPT STAPLES SYREErPIIIP STATION PROJECT PD 45 -P1) -1.401.45-P.14.402 IO Inn OeN • i. •. slr . 1aR 0 0 FnImY sennce Oesol•-m ..: q0 '�ecatlm Igil oodles Qric21 �[%iii TLC noes -®IDE=M®-•�� -mkma[.i:Et„jna.raE [3RS _ a1.. L•IySJ.2.,..,,i2,,,.,,. ..„...:. u1:9z.-.ti. ,,,,..-4,[•,l.21-ii.•1ia.IJ; •.r.-. E�S5h5GaU na•:a,nussi a.raan: ..s -©EMI M=M® 0.4TNHd5LL.@0f1a - ®---- -©0M=M M=1.,MM,.t... .J SSRursll Il.:I 101 M.1A..:1au59,'•-..101!ILO a.0STN..11..1G`aiF$-Va.:LI-G.i'M1J._=1n MIEMP1:.:111......ra.. illy.® :.:.�.[::I.Wa.Ci----- N - W.`aM{!°:I:I an..'-=EM2E; R.l..L•I yL• 11ur.I.:1I111JZ.-.3J1!I261 1,1---- :. .Mt£�l -... -. !..lLI-IL••IRIaisN:III Lr e..I I..;la:IEu:rR1.1.'.Iiria- c.:.I.rG.i.s'.., ..lii.ia'ai.E....• . IirYa. ..•• -me.m .w.Fiafkif.ILI ,L11'.I2•.1:li[N:III.•. a, ..... ..41;1-:1.,. i.. CaaEd..A.' M i. •11.Iaa21.0.'l. 1;I-: --- -mjm w.-LyVn1:•LI.SL11!IRIa1IC:laU.•.2C_.. . --.11:0.10.ra11:,1:*•:1,.:.111a:DCII:I.E-41.3a.1RINPL11Rl•S.C:1,.OCIIai-. •.!LIf..•l• . .... m -W,M Lag M.Fi tf-El:IS.1. 1.Ik1LIya11'.IRI:IiIN:1I11..2,•.1.aa-.1;I.:1;0.9;14.1.m.:..L':-C!SS.�u.fU-HI Sya.I.°.i..'.1; .;,:1 .a. m.3 --- M=MMENE -mi.mm.■. t4.:a!S_uz.R4.:X41.LI--IL11•IRIaI.:IaU.'.JM14rc1C4.1.:iJ.39i'fJVIX.I..IL.1.:ML'lllNj-EISEaiCG>♦IS.31..t.;i®L'1[N: EL.. 51 WigEM _L_ES_LI.r..'SI•_.__-- -0®E=MW 7uw-u..a -- - MON ® -0 -mkmEti:.1IG+:a-EEEIe. ECM M=M 45zO-S5ce- r. 3aI!•.iLI ILU•IRI.'ti:.f:III 2.....0,4....,141.9•4114•11424..444%.1D... our--r_r_r_r_e-- ------ MW.I.M..18.t._1 .....kaaV`slt'-.0.-1.1:•IRI.Ic.::IIU?J ....C.1144u m i.-❖rlai - EISJI.-V'.iUiali1.> g!•ITM aiij;{V........ Ee:. KIM W-..•- IS.. ..stl1.f.L•Ia.1:u•IR3i:asla@. J•.,...Or•1.....;Ugy14'14-.i• ....-.EISJ1.-GaU =WARM ltl.w•arra:.9a 111- - Ey1St.lta-EECIdi..C4am4.IL..8. 1sI1n:.:1I11'2•z.r.y.... i.l..11. 1.I•.I I...7.v+.ls1I•.i�YCa---- -r_r_r_r_e-- -00Nt=MMMMEE:INM -mkm Elm �;jm-EEE: b_SRV.Saa l.11LI. ••••.I2..Ia1IN:1U 4.3P.1.N.L.-..411.9.1:0.1-a1' .EISJI.-.••_ EM1=1:1®i EE1:InIEEI1J.lY.� l•.l-.4 ..-41...6YSina.aEEEEEa® U.. .•:atu:------ Ma= -©IDN=t•= -W.I.M . mmmaim 6, i•I IL•!IRI..il.f:I.V..;V...lr...U.14;.....5.H...t.i.�CISJ1.±5.iU-1y{x.4Uaii.'AJ'..:I[e:-�.j;J---- tit•--- .E_„ wail msa., mm,L,zu.a=ggam.,, MalaSall'.IRI:I.I.:I.....14L.4a+•B1I.I.1;10.9;1:I:.....IS•d1I..1.1 b.l'.. c..- 1.rG6UEEISGEEII...&USii ..1.4.u-.::-�--- - ----- -mkmEkumECs s_;ii 4.ra__.1 1. I. IL11•IRIdi1.:11:1I...J...1..415.12FL. .•.1 A-EISJI.nG./M11..G>♦ ......-... -.".1" .1=41M Wa:Gis ..t'y..ra-- -©0N=M=;== -W...,MEjy'.W. M.S_;& 4.YaEI4nkia1aS01'.IRI:IIIN:11.11m1S. 11.44;1NI.L.y RI1.i9.i,5•�CIS51.�46U ®�--- -W:.:Mril� - 1 - E... .A.SU aiItlG>♦ V INN lam, ....:..a.wi��.W !1--.UE1:b..T.f-- l74MtE-1.. EEs+_..RV'Ifa�- 11 I . N 1 I• In' C EISJI.�4RUEE1:1'.EEI v...i{....11:0.1f.•a1C�----- -E:,M��.iar:.�.taES__x faEIi,.LI-IL11'.IRI.11:.::11:1I41.IS:I.•1.1•*Ia•...i.. EIS51.�4 iUEEa..EE CUIGvi.i!I:10.9: M+.11---- -©r.=M -mimes. IEEE-2,iRV'.a'aE11 .,..L1aSL11•IRI..I.......9.• 4 IS1:I• .L11IC:EISJI.�4.iUm:l!.Im L.:llh+a..l:.].- ;..i----- o ar -MJ„yj1 10.1LI.IL•1IM.I/a1I.::I...:1.,., 4..,;:-;,.a4iW.1 EId51.46U-p�R.M...110.9: •12.!• -- -----e �- -�--� Mm;m4.N-EEE!S.iRV'RaG lal..-IL• IRI..ITN:IUFH....Hia•I.`.II: U[R1..: LI: .OUMUML:LTC a..I:I.:Ya1.:.i----- -©0NE -- E -E:74Ei f 1.1la•.-I•lR111I,1N.77..1.l.•.IC:....0.:Ipa1[A E�J1.-4OU�:LSI�LiaiCnaAI:ItlYalai----- l7E.•.�i�L15l�EEC4'_Slf_•4.t7l1n �lalySa11•IRIa1[C:1UW.'&�+Hi'.[C::.:N:IrC•.'11a3a1 i.'1.l MAMIE.---- -©0- M�--� -0 MUM M=M ® 45-PIo-4502 - ® MEM. -me‘mE.�m�. .Y�-EEES_:.. ...YmVn 1. laSa11!IRId1re•@NULL•1•'•....C.11iab::r.••411:121,10.1.a'0/11..1' .L.j.5EEISG�IIa1.i1a..5!IG.L'-mC. ---- _m...,m Ems ar I41 1.1.4.11°.IRI..IIC:@NNLU•I;.YaNN;1.C.114-U::fre.mr:121d:11 -...,ia.1.iy �EISSI.±V-.Ymis.�IIa+63..i5•I:IM: .C. ---- REVISION 0 11 OCTOBER 2016 5 di 10)112016 REO),91011 RELEASED FOR BID CRY OF CORPUS C1H0STI WATER DEPT STAPLES STRIMTPINP STATION PROJECT PD 45-P0.1561.45-P034.SS2 ID Lnn {IZNce !�',T, 02250 Form" sirvke._.. , ..: Po L©catlon 11500115 r • �j',.� 139,0151104�[�'�iii TLC /14196. i0®MEM ® 1.1.1511'1901:1I[R•1[4101111:11.... 11'. 0j1140"I 10 C091�GeNIYIYI.ME.V.9Yl*r'1 ®=;13§= Y.9: EXCEN vel �ge•�.:a)♦-- imk'fE i©NMS® `mno_m.105Ii✓R_lNEIn 45 -T0 -4935A -D2 114Y5-1.:11€1915191' ��E4�.OE0 i MI= ©M=M 45PI0-4502 0 0 M imamm='>•Ei't.ImES]w10 .1.1x151111901.11[.:;@Rp111lam .s; 11:. IIT Y5.:.1511.64013 .1/14,04 C60.105,0 EEa1Y1.aH11.fYsr'11LR: �ES].OiS vel i0©®0 ME14MMyM1.". •-molal 4543.45056-01 1.1 I..1'.190IaI[R'@Rp1111:11.1,R: 51:: 114 Y5-1.4 81.4a4 Cr"..,33HC -- M:.. 131.19.111UhC111[[1S+•✓':11.U:1.5:im*1,m ----- ES <b.,i.f l7EII 0005 2.54 5'.•'0210 101Y41411'1'2501:1[41:63 -0U1.111:054:41. 1.:414 411 1. 210'. tt1a4..1:00444.1111a.C[2...4. ,N s'eae>♦10a5UX1.a.;.184.!I,11 ime.mEl17ES.±Ljx. 5±5-452 .101 1. 119 1101:11[Y,:@sgU1141 -,. 4110,.. 04 Y 54. 0.A41.L11i1r,455, Ele i.a,Cl25 �V-eN m.[ b10i 1,a941300.1!1W-L. C---- >• 5-0]1 A441. MIEM MEM M=M i����o-_-- EL..0S--.Nm. i©®mom _E`AM fl2.. ...:fti2. 45.10.4055-02 19 151 y011 1 1 :501511144.463- RII. 14145 410; 11004,.:116. MM. lZi:l.•.'m El aI . :leP_11C�----- per®. �Ee1♦Eiy� ,1S:.51.4441 1.1441.1131041/1.1Y:1o8U1111:uu.es:I0C: 111Y5-,•:1911!.IJSN:P.L1:•1''.1[I._L1S: e:!N•N i0®m0� imi.md...KLLiEl,jj l4J+14v.•:_.fmll 1.1.A.11.1'2u1A.[+':En- 1UU111:W.4cP.:, 11405-e:;I.UI21.I:ILI.g1:1.CY:1.[ 3CLS:,05041j119021141151,..€410;----- EL. 15s1N®i per®. i0®E 'STAPLE.. PUMPOTATICN OWIUII H'+ PCCHLOICTEP4'a59SPEED .. CONTROLLER CL1155-1- R.. ® ®i iMMm®: ime‘mamESe.;E-E!5]1-4JP 411.1x9.1ri:aeln.[r'BsgU111:rY.Ks: 01:;11105410501.L.14011.:W.9.t.:5CIS..05.NEE:c.1M 131. =2:=1. .1 li.Y.l.1al.H.IY.4E1�®EIR=I®i 1114.101.410151,.t01.45.]; --- i0mME=M ES. 1110.las.11.1901:11R:BRp11111:i1.RR: 101,114 054 1911!: J0I. 9E+1'..1' C1SL,04041 <xiY1.>♦IY.11l1s.163; 9: E=M PTS rel EC41•e.:.>♦-- imi.m l7m1'7ES....m.lm i 10 4sn-4556 EO 520_54.4 `eS�ln 0.1 y.11:190/dl[�•@41ULU!1N.-*9:1p::.114,9, 1911!.:JY:1IINTir 1.1, M..s. M115 11 111:..'.-m--�- •04!04 i����e-- mE:7 Ea. mum ..S1111P10 4I 1.1441..131:513/95.71513r:1011.111x11811fa1Hir1:1il6'i.Ert.1:,4a11a._CIS:e-SeN mx1Y15110+14ErR1111 {.:e1a':��ES]¢Pii e•.tb.en�-- i0©N EL..1551Np -�--- i0 _m,5`r7t4 MEM M=M tf-EE5].:1C4+Sa19 1.1x1511I1901d11R:12515. 0:1111'IS111Y.1IR11f.+.igir,1:101..':1..•.46- ial+;111P:.,yj-rot 6.1A..-A,=2M • 5 -ed Mid_ >• II6+.41:v1.1Y•11+.\'11. ��---- ®�--- i0 i����e MM. MMMELLS"1M2M �- MiEN - -- �Ee"7!.$1t0- 1fft6S.64.:G.•1.10 1.1x1511'.1901:1[8:10!4 ,41111•14-111,.t109:'4141r.e1 1 '.1I*,'a1,GC6Ssl rs'N EEr.Y1.>♦H11.44LSr1L9:.OiS.vel--- i0®Mtli2.•=n iEr.7iim �E11C5].015'e.a 45-u050512-�--- 11. 1.41511'.190121[R:1J.5ISR:11111@111; 11i9.•.'151111J.UJE1HC`!C1:0.L.1J1e0S1N M.Nl• -mamwlow,. 1•- ..... S•.y�Hl 151x1511'. 1901:144f:10.4'. 8:1111•63-111,.11144.1a19ai1143C1Ha1R.:;11:tR11Y:i••1255!r5-.N E5.51 -51N=2:= mid. .iHi- a5-.11.1411111[[1S.✓':11.0.C11a,-�. ES]6.5. vel El:b.e1.'.f-- i0®��® m mam aim ECG.1•-molal LB.L 0511m:•..�!11Ea4bx11a1:6Noy 1]aiUY:1a.5I!1f.'.�I@21IIII---- ® ----- _ �!7 EgmIa-,._.... 4e:T�l0.1115111901.91[.1r!.1!.:11.1'@111.4.1I19.4,Iaa91,11x1[UH*.11., 0 W101'J01:1R:10!ISR:1111'U111Y114:5 81141.491111;11a1.'1+1..-�ES_.Nm.1 i©®.MIM - �'��t4 .1•�' L t, , ,. rcmwi io 151111901911R:10!.I.'. R: @ 111,.11144. I44111JY0.61.11(:1;. 1111• .V.,... .in, .111E Ixll1:.! Q •51 ---- i����--- i����e PLC WO TYPE LEGE/01 DI DIGITAL INPUT DD DIGITAL OUTPUT N ANALIDSIIIIR AO ANALOG OUTPUT 301 HN NTERINLSCFPWARE DIGRAL INPUT SW HIM NTERN.LSCR-MARE 04GRAL OUTPUT 561 HNNTERNSL SOFTWARE PNALCG INPUT SAO HIf 4TERML SOFTWARE PNOLCG OUTPUT RE14510 4 0 11 OCTOBER 2016 TOTAL IND COUNT (THIS SHEET} 15 CCOXMT12IVDC) 15 CI CUNT(120VAC) 9 CO CONT(2490C] 6 CO COUNT (1210530) 25 Al COUNT 6 AG CONT pl-PIDd521 6 DI COUNT RAMC) 15 DI COUNT (121100) 5 DO COUNT{24VDC) 5 DO COUNT{120VAC} 20 AI COUNT 3 AO CUNT 2 SDI =NT 23 -PID -45402 104 SOD COUNT 9 DI COUNT )24VDC) 21 SAI COUNT 0 DI COUNT(120VAC) 0 SAO COUNT 3 DO WONT{245DO) 0 DO WANT{120VAC) 5 Al COUNT 3 AO COUNT 6017 1011112015 REVISION 0: RELEASED FOR BID CITY OF CORPUS CHRISTI WATER DEPT. STAPLES STREET PUMP STATION PROJECT P0: 45-M-4501, 15 -PID -4502 REVISION DESCRIPTION DATE BY A INITIAL RELEASE 15 -Mar -10 JH B STATION INLET PRESSURE%MUTER ADDED 0 -May -16 JH CHEMICAL INJECTION CONTROL ADDED STATION CONTROL SCHEME ADDED C PUMP DISCHARGE VALVE STATUS ADDED S -Aug -16 JH ANALYZERS. ADDED TO STATION OUTLET ANALOG POSNION ADDED TO STATION INLET VALVE D PUMP VIBRATION 8 BEARING TEMP XMUTERS ADDED 10 -Sep -16 JH ANALYZERS CHANGED TO ANALOG INPUT SIGNALS 11-0et-16 JH RELEASED FOR CONSTRUCTION REVISION 0 11 OCTOBER 2016 7 ail 10111/2010 rl l GIL mTnity J Engineering Testing .i Corporation ri [1 [1 [1 11 1�1 r 1 r� i J. E 1 M r VASQUEZ, E.I.T. GEOTECHNICAL INVESTIGATION STAPLES STREET PUMPING PLANT AND RESERVOIR CORPUS CHRISTI, TEXAS Prepared For CITY OF CORPUS CHRISTI P. O. BOX 9277 CORPUS CHRISTI, TEXAS 78469-9277 Graduate Engineer Prepared By 44°P1M"Pi I ~ R !.1.4614•41.9 7o57 DON �KOF1€�0�, 65154 ...0' 0IfAL 31 a 9 9 Them) 72_ 444 DON R. ROKOHL, P.E. Senior Geotechnical Engineer TRINITY ENGINEERING TESTING CORPORATION 5002 AMBASSADOR ROW CORPUS CHRISTI, TEXAS 78416 FEBRUARY 26, 1999 Report No. C-1197 GiL rini Tty Engineering Testing Corpor AB E OF CONTENTS S Important Information about your Geotechnical Engineering Report INTRODUCTION General 1 Site Conditions 1 Subsurface Exploration 1 Laboratory Testing 2 Engineering Analysis 3 SUBSURFACE MATERIALS AND CONDITIONS General Stratification 3 Soil Strength Characteristics 4 Subsurface Water Conditions 4 ShrinklSwell Potential 4 FOUNDATION DESIGN RECOMMENDATIONS General 5 Expansion Potential 5 Pumping Plant Building Foundation 6 Underreamed Piers 6 Settlement and Spacing 6 Tension and Lateral Capacities 7 Grade Beams 7 Floor Slabs for Pumping Building 7 Remedial Methods For Ground Supported Slabs at Pumping Building 8 Storage Reservoir Foundation 10 Reservoir Foundation Pad 10 Reservoir Bearing Capacity 10 Reservoir Settlement $ 11 FOUNDATION CONSTRUCTION CRITERIA Drilled Piers 12 Open Excavations 13 EARTHWORK REQUIREMENTS Site Drainage 13 Site Preparation 13 Select Non -Expansive Fill Material 14 GEOTECHNICAL SERVICES DURING CONSTRUCTION 14 ii Trinity Engineering Testing Corporation REFERENCES 15 APPENDIX Site Vicinity Map - Plate 1 Boring Location Plan - Plate 2 Laboratory Test Summary - Plate 3 Consolidation Tests - Plates 4 and 5 Explanation of Symbols and Terms Used on Logs of Borings Boring Logs B-1 through B-6 91 IMPORTANT INFORMATION ABOUT YOUR GEOTECHNICAL ENGINEERING REPORT As the client of a consulting geotechnical engineer, you should know that site subsurface conditions cause more construction problems than any other factor. ASFEtrhe Association of Engineering Firms Practicing in the Geosciences offers the following suggestions and observations to help you manage your risks. A GEOTECHNICAL ENGINEERING REPORT 1S BASED ON A UNIQUE SET OF PROJECT -SPECIFIC FACTORS Your geotechnical engineering report is based on a subsurface exploration plan designed to consider a unique set of project -specific factors. These factors typically include: the general nature of the structure involved, its size, and configuration; the location of the structure on the site; other improvements, such as access roads, parking lots, and underground utilities; and the additional risk created by scope -of -service limitations imposed by the client. To help avoid costly problems, ask your geotechnical engineer to evaluate how factors that change subsequent to the date of the report may affect the report's recommendations. Unless your geotechnical engineer indicates otherwise, do not use your geotechnical engineering report: • when the nature of the proposed structure is changed, for example, if an office building will be erected instead of a parking garage, or a refrigerated warehouse will be built instead of an unrefrigerated one; • when the size. elevation, or configuration of the proposed structure is altered; • when the location or orientation of the proposed structure is modified; • when there is a change of ownership; or • for application to an adjacent site. Geotechnical engineers cannot accept responsibility for problems that may occur if they are not consulted after factors considered in their report's development have changed. SUBSURFACE CONDITIONS CAN CHANGE A geotechnical engineering report is based on condi- tions that existed at the time of subsurface exploration. Do not base construction decisions on a geotechnical engineering report whose adequacy may have been affected by time. Speak with your geotechnical consult- ant to learn if additional tests are advisable before construction starts.Note, too, that additional tests may be required when subsurface conditions are affected by construction operations at or adjacent to the site, or by natural events such as floods, earthquakes, or ground water fluctuations. Keep your geotechnical consultant apprised of any such events. MOST GEOTECHNICAL FINDINGS ARE PROFESSIONAL JUDGMENTS Site exploration identifies actual subsurface conditions only at those points where samples are taken. The data were extrapolated by your geotechnical engineer who then applied judgment to render an opinion about overall subsurface conditions. The actual interface between materials may be far more gradual or abrupt than your report indicates. Actual conditions in areas not sampled may differ from those predicted in your report. While nothing can be done to prevent such situations, you and your geotechnical engineer can work together to help minimize their impact. Retaining your geotechnical engineer to observe construction can be particularly beneficial in this respect. A REPORTS RECOMMENDATIONS CAN ONLY BE PRELIMINARY The construction recommendations included in your geotechnical engineer's report are preliminary, because they must be based on the assumption that conditions revealed through selective exploratory sampling are indicative of actual conditions throughout a site. Because actual subsurface conditions can be discerned only during earthwork, you should retain your geo- technical engineer to observe actual conditions and to finalize recommendations. Only the geotechnical engineer who prepared the report is fully familiar with the background information needed to determine whether or not the report's recommendations are valid and whether or not the contractor is abiding by appli- cable recommendations. The geotechnical engineer who developed your report cannot assume responsibility or liability for the adequacy of the report's recommenda- tions if another party is retained to observe construction. GEOTECHNICAL SERVICES ARE PERFORMED FOR SPECIFIC PURPOSES AND PERSONS Consulting geotechnical engineers prepare reports to meet the specific needs of specific individuals. A report prepared for a civil engineer may not be adequate for a construction contractor or even another civil engineer. Unless indicated otherwise, your geotechnical engineer prepared your report expressly for you and expressly for purposes you indicated. No one other than you should apply this report for its intended purpose without first conferring with the geotechnical engineer. No party should apply this report for any purpose other than that originally contemplated without first conferring with the geotechnical engineer. GEOENVIRONMENTAL CONCERNS ARE NOT AT ISSUE Your geotechnical engineering report is not likely to relate any findings, conclusions, or recommendations about the potential for hazardous materials existing at the site. The equipment, techniques, and personnel used to perform a geoenvironmental exploration differ substantially from those applied in geotechnical engineering. Contamination can create major risks. If you have no information about the potential for your site being contaminated, you are advised to speak with your geotechnical consultant for information relating to geoenvironmental issues. A GEOTECHNICAL ENGINEERING REPORT IS SUBJECT TO MISINTERPRETATION Costly problems can occur when other design profes- sionals develop their plans based on misinterpretations of a geotechnical engineering report. To help avoid misinterpretations, retain your geotechnical engineer to work with other project design professionals who are affected by the geotechnical report. Have your geotech- nical engineer explain report implications to design professionals affected by them, and then review those design professionals' plans and specifications to see how they have incorporated geotechnical factors. Although certain other design professionals may be fam- iliar with geotechnical concerns, none knows as much about them as a competent geotechnical engineer. BORING LOGS SHOULD NOT BE SEPARATED FROM THE REPORT Geotechnical engineers develop final boring logs based upon their interpretation of the field Togs (assembled by site personnel) and laboratory evaluation of field samples. Geotechnical engineers customarily include only final boring logs in their reports. Final boring logs should not under any circumstances be redrawn for inclusion in architectural or other design drawings, because drafters may commit errors or omissions in the transfer process. Although photographic reproduction eliminates this problem, it does nothing to minimize the possibility of contractors misinterpreting the logs during bid preparation. When this occurs, delays. disputes, and unanticipated costs are the all -too -frequent result. To minimize the likelihood of boring log misinterpreta- tion, give contractors ready access to the complete geotechnical engineering report prepared or authorized for their use. ilf access is provided only to the report prepared for you, you should advise contractors of the reports limitations, assuming that a contractor was not one of the specific persons for whom the report was prepared and that developing construction cost esti- mates was not one of the specific purposes for which it was prepared. In other words, while a contractor ay, gain important knowledge from a report prepareor another party, the contractor would be well-adyis to discuss the report with your geotechnical engineer and to perform the additional or alternative work that the contractor believes may be needed to obtain the data specifically appropriate for construction cost estimating purposes.) Some clients believe that it is unwise or unnecessary to give contractors access to their geo- technical engineering reports because they hold the mistaken impression that simply disclaiming responsi- bility for the accuracy of subsurface information always insulates them from attendant liability. Providing the best available information to contractors helps prevent costly construction problems. It also helps reduce the adversarial attitudes that can aggravate problems to disproportionate scale. READ RESPONSIBILTIY CLAUSES CLOSELY Because geotechnical engineering is based extensively on judgment and opinion, it is far Iess exact than other design disciplines. This situation has resulted in wholly unwarranted claims being lodged against geotechnical engineers. To help prevent this problem. geotechnical engineers have developed a number of clauses For use in their contracts, reports, and other documents. Responsi- bility clauses are not exculpatory clauses designed to transfer geotechnical engineers' liabilities to other parties. Instead, they are definitive clauses that identify where geotechnical engineers' responsibilities begin and end. Their use helps all parties involved recognize their individual responsibilities and take appropriate action. Some of these definitive clauses are likely to appear in your geotechnical engineering report. Read them closely. Your geotechnical engineer will be pleased to give full and frank answers to any questions. RELY ON THE GEOTECHNICAL ENGINEER FOR ADDITIONAL ASSISTANCE Most ASFE-member consulting geotechnical engineer- ing firms are familiar with a variety of techniques and approaches that can be used to help reduce risks for all parties to a construction project, from design through .construction. Speak with your geotechnical engineer not only about geotechnical issues, but others as well, to learn about approaches that may be of genuine benefit, You may also wish to obtain certain ASFE publications. Contact a member of ASFE of ASFE for a complimentary directory of ASFE publications. ASFE TOHFEEtS=OGN;12m s PRACTICING IN THE GEOSCIENCES 8811 COLESVILLE ROAD/SUITE G106 SILVER SPRING, MI} 20910 TELEPHONE: 301/565-2733 FACSIMILE: 301/589-2017 Copyright 1992 by ASFE. inc. unless ASFE grants specific permission to do so, dupllcat Ion of this document by any means whatsoever is expressly prohibited. Re -use of the wording in this document, in whole or In part, also is expressly prohibited. and may be done only with the express permission of ASFE or far purposes of review or scholarly research. BPC0542A13.5M r ) AmonTrinity i Engineering Testing Corporation GEOTECHNICAL INVESTIGATION STAPLES STREET PUMPING PLANT AND RESERVOIR CORPUS CHRISTI, TEXAS INTRODUCTION General: This investigation of subsurface materials at the Staples Street Pumping Plant and Reservoir project was authorized with the Written Agreement between the City of Corpus Christi and Trinity Engineering Testing Corporation dated September 22, 1998 and Amendment No. 1 dated February 4, 1999. The investigation was performed in general accordance with our letter proposal dated September 3, 1998. The purpose of this investigation has been to explore subsurface conditions at the site, to conduct field and laboratory tests to characterize the physical soil properties and to provide design criteria for design of foundations for the pumping plant and storage reservoir. This investigation and scope does not include environmental evaluations for contaminants or potential contaminants on the site. The site is located on the west side of County Road 43, about 300 feet south of its intersection with South Staples Street in Corpus Christi, Nueces County, Texas. The general vicinity of the site is shown on the attached Site Vicinity Map, Plate 1, presented in the Appendix. Site Conditions: The site is generally flat and is a cultivated field recently used for agricultural purposes. The site is open and covered with native grasses and weeds. Natural drainage appears to be poor. Subsurface Exploration: Subsurface materials at the site were explored by a total of six (6) core borings. A schedule of the core borings is provided on the next page in Table A. 1 m Trinity Engineering Testing Corporation TABLE A SUMMARY OF CORE BORINGS Storage Reservoir Center Number of Core Borings Depth -of .Core onngs (feet) 1 100.0 Storage Reservoir Perimeter Pumping Plant Building 3 20.0 2 30.0 The borings were advanced using steel push tube samplers (Shelby tube) from which undisturbed cohesive soil samples were recovered. Samples will be stored for 30 days from the date of this report. After that time they will be discarded unless notification is received to the contrary. The locations of the borings are shown on the attached Boring Location Plan, Plate 2, presented in the Appendix. All soil samples were identified in the field, wrapped in plastic or placed in plastic bags, sealed, identified according to boring number and depth, and then placed in core boxes. While dry sampling the boreholes, observations were made for signs of groundwater. Our observations are shown in notes at the bottom of each boring log. Please be aware that these observations do not constitute a comprehensive groundwater study but simply report the results of limited field observations during our field sampling activities. A discussion pertaining to groundwater conditions is contained in a subsequent section of this report. Laboratory Testing: The soil samples were returned to the laboratory where they were examined by the soil technician and the project geotechnical engineer. Under the direction of the project geotechnical engineer, selected specimens were chosen for testing to identify their soil classification, strength and other physical properties. The specific tests conducted are summarized below: ❑ Atterberg Limits • Percent Finer than No. 200 Sieve ❑ Unconfined Compression ❑ Pocket Penetrometer 2 o Moisture Content ❑ Unit Dry Weight ❑ Consolidation Trinity Engineering Testing Corporation The results of these tests and the classifications of the subsurface materials are shown on the attached Logs of Boring. The soil classifications refer to the "Unified Soil Classification System" as explained on the attached Explanation of Symbols and Terms used on Logs of Borings. The results of the laboratory tests performed for this investigation are summarized on Plate 3 in the Appendix. The push tube samples were visually examined in the laboratory and pocket penetrometer tests were performed on cohesive tube samples in the field and laboratory. The pocket penetrometer test is a quick and easy method of comparing the relative consistency of one soil sample to another. The results of the penetrometer tests are reported on the Logs of Boring in the column for N -values and in units of tsf The plus notation indicates that the limit of the device has been exceeded. Strength properties of the cohesive soils were investigated by unconfined compression tests on selected push tube samples. The unconfined compressive strength is reported on the Logs of Boring as Qu (tsf) on the right hand side of the logs. Compressibility characteristics of the cohesive soils were investigated by two consolidation tests on samples from different depths. The results of these consolidation tests are presented graphically on Plates 4 and 5 in the Appendix. Engineering Analysis: The results of the field exploration and laboratory testing were reviewed by the project geotechnical engineer who interpreted the results and determined suitable foundation design parameters and support systems. Details of the analysis and recommendations are discussed in the subsequent sections. SUBSURFACE MATERIALS AND CONDITIONS General Stratification: Specific material descriptions and depths of strata are shown on the attached Logs of Boring. The classification tests and visual inspection indicate that the subsurface materials consist of high plasticity fat clays (CH) to a depth of 74.5 feet underlain by fine to medium sands (SP) and silty fine sands (SM) extending to a depth of 97,0 feet. Highly plastic fat clays (CH) were again encountered to at least the termination depth of 100.0 feet of the deepest boring. 3 maTrinity Engineering Testing Corporation Soil Strength Characteristics: The results of the pocket penetrometer tests and the unconfined compression tests indicate that the clays are generally stiff to very stiff in relative consistency. Standard penetration tests (SPT) indicate that the sands and silty sands are dense to very dense in relative density. Subsurface Water Conditions: The borings were advanced to depths of 20.0 to 30.0 feet below the existing ground surface without using drilling fluid. The borehole and samples recovered were observed for signs of subsurface water. Groundwater was encountered in only one boring, B-2, at a depth of 17 feet below the ground surface at the time of drilling and sampling, Be aware that these limited observations do not represent a groundwater study, which was beyond the scope of this investigation, and that due to the nature of subsurface water and its relationship to climatic influences, subsurface water may be intermittent and of varying quantities with time. If construction is contemplated during a wet season of the year, water levels may occur at higher levels above where no groundwater was encountered at the time of drilling and sampling. Shrink/Swell Potential: The tendency for a soil to shrink and swell with change in moisture content is a function of clay content and type, which are reflected in soil plasticity as defined by the Atterberg Limits. A generalized relationship between shrink/swell potential and the soil plasticity index (P.I.) is shown below: GENERAL RELATIONSHIP BETWEEN P.I. AND SHRINK/SWELL POTENTIAL P I Range Shrink/SwellPotential 0-15 Low 15 - 25 Medium 25-35 High > 35 Very High 4 Trinity Engineering Testing Corporation The amount of expansion that will actually occur with increase in moisture content is inversely related to the overburden pressure; that is, the larger the overburden pressure, the smaller the amount of expansion. Near -surface soils are thus most susceptible to shrink/swell behavior because they experience low amounts of overburden. Overall, the clay soils at this site possess high to very high shrink/swell potential. FOUNDATION DESIGN RECOMMENDATIONS General: Proposed construction consists of a pumping plant building and a storage reservoir. The pumping plant building will be a one-story structure with plan dimensions of about 75 feet by 85 feet. The pumping plant building will house the project pumps, The storage reservoir will have a capacity of 7.5 MG, a height of about 50 feet, and a diameter of 160 feet. The loads imparted by the reservoir to its foundation will be about 3100 pounds per square foot (psf) below the slab and 4500 psf below the thickened edges at the perimeter. The following conclusions and recommendations are based upon the data obtained in the field and laboratory investigations, project information provided to us, and our experience with similar soil and site conditions. Expansion Potential: As mentioned earlier, the clay soils at this site possess high to very high shrink/swell potential. McDowell's potential vertical rise (PVR) procedure (reference 1) has been used to estimate the possible magnitude of shrink -swell movements at this site. These results indicate possible shrink -swell movements over the site ranging from 3 to 4 inches for "dry condition" due to seasonal soil moisture variations. It should be noted that this method utilizes a correlation of Atterberg Limits test data to calculate swell potential, and as such, the results must be considered as giving approximate values of the shrinklswell potential. Also, be aware that these PVR estimates are indicative of the relative magnitude of probable movement under seasonal changes in soil moisture content. Movements in excess of these values may be expected if increases in soil moisture content occur as a result of broken water and sewer lines, improper drainage of surface water, shrubbery and trees planted near the foundation slab and 5 Ala&T inity Engineering Testing Corporation excessive lawn or shrubbery irrigation. These movement potentials must be considered in the design of the foundation support system. PUMPING PLANT BUILDING FOUNDATION: Results of the Atterberg Limit tests indicate that the surface and near surface clay soils encountered in the borings (B-5 and B-6) drilled in the footprint of the pumping plant building are highly active and, as indicated above, will experience a significant degree of expansion and contraction with seasonal changes in moisture content. For these soil conditions, a foundation system that transfers loads below the zone of most significant seasonal moisture variation is preferable to limit movements. In this general area, drilled and underreamed piers are commonly used for this purpose. Thus, recommendations for design and construction of drilled and underreamed piers are provided below for support of the pumping plant building. Underreamed Piers: Drilled and underreamed piers should be founded in the reddish tan and gray clays at a depth of 15.0 feet below the original ground surface At this depth, the underreams should be founded below the zone of most significant seasonal moisture variation. Underreams (bell bottomed piers) founded at the recommended bearing depth and having a maximum diameter of 96 inches can be sized using a net allowable bearing pressure of 3,300 psf for dead plus sustained live load or 5000 psf for total load, whichever condition governs. These allowable values provide a factor of safety of about 3 and 2 against a soil shear failure, respectively. The drilled and underreamed piers should have a bell -to -shaft diameter ratio of between 2 and 3. If a bell -to -shaft diameter ratio in excess of 3 is used, the bell (underream) could experience significant caving during construction. Settlement and Spacing: Settlements of underreamed piers should be primarily elastic with most occurring during construction and initial loading. Settlement of drilled and underreamed piers bearing at the recommended depth and designed using the allowable values presented above should be less than one inch. Differential settlements will be governed by variances in subsurface conditions, structural loading conditions, and construction procedures, such as cleanliness of the underream. Drilled piers should have a minimum spacing of three underream diameters, measured center -to - center. If pier spacing were reduced, settlements would be expected to increase due to overlapping stresses below the piers. 6 ATrinity Engineering Testing Corporation Tension and Lateral Capacities: Tensile stresses will develop in the pier shafts as the result of soil swelling along the shafts. These tensile stresses must be resisted by a combination of dead loads on the piers and steel reinforcement in the shafts. Steel in the drilled shaft may need to be considered for axial compression, lateral load or minimal reinforcement required by codes as determined by the structural engineer. Without extensive absorption pressure -swell tests to determine specific uplift potentials, it is common to use not less than 1.0 — 1.5 percent vertical steel reinforcement (calculated as a percentage of the gross cross-sectional area of the pier shaft) as a minimum to resist uplift tensile stresses. This steel reinforcement should extend from the top of each pier to within 6 inches of the bottom. Lateral resistance of the piers can be analyzed by performing a lateral load analysis using the computer program LPILEI. This analysis can be performed by Trinity Engineering Testing Corporation, upon request. Grade Beams: Grade beams spanning between drilled piers should be structurally suspended above the subgrade with a minimum six-inch void. Cardboard carton forms, commonly used for this purpose, may be used to create the void in place of constructed forms. Care should be taken to insure that the void cartons do not collapse prior to initial set of the concrete. The carton supplier should educate the contractors crew on the proper use of the cartons and verify in writing that the cartons are sufficient to withstand the design. Furthermore, the sides of the void should be protected such that the soils do not slough and thus fill the void. Floor Slabs for Pumping Building: The most positive means of insuring that interior floor slabs will not be subject to moisture induced movements is the use of structurally suspended floor systems. For the soil conditions at this site, a minimum void space of six inches should be provided below the floor system. The void space should be properly graded to prevent water from ponding below or adjacent to the floor system. With this type of foundation system, the building and floor loads are carried to columns and grade beams which are then supported by the drilled and underreamed piers as previously described. Although the initial construction cost is high, the foundation performance is generally good to 7 'Trinity Engineering Testing Corporation excellent and long-term maintenance and/or remedial repair expense, as compared to a ground- supported slab, is much lower. This is a risk-decision, which should be considered by the owner. It should also be noted that a suspended floor does not have the cost of thick select fill layers or other subgrade treatments. Lightly loaded floor slabs can be supported on -grade provided some floor slab movement can be tolerated. Generally, floor slabs supported on -grade are designed for movements of one inch or less. Since potential movements at this site are estimated to be well in excess of one inch, remedial measures should be taken to reduce the movements to tolerable levels. Methods of reducing movements are provided in the subsequent section of the report. Remedial Methods For Ground Supported Slabs at Pumping Building: Ground supported floors should be feasible if remedial methods are used to reduce potential for moisture induced movements to tolerable levels. In this area, the most common method of reducing the swell potential includes removal and replacement of a portion of the surficial swelling clay soil. In addition, fill placed above 1 the original ground surface will aid in reducing the potential movement. Both have beneficial results but do not totally reduce the swell potential. I A less common method in this area, nevertheless a method used in other parts of Texas, consists of water and chemical pressure injection of the subgrade soils to reduce potential movements. This method works on the principle of pre -swelling, and to a lesser degree, chemical stabilization of the clay soils below the floor slabs. The pressure injection method is generally used in combination with ` select fill placement. This method is generally not economically feasible due to its lack of use in this area. However, due to the significant amount of earthwork required for this site to reduce potential movements (as indicated below), the pressure injection method may be a viable alternative. Recommendations for pressure injection as a means for movement reduction can be provided upon request. The data presented below in Table B and Table C can be used to evaluate the removal and replacement technique and this method combined with the addition of fill above natural grade. Generally, the removal and replacement technique is only economically effective when shallow AumaTrinity Engineering Testing Corporation expansive material overlies non -expansive soils; however, the removal and replacement method may be used in conjunction with other methods to produce favorable results. TABLE B OVER EXCAVATION AND REPLACEMENT Depth OVerExcavated PVR:. . And Replaced (feet) (inches) 0 3 4 1-1/2 5 1 The amount of vertical movement associated with the shrinking and swelling of expansive soils is inversely related to the overburden pressure exerted on the soils. If fill, over natural grade, is to be added to the site, then the overburden pressure would be increased, thereby decreasing the expected P.V.R. of the soil profile. The affect of combining removal and replacement and adding fill is shown on Table C below. TABLE C COMBINED ADDITION OF FILL ABOVE NATURAL GRADE AND REPLACEMENT OF SUBGRADE Depth of Rem oval (fee) 4 TotalDeptlr of Select: Fill:;:;; (feet) (inches): 5 1-1/4 5 6 9 aimarinity Engineering Testing Corporation STORAGE RESERVOIR FOUNDATION: A foundation consisting of a flexible concrete [1 slab with thickened edges at the perimeter is often used for support of ground storage tanks. Our analysis indicate that this foundation system should provide adequate support for the planned storage reservoir provided that the reservoir and its foundation and connections are designed to tolerate the anticipated long-term settlements. Recommendations for design and construction of flexible slab with thickened edges at the perimeter are presented below for LL the storage reservoir. Reservoir Foundation Pad: To help reduce movements due to settlements and expansive clay soils, to increase bearing capacity, and to provide a stable pad on which the reservoir can be constructed, it is recommended that the upper four (4) feet of existing soils within the reservoir footprint be removed and replaced with select, non -expansive fill material placed under moisture and density control. Select, non -expansive fill material should be specified as a sandy clay (CL) or clayey sand (SC) according to the Unified Soil Classification System (ASTM D 2487). In addition, the fill soil should have a plasticity index not less than 7 nor greater than 15. The select fill should be compacted ±2% of optimum moisture content to a minimum of 95 percent of the maximum density as determined by ASTM D 698-91. If caliche is used, it should meet the (1995) Texas Highway Department Specification, Item 247, Grade 4 or better. The select fill should be placed in such a manner that the compacted lift height does not exceed six inches. Each lift should be tested for proper density prior to placement of subsequent lifts. Reservoir Bearing Capacity: For the soil conditions at this site and provided the earthwork recommended above is used within the reservoir footprint, the ultimate bearing capacity for the overall reservoir is on the order of 9300 psf Thus, for an applied load of 3100 psf, the factor of safety against a general bearing capacity failure for the overall reservoir is 3.0. Generally, a factor of safety of at least 3.0 is desirable for the overall reservoir. The ultimate bearing capacity for the thickened perimeter slab bearing at a depth of about 15 inches below grade is on the order of 9100 psf. Thus, for an applied pressure below the thickened slab of 4500 psf, the factor of safety against a bearing capacity failure is slightly larger than 2.0. Generally, a factor of safety of at least 2.0 is desirable below the thickened slab. 10 ArmTrinity Engineering Testing Corporation Reservoir Settlement: Long-term (consolidation) settlements below the center and edge of the reservoir foundation have been computed based on the results of consolidation tests performed for this investigation and the loading conditions previously discussed. The estimated long-term settlements are on the order of 9 to 9-1/2 inches and 6-1/2 to 7 inches below the center and edge of the reservoir, respectively. Consolidation settlements occur over a period of many years with primary consolidation taking place in 10 to 20 years. The settlements presented above include elastic soil deformation which should account for about one-third to one-half of the total settlement and occur during construction and initial loading (hydrotesting). Flexible tank connections should be used to accommodate the anticipated settlements. Tank connections should be made after completion of initial loading (hydrotesting). We recommend that at least four survey monuments be installed, equally spaced around the outside perimeter of the foundation, to monitor foundation settlements. It is recommended that settlements be monitored daily during hydrotesting and weekly during the first two months of operation. Preferably, monitoring should continue monthly thereafter for the first year of operation. TETCO would be pleased to assist in developing a monitoring program for the tank. If any large and/or unusual movements are indicated during monitoring, TETCO should be contacted immediately for recommendations. 11 Trinity Engineering Testing Corporation FOUNDATION CONSTRUCTION CRITERIA Drilled Piers: The following items are important to the successful completion of drilled pier foundations: 1. All pier excavations should be observed by the Geotechnical Engineer or his representative to determine when the proper bearing stratum is encountered and to record other observations regarding the pier construction. 2. The pier excavations should be checked for size and to see that loose material has been removed prior to the placement of concrete. Precautions should be taken during the placement of the pier reinforcement and concrete to prevent loose excavated materials from falling into the excavation. 3. Prior to the placement of concrete, seepage water should be removed from pier holes. 4, Prompt placement of concrete in the excavation as it is completed, cleaned, and inspected is strongly recommended to limit deterioration of the bearing stratum. Under no circumstances should a pier shaft be drilled that cannot be filled with concrete before the end of the work day. 5. The reinforcement steel cage placed in the shaft should be designed to be stable during the placement of concrete. 6. Although we do not anticipate the need for temporary steel casing, it is recommended that the bid item be included for the event that is needed due to seepage water entering a pier hole. Special concrete design and construction procedures as described in ACI 336.1-79 and ACI 336.3R-72 should be specified in order to properly extract the casing during concrete placement. In particular, the pier concrete should be placed at a minimum slump of 6 inches when temporary steel casing is used. A positive head of plastic concrete must be maintained in the temporary casing during extraction to prevent intrusion of loose materials and water into the concrete or open excavation. 12 armaTrinity Engineering Testing Corporation Open Excavations: The sides of open excavations less than four feet deep can be neat cut with near vertical sides; however, the clay soils are susceptible to deterioration upon exposure and may become unstable. The contractor's competent supervisor should inspect all excavations and take appropriate safety measures including the use of trench shields and sloped excavations. If excavations deeper than four feet are necessary, we recommend that sloped excavation and/or braced excavation techniques be used. We recommend that OSHA standards be observed with all excavations. Positive drainage away from excavations should be established to avoid surface water from ponding within the excavations and around the completed foundations. Foundation soils should be protected against disturbance from construction activities and moisture changes, EARTHWORK REQUIREMENTS Site Drainage: Drainage is critical for the long-term performance of the buildings and their foundations. Positive drainage should be provided away from the buildings and water should not be allowed to pond adjacent to the buildings or foundations either during or after construction. Gutters and downspouts should preferably be provided and runoff carried to storm drains or paving before discharging. Vegetation, which produces extensive root systems, should be kept away from the foundations a distance of at least one-half the mature plant height. Site Preparation: Site preparation should begin by removing all surface vegetation and soil (to a depth of 8 inches) and major root systems within the building area and the pavement areas for a distance of 5 feet outside the building lines. Tree stumps shall be completely removed and backfilled if applicable. The exposed surface (when at proper subgrade) should be proof -rolled and compacted to 95 percent of maximum density by ASTM -D-698 to wet of optimum (+2% maximum) with at least a 25 -ton pneumatic -tired roller or equal, and any soft or weak areas removed and then replaced with compacted select fill prior to placement of fill or base material. Select, non -expansive fill material should then be used to fill in excavated areas, stump holes, and where necessary, to raise the grade at the site. All excavated material should be cleared away immediately and not used as fill under buildings or other facilities, but can be used for landscaping. 13 m Trinity _ Engineering Testing Corporation Any areas found not to comply with the compaction requirements should be reworked and retested prior to placing the next fill lift. We recommend a density test for every 2,500 square feet of structure area with a minimum of four [4] density tests per lift. Select Non -Expansive Fill Material: Select, non -expansive fill material placed within the building areas should be specified as a sandy clay (CL) or clayey sand (SC) according to the Unified Soil Classification System (ASTM D 2487). In addition, the fill soil should have a plasticity index not less than 7 nor greater than 15. The select fill should be compacted ±2% of optimum moisture content to a minimum of 95 percent of the maximum density as determined by ASTM D 698-91. If caliche is used, it should meet the (1995) Texas Highway Department Specification, Item 247, Grade 4 or better. The select fill should be placed in such a manner that the compacted lift height does not exceed six inches. Each lift should be tested for proper density prior to placement of subsequent lifts. GEOTECHNICAL SERVICES DURING CONSTRUCTION During construction, Trinity Engineering Testing Corporation should be retained to provide consultation regarding geotechnical aspects of the work and to provide field observation and testing services. We should be on site during the following phases of work: ❑ Site preparation and grading: O Compaction of subgrade prior to receiving fill; El Fill Placement and compaction; o Foundation excavations; O Pier Installation These services would allow us to check the geotechnical aspects of construction for conformance with the intent of our recommendations, to provide quality control testing, and to make timely suggestions if necessary. AmenTrinity Engineering Testing Corporation REFERENCES 1. McDowell, C., "The Relation of Laboratory Testing to Design for Pavements and Structures on Expansive Soils," Quarterly of the Colorado School of Mines, Vol. 54, No. 4, Oct. 1959, pp. 127- 153. 2. "Standard Specifications for Construction of Highways, Streets, and Bridges", Texas Department of Transportation (TXDOT), 1995. 15 E 'unity Engineering Testing 1 _ Corporation fl ri 1.1 [1 [1 APPENDIX [1 11 [1 {1 L m Trinity Engineering Testing Corporation MD. \ SITE �.w LL' Site Vicinity Map Staples Street Pumping Plant and Reservoir Corpus Christi, Texas Plate 1 ZiL Trinity Engineering Testing Corporation SOUTH STAPUr51REEr F A T44 5' I�1 1 L r_ i a'r111 DE rsurT.J1 ae SMELT ATION 1 T • -11 1! zy VINIERLRK MR4T44•1 STREET 825.00' v a O 3 m N /` ▪ ,..o 1 i350' i + 210' Frill1 �� i �i ‘% 7.5 �r 4?:C PROPOSED 7.5 MG STORAGE RESERVOIR 15 ACRE RESERVOIR SITE 825.00' I rn SOROPIACE 111 ,12 COMMAE 01101-41 Boring Location Plan Staples Street Pumping Plant and Reservoir Corpus Christi, Texas Plate 2 § q o Trinity Engineering Testing Corporation Staples Street Pumping Plant and Reservoir Corpus Christi, Texas Boring Sample MC -200 LL P1 UDW ©u No. Depth (ft.) % % % % pcf (tst) B - 1 2.0-4.0 28.9 92.9 1.33 4.0-6.0 29.1 60 36 8.0 - 10.0 23.0 104.8 1.95 14.0 -16.0 31.0 81 55 92.8 16.0 - 18.0 31.1 85.0 95.8 2.16 23.0 - 25.0 33.6 53 30 87.2 2.63 28.0-30.0 26.2 99.6 33.0 - 35.0 25.9 98.8 2.40 43.0 - 45.0 40.3 82.2 1.27* 53.0 - 55.0 30.0 85 59 92.6 2.89 68.0 - 70.0 27.1 88.3 97.2 1.66 78.5 - 80.0 20.6 8.9 88.5 - 90.0 23.3 33.7 B-2 2.0-4.0 - 71 46 4.0 - 6.0 27.7 91.9 1.41 10.0 -12.0 31.8 78 52 91.5 2.48 18.0 - 20.0 36.0 78 50 85.1 3.00 13 - 3 4.0 - 6.0 26.6 58 34 93.9 1.54 8.0 - 10.0 21.3 74.8 51 28 107.4 1.64 13.0 - 15.0 24.5 96.6 1.61 Page 1 of 2 MC...moisture content; (-)2OO...percent passing #200 sieve; LL...liquid limit; PI...plasticity index; UDW...unit dry weight; Qu...unconfined compressive strength PLATE 3 Trinity Engineering Testing Corporation Staples Street Pumping Plant and Reservoir Corpus Christi, Texas Boring Sample MC -200 LL P1 UDW Qu No. Depth (ft.) % % % % Pa (tsf) B-4 0-2.0 27.0 53 29 6.0 - 8.0 25.4 56 31 101.1 1.91 10.0 -12.0 30.7 78 50 91.1 2.31 16.0 - 18.0 31.5 88.7 2.96 8-5 2.0-4.0 31.3 62 36 6.0 - 8.0 23.5 53 30 105.2 2.53 10.0 - 12.0 30.0 69 41 14.0 - 16.0 32.3 91.3 3.00 20.0 - 22.0 36.2 85.8 1.85 B-6 2.0-4.0 30.2 68 40 88.8 1.20 8.0 - 10.0 29.2 96.0 2.50 16.0-18.0 32.6 77 48 88.3 1.18 23.5 - 30 29.2 63 38 Page 2 of 2 MC..,moisture content; (-)200...percent passing #200 sieve; LL...Iiquid limit; PI...plasticity index; UDW...unit dry weight; Qu...uncont'ined compressive strength PLATE 3 'I rinity Engineering Testing Corporation PROJECT: LOCATION: CONSOLIDATION TEST REPORT Staples Street Pumping Plant and Reservoir, C-1197 Corpus Christi, Texas Sample Type: Diameter: Height: Initial Moisture Content: Initial Void Ratio: Initial Saturation: 0.900 0.880 0.860 0.840 aD 0 12 0.820 0.800 0.780 0.760 0.740 0.01 Undisturbed 2.5 inches 1.0 inch 31.0% 0.8816 98.50% SAMPLE: 8-1; 14' - 16' DESCRIPTION: Mottled Reddish tan and Gray Fat Clay LL=81 PI=55 Classification: Unit Dry Weight: Final Moisture Content: Final Void Ratio: Final Saturation: CH 92.9 33.0% 0.7706 119.9% 0.1 1 10 Pressure in Tons Per Square Foot 100 PLATE 4 wz Trinity Engineering Testing Corporation CONSOLIDATION TEST REPORT PROJECT: Staples Street Pumping Plant and Reservoir, C-1197 LOCATION: Corpus Christi, Texas Sample Type: Diameter: Height: Initial Moisture Content: Initial Void Ratio: Initial Saturation: 0.760 0.740 0.720 0 0.700 0 0.680 0.660 0.640 0.620 0.600 0.01 Undisturbed 2.5 inches 1.0 inch 26.2% 0.7547 97.20% SAMPLE: B-1; 28' - 30' DESCRIPTION: Gray and Tan Fat Clay LL=53 P1=30 Classification: Unit Dry Weight: Final Moisture Content; Final Void Ratio: Final Saturation: CH 99.6 26.0% 0.6173 117.9% 0.1 1 10 Pressure in Tons Per Square Foot 100 PLATE 5 AmniaTrinity Engineering Testing Corporation ri 1 ri 1 1 EXPLANATION OF SYMBOLS AND TERMS USED ON LOGS OF BORING Depth Feet Symbol Sample N (bpi) Material Description MC % -200 % LL PI LJDW (PCF) Glu (tsf) tube sample undisturbed push 3.5— —pocket penetrometer test disturbed sample — 5 15— split spoon sample and standard penetration test blow count — boring, recovery - wash no sample see symbols below -- --` 10 — 0 water surface TYPICAL SOIL SYMBOLS Lean Clay (CL) Fat Clay (CH ) 11111 Silt (ML ) Elastic Silt (MH ) Silty Sand (SM ) Clayey Sand (SC ) SOIL STRUCTURE Calcareous Containing calcium carbonate Slickensided.. The presence of planes of weakness having a slick and glossy appearance Fissured......... Breaks along definite planes of fracture with little resistance to fracturing Laminated Alternating thin layers or Ienses of varying material or color Interbedded.... Alternating layers of varying material '*Triti'r Poorly -Graded Sand (SP ) WeII-Graded Sand (SW ) Poorly -Graded Gravel (GP ) WeII-Graded Gravel (GW ) Clayey Gravel (GC ) Silty Gravel (GM ) Relative Density of Cohesionless Soils Relative Density Very Loose Loose Medium Dense Dense Very Dense N Blows per foot 0-4 4- 10 10-30 30-50 Over 50 Relative Consistency of Cohesive Soils Descriptive Term Very Soft. Soft Medium Stiff Stiff Very Stiff 1 -lard Uncon. Compr. Test (tsl) Less than 0.25 0.25 - 0.50 0.50 - 1.00 1.00 - 2.00 2.00 - 4.00 More than 4.00 The Log of Boring is a representation of the subsurface materials at the specific boring location within the depth explored. The transition between strata may be gradual and variations in marerta! types and depths bsnveen borings can be expected. Water level observations represent those conditions at the time of exploration and may vary with time and location on the site. Trinity Engineering Testing Corporation Staples Street Pumping Plant Project: and Reservoir (C-1197) Location: Corpus Christi, Texas LOG OF BORING Date: 02/03/99 Type: 3" Push Tube 2" OD SPT Boring No.: B-1 Page No.: 1 of 4 Depth Feet Symbol Sample N (bpf) Material Description MC % -200 % LL PI UDW (pcf) Qu (tsf) Ifl 1.25 Dark Gray fat CLAY 4.0'(CH) 28.9 29.1 60 36 92.9 1.33 - I1.75 & Light Gra Fat CLAY Tan 9 Y 10 'ffr/:";11 1.0 2.25 2.50 4.0 3.0 -Mottled brown and light gray -With calcite crystals CH 23.0 31.1 31.1 85.0 81 55 104.8 92.9 95.8 1.95 2,16 - VA2.25 /� / II �II3.75 '4.5+14.0' - Reddish Tan & Gray Fat CLAY, Mottled 2011/1111 22.0' (CH) 33.6 26.2 53 30 87.2 99.6 2.63 - , ,/ ,,1 4.0 4.0 Gray & Tan Fat CLAY (CH) 30 -� Boring Continued gamTrinity Engineering Testing Corporation Staples Street Pumping Plant Project: and Reservoir (C-1197) Location: Corpus Christi, Texas LOG OF BORING Date: 02/03199 Boring No.: B-1 Page No.: 2 of 4 Type: 3" Push Tube 2" ❑❑ SPT Depth Feet Symbol Sample N (bpt) Material Description MC % -200 % LL PI UDW (pcf) Qu (tsi) — VI, Gray & Tan Fat CLAY 33.0' (CH) — _ — 4 �+ Light Brown to Tan Fat CLAY — 35 with iron oxide stains 25.9 98.8 2.40 ___� J A; -with silty fine sand layer 37'-37'/' — 38.0' (CH) — _ 4D 0 4.25 Light Brown & Light Gray Fat Mottled — #/#0CLAY, 42.0' (CH) Light Tan Fat CLAY slickensided — _ 45 3.5 40.3 82.2 1.27* ..,._.44 /Fr 4 0 -color changes to Tight brown — 50 _____ eole 00000 01 — 55 4 4.0 30.0 85 59 92.6 2,89 __ 0 64 4 4 1.5 (CH) Boring Continued 1 Trinity Engineering Testing Corporation Staples Street Pumping Plant Project: and Reservoir (C-1197) Location: Corpus Christi, Texas LOG OF BORING Date: 02/03/99 Type: 3" Push Tube 2" OD SPT Boring No.: B-1 Page No.: 3 of 4 Depth Feet SymbolSample N (bpi] Material Description MC % -200 % .LL PI UDW (P00(tsf) Qu I 70 741 4.5 3 75 4.5+ Light Brown Fat CLAY -color changed to light brown & tan -becomes slicken sided 74.5'— 27.1 20.6 23.3 88.3 8.9 33.7 97.2 1.66 — — f � 75 I Tan Fine to Medium SAND 83.5` (SP) II80 5015" — 90 56 Tan & Light Gray Silty Fine SAND (SM) :l. 39 Boring continued -.-4 A 'Trinity Engineering Testing Corporation Staples Street Pumping Plant Project: and Reservoir (C-1197) Location: Corpus Christi, Texas LOG OF BORING Date: 02103/99 Boring No.: B-1 Page No,: 4 of 4 Type: 3" Push Tube 2" OD SPT Depth Feet Symbol Sample N (bpf) Material Description MC % -200 % LL PI UDW (pci) Qu (tsf) 95 .• Tan & Light Gray Silty Fine SAND 97.0' SM — — — — 42 —_ f 100 Tan &Gray Fat CLAY (CHI 44 ' Total Depth = 100.0 ft. Boring drilled to depth of 20 feet without the use of drilling fluid. Groundwater was not encountered above this depth during drilling. — — — om Trinity Engineering Testing Corporation Staples Street Pumping Plant Project: and Reservoir (C-1197) Location: Corpus Christi, Texas LOG OF BORING Date: 02/01/99 Type: 3" Push Tube 2"ODSPT Boring No.: B-2 Depth Feet Sample N (bpf) Material Description% MC -200 % LL Pf 1 IJDW (pcfj Qu (tsf) Symbol 5 / 2.0 Dark Gray & Gray Fat CLAY, Mottled 2.0' (CH) 27.7 71 46 91.9 1.41 — _ _ — — — 2.0 2.0 3.0 3.0 Gray Fat CLAY 4.0' (CH) 11 Tan & Gray FatCLAY, Mottled 14 Ott 0 3.5 4.0 4.0 4.5 4.25 12.0' {CH) 31.8 36.0 78 78 52 50 91.5 85.1_ 2.48 3.00 — — Reddish Tan & Gray Fat CLAY with calcareous nodules &calcite 16.0' (CH) 20 — I17.0'_7_ Tan Fat CLAY— (CH) 25 Total Depth = 20.0 ft. Boring drilled to termination depth without the use of drilling fluid. Groundwater was encountered at a depth of 17.0 feet, — _ _ — 30 35 40 Trinity Engineering Testing Corporation Staples Street Pumping Plant Project: and Reservoir (C-1197) Location: Corpus Christi, Texas LOG OF BORING Date: 02/01/99 Type: 3" Push Tube " OD SPT Boring No.: 5-3 Depth Feet Symbol Sample N (bpi) Material Description MC % -200 % LL PI UDW (pcf) Qu (tsf) V 2.5 Dark Gray Fat CLAY 2.0' (ail Gray & Light Gray Fat CLAY, — 2.04 0, Mottled, with calcareous nodules (CH) 5 Mottled Tan & Light Gray 26.6 58 34 93.9 1.54 3.0 Fat CLAY with gypsum — i t] °110 1.5 2.0 21.3 74.8 51 28 107.4 1.64 — — 11.0' (CH) Tan Fine SAND 13.0' (SP) 15 3 0 Reddish Tan & Gray Fat CLAY with sand partings & seams 24.5 96.6 1.61 20 2.0 (CH) /J Total Depth = 20.0 ft. - - — 25 Boring drilled to termination depth without the use of drilling fluid. Groundwater was not encountered during or upon completion of drilling. — 30 35 40 ZAL Trinity Engineering Testing Corporation Staples Street Pumping Plant Project: and Reservoir (C-1197) Location: Corpus Christi, Texas LOG OF BORING Date: 02/01/99 Type: 3" Push Tube 2" OD SPT Boring No.: B-4 Depth Feet Symbol 1 Sample � N (bpf): Material Description MC % -200 % LL PI UDW (pcf) Qu (tsf) _ — 5 proje 2.0 2.0 2.0' ark Gray Fat CLAY (CH) 27.0 53 29 -- — — Dark Gray !leFat CLAY; 4.0' Mottled CH Tan &Gray Fat CLAY, Mottled I 10 0440— 0" 3.5 3.0 2.5 -with calcareous nodules & calcite crystals 25.4 56 31 101.1 1.91 — — -" — — 15 0, 4.0 3.5 14.0' (OK) 30.7 78 50 91.1 2.31 — — r_--. Reddish Tan &Gray Fat CLAY - -- 20 Ise4— 3.0 3.5 3.5 -with calcareous nodules 14'-16' {CH) 31.5 88.7 2.96 — — 00000 et_ 0 — 25 Total Depth = 20.0 ft. Boring dulled to termination depth without the use of drilling fluid. Groundwater was not encountered during or at completion of drilling. — — — —30 ll u 'Trinity Engineering Testing Corporation Staples Street Pumping Plant Project: and Reservoir (C-1197) Location: Corpus Christi, Texas LOG OF BORING Date: 02/02/99 Type: 3" Push Tube " CD SPT Boring No.: B-5 Depth Feet Sample N (bpf) Material Description MO % -200 % LL PI UDW (per) Qu (tsf) Symbol — J 61.5 F 1.0 1.5 Dark Gray Fat CLAY 2.0' (CH) 31.3 62 36 — —4 4.0' Dark Gray &Tan Fat CLAY (CH) Tan & light Gray Fat CLAY with J 10 3.0 3.0 3.5 3.25 3.0 3.0 2.5 325 4.0 3.5 4.0 calcareous nodules & gypsum -with calcite crystals -with iron oxide stains 14.0' (CH) 23.5 30.0 32.3 36.2 53 69 30 41 105.2 91.3 85.5 2.53 3.00 1.85 — — 15325 Reddish Tan & Gray Fat CLAY, with calcareous nodules & gypsum 22.0' (CH) — 20 — -- — 25 — 30 — — Gray & Tan fat CLAY with iron oxide stains -with calcareous nodules -color changes to tan & gray (CH) — Total Depth = 30,0 ft. Boring drilled to termination depth without use of drilling fluid. Groundwater was not encountered during or upon completion of drilling. inziarinity Engineering Testing Corporation Staples Street Pumping Plant Project: and Reservoir (C-1197) Location: Corpus Christi, Texas LOG OF BORING Date: 02/02/99 Type: 3" Push Tube 2" OD SPT Boring No.: 3-6 Depth Feet Symbol Sample N (Of) Material Description MC % -200 % LL P1 UDW (pef) Qu (tsf) 5 1 5 Dark Gray Fat CLAY 4.0' (CH) 30.2 29.2 32.6 29.2 68 77 63 40 48 38 88.8 96.0 88.3 1.20 2.50 1.18 — — — - — 1.75 1.0 Tan & Dark Gray Fat CLAY 60' with calcareous nodules (CH) - — — - 10 3.0 2.5 3.5 3.25 3.0 2.5 2.5 d1 Tan & Gray Fat CLAY with calcite crystals 10-tth iron oxide stains (CH) — — 15 0:041r— Reddish Tan & Gray Fat CLAY, -with calcite crystals 23:0' all — — — — - 7,0° — _ 20 "A : --25 ei0 — Gray&Tan Fat CLAY (CH) — — /0 0# /30 A Total Depth = 30.0 ft. Boring drilled to termination depth without the use of drilling fluid. Groundwater was not encountered during or at completion of drilling. — _ 41 13 3:150171.03 :E a ,6427 1 1r 45 45591/124145 WTR-434 11114744197 1402651. Solt P2Iriciu comfy CALL BEFORE YOU DIG! �a w e..ar.11Y5. HIE LONE 561E JOIFIRCADEN COW NY 11-4111986,1131141 N PLANS FOR STAPLES STREET PUMP STATION - IMPROVEMENTS OCTOBER 2076 CITYP,RoJECI #f 6'12004 PREPARED BY URBAN ENGINEERING �u14. % SMELT 90. SHEET NM( OECR1PIXOL 2 3 7 l M1 1g0 X25 140100420. 2510440 s ▪ &0[10405 5202514 1501033 20(41 Jr1M 4la41 14 ES EIE14457L 01305 SHEET 1 01 1 14 to 17 E7 EIE0T514 �EUK CUtl4W 202/014044 14 m 0054 14 150 10.20145 51400.110111 5,5417215 04 010 alum, o 21 011 101619502 '•'41110 1120012114/41 222 12 412 1a1111?1 •: 6 1 3v 51 111.11-120,07110-1D, 172. €71 110011 2512 4614. 4E,11•40. v_ 511601 113 PL.. 5300 GENERAL NOTES 0u ECL T-wwm[s 2540 00:31545 045000E 1115 111205 PiFINC K d21 55 KAN 0111/04310443 05565 MOH. 450101030 2(111 043 0E545 2004 25 2 28 15 (.0 41114. WOO Ywy 511141 '. - ',. MINIM 0159412421544 021 21 1E 51111, 411, ▪ 04510, 3!40 2oc•0x 111112 01145 POW 212 % we 11155441 037 0-•4540 014456 114V11400A515 0 42 014 111400041 51 14 ;r1( rs 0707 4. r 0-4510 051149 11311 7205(4! 44 115745 412140 32 19 31.1111 10641 , - 140.0 0'1414 33 114 0011(.10 `11 - _ 010 504011 O RSYM 11155.E 41 00141 111101 34 111 5111,; 4141 444 - 455 Crelf.AL 540000 1381.0 12 3913 414114110 54 112 rm0Fr- - 111440 Iw4e 11001/111 41 151910 01 /540 }E. 115 sr, 244 707 , :!- uylp0 WO 4155171! 41 WOW MAGMA 31 114 5110-011 3,131Fln 134415 44 ,111113 414115440 35 103 Yr02 404,4a�14:•P'04101, Lu0400022521 33 115 514. ,71.02, 40 11E �101li3140 41 117 P1.67.F7.7 liFTF 110011 42 104 114 00/144400 414. 01411229 44 118 310411004 x v 4f-Ai114 4,0 • WATER DISTRIBUTION �u GENERAL NOTES:= 4 .y` • 1 4 r , • PERI n.� 1. FIEWEEI WE 1116110311111 WPM wu COMB 0.31 Mg 01.111011.01.0630 1 030111. OR EMI PPP 0310061 .11.. Ise ff04wm6111101.1E _ rr a a[ 0.KB PIE Inn MT McPI NM aa..rcWPM. r1SWINE WPM OP n� 14111 c. ET 1100m..egr. MIME �01 x...01 .4�..mw Paw a 11.13114.1411.6 Wm. Pw11r0 an a 4414.31.r0.1µ41 .............. _ni ' 3.51.33.05 ' as . 0.44.134.Ora. .Amro. or 14,.E 1 E. OS M 1.3. Aft Ir maw . a .na P.P 1. >wd Y! 00d3µ 6 mama'. smrre rias a ens pp ow msnm no. ' Ea nn camel[ MO IFE063.13 6 7 WI Z ig 31.0. 3 W I Y d_6 I. p QEF _ a TEO. PE 01430.17 IV PEON 0 e 1 1314.17.3 m 40 1. oLwm ra iEe mµ - u 011401 0� . �6u o../Ri2B SW➢ W],m6z dN Rg AwRCrti 4 W 0001 won. wen . mows ... mg Ian . WE. PR. imp. ms ER Kowa Er rtm am 10.6. .s EINE IT N [M lOW a M iN'. IPiH![N OWL H TE. fa owx m® u lOe: MPH NYYID 41 3.03 µ68a rn6Ym4 Mi lm Pa.� F nF S 6 �aaORR[ rP IL[a.G F F'Mf w 488 a 19Aµ wµ010.1 01/10101 6 PRIEM Elm NPR 1.1. ..1. BE131BE OF ILL n 1(441IRIG SCNERILE ELL 1a.µ01(01100.1(03 Emu, 110.[...41.. nr 10103 01(111411 It. - im mow. P0.1 mn.a.mp nw Po...x.vc mg 01.3130.. R. oorau - -- A.fE 0011 OLIIHRIY I ma 11151..10F OWEWIDE MO WC Pf 031703 1611313. 3011. FE 36011411E6 F3 REF 030113ZOL MIMS WM. TO _ .ani nnew41µ.... . 3 ,n . o 00613 rcxi0- 11.0110 .10.6 OEM EWER 0 .w. ooa.on,re oM.w �e+.o w.. wm we a .10 l nee n , ., Ems MI PE PIER Gwen.. RE.61101. 01uA ExnswEn PE 0110140St 1.E. .03 .R.033 n MORD IgnsI a1..= 1034144314 Erin .o.... a mown n¢ 40 ..P..l WI IF 13031133 MA 10 Ea.. 11. u MI6 MEN .11µE ..a.1M M. P. . Ng P m 41 .13.1a a a 041µ.4A11 Au µ0010:41i to o �. 031.31311.7 P.M LK). m 1410.µ1a 41wµ Lww.. maw ea*1401 1u Mel STME•130 P.. _ names - mows eameu. censnes - 44.00 µ,mar, amen) 336ww3 - u..333 - mane la 01101 - 01'00 1410.1.,) 1:0111e3- men cum 310 Gomm as w 313, OM LB 1.011/111 roe 1m 1µ01400h men 3313 v - - 1s - - L g s C+TY of CORPUS CHRIST! TEXAS • DepoKmertt W ingiveving Services IP . P0 1.1 VP V® 1.311. .-13.33.3moor IA Z. .u.P OREM 6.001033 111111303.1 NO W..4µ4m Olm. M NM.331l 31.1 trnara1(410µ+Nµ4€s SZE 61.94 607 POW Es 16. 06113.09.1330 . PEW .13 CREME IMO . PPM If 001616.371013 BM 0lSCPoPI%W Oakg tAi IL Z no MP 13130 P. IR 1.4101 39 WM E.. me .aµ4µ4 3.®4 x v a le re _ _ Et 01..1441awC.Omu .w1 1.1 .4.µ M[ N(*PPR a oµ1 OE I. 111400 04 m 1004 a 07 PI4104®1.4 0.1 EL1 B,i 1.1018.2A18:811 1511181-1. 20diH RNgN.II[lI S.1CTIC. VALVES B PIPYJG 0e+.w31141020.0161 µ4154341h .BE vatYLE MD PIPING 1 IS 1410 00 .3 ham n0B 71110L8L 78.7 04*[ 10( T� ws [44114. 414µ4l 848Tn 4 88.8ao 8s4 PERI KR sog...713E not wage ossoe3 rom mo d, PER me ES 0333 6.9µ.S 6-41618E8SANrCIECIU 8JELEC20C1L 11-13 6y MCP PUMP. RASE AMAMP10R VALVE ]WHd01OMER ER S.S. PLOW EI!! 08 FPVFP 681es.88011004) HVAC PEMW.CNCF S-uW PWPS. PIn[q Rug OVER 3 3 ] 1 t 1 EL EL E4 L6 le. LS .11.11x0.1 EmPoZole REEE 0130.6 .0313-0, WILS 01- r. 1.l100µ pg.. - • ... IP.0F1 a 10.70.1 P0.3 - 0 Peace 10.0 PER sae T. Pi IEET FIR 1000 LB PREZ PE. 1000 1.7'1REE1 STAPLES STREET PUMP STATTOt - IMPROYEMENTS GENERAL NOTES, QUANTITIES AND 1LSEING SCHEDULE EI -10, 6-11 1.e1 6.9 -11 5-151REu8(18.1T 6-1SERECCRSIPUIC11911 6-IiEnPPP !-154EE8118P88.7306 S-1Wu'MC.ESEPAIEI.ERo F1 11CwS 1n(Wpa01IOR81017(e81111811 TE - RROIS4:a1SCCTICN 1E- WTO 6Y -MH O EECINRGE w®C✓:L14*EOA C8888081 -E EL IMP 115E6. PGE1 SCPPM111 RNP SIDEWALK[ VOLLCE10888, El1Aui1WR RESTCmuipu UTL112AE11M0CE 1 3 a SO 1 1 OAS 1.10 1 LS E0. EA P6 LS LP L9 LS SE tr 44 [u.x.r.ES [400,1.. o. ve a .. 011 one Is 341011-3 o o.11 roa5 Cu..0.3 POW [fws;-n. 11 kw.. [.31-16-.3.1- I.e. Wales a - 6301.0*11/10nµ11 CINCREEE 6.34.3. 11.31317 emu. 1114[ 1 c e (7 • 1 Pets w WA MO ES ea l ane PEP ZOO 0 wn en em.11 ma 3303 sr . ow .. - 3 g17 w -1.1 P., W.. 41« wing. Pm4A 141 A" x,411. as w. em4 r-11;1" a r=aAP1. # r 2 41 45 WPM .2iVelnee 60 my maw MODEL EDGE CF PAvEA1ENT-,F.M. 2444 (5. STAPLES ST.) °£'d9 w.= m.w. �r/'; . r le IeN C46.T. BUTTERFLY VRL'vE5 ••_ _ jll T - 1 _ ��■■II 0 Z w w a 'kip Li aI Ig_ I — — PL a PUMP DISCHARGE DIST. CONCRETE PIPE IMPROVEMENTS ACCE S Poon \ 1 1-� CITY of CORPUS CHRISTI TEXAS Deportment of Enveaing Sen+ices —ACCESS Ron 1 PUMP STATION IMPROVEMENTS EXIST. 42' BUTTERFLY VALVES. (M.H ExIST, 90EVAL ELECTREALLY ACTUATED, �,F STWU ' IS F. E HYORAgT`I� STABILIZED CONSTRUCTION ia a E%fii. L L E(IST. AGC ESS ROAD Ek15T. 4" PVC SLEEVE pf ENTRANCE— E41 3 4" FFEE2 HOS BI 1'API VACULI. REALER F F .T. .1YA�R....1... /I } � ' �E%IST. A121I-31E ' ' Dual -.,. +'f" LXI5I. J,y A14: f44W f` II "ORALE _ I EXIST2' PCSCH N We PUA1P CISCHARG£ f-1 i RESERVOIR =- VAL VAVLT " + � ___•P. $ WET ,\-M T. W' BUTTETNLT ME. [111}'V? \-DIST. Ku' 0 % STATION 1.1 r r - / I rT' FW SCH BO C'JNPNLUU5 I I ,� k]ITLTAIIG F.ULPIEIW YIIHE NE I CairRZ T4 BBF.ULU SI,TEW 1 1 I I ; 2 v F STAPLES STREET PUMP STATION - IMPROVEMENTS PROJECT SRE PLAN AF1N 2" TAP 4 4,42.4 / E%1ST. URA P Ij6 �• NISI. T. T' PVt S, ,e -..;i" -11P1: y wI SLH'19T3 AAWLfIFJAY 9JLF0.� i LOTeWE Er.1;T. ACCESS RpsO DIES 1 � El EAST. iPAI�-FGP.uEP. III CONCRETE PAVEMENT �� IMPROVEMIENTS `—: -EXIST. 4$" B.F.'1ALVE Wi - 1 ELECTRIC ACTUATOR w 9 q . ..._trkli 42 _L.! P_ _ EXIST. 1.5' CNP CLIVERT W ExSi. 2' PIPE TO OI,CHN GE PL Am. ") d 45 c.Vunu ,n 7Y II'l���4 PIT r �,n+ /FM. — _, SE-, 11 ni W DIST. 43" BUTTERFLY 'OBE. 21151. 45' 1311110ILY 0ALY4 TAU) VO WL1E KV4 d? & MIA121i411i- VA440 ..,d, ,•.••., tee� i PME • I o■ Mt U.-21. 4 w"amu � � III P9. SRU11 ....5 4.. z w PI 3 t� gg K Fi at5' Ywl . PO. i] ID �. ..._ 0.x OE :�`.n / :`. + " - -9 _ is 1.14 or, uuar *0� �� El o E M. . 5 �. TMTM. is . It [ .:.;/',.... 153 C.40 FA rs. ;..} r : 31 >• of %_ `II STAPLES STREET PUMP STATION - IMPROVEIIENTS BUILDING PIPING DEMOLITION PLAN tll A, SOME R. FM1.7.10, lil RI I. ro j .- \ igexrm. ..s .. LFr,F D. rua wx ran ^"' •"" �" , . ne . nn . Tau... „ VON.41., •. ....�.. R r e'," xr 104G rK amnw 'au WAMM.nwx srw nn v mMr °� F-1 ,.,,., .. =Z... ... �,. s � �.. . n... owc°i x a,�e�'' o-°Y�....c.m ort P.M. N wom sa o r. x� mn �.;:. .sos.=ms . sa >r, re o<aa nave e.r '1 i A ^° .. — F 8.... u Rw.-m'E.'i .WED . MLYINS 11.• PAPS 1.1. REM PI ", CM EE MEN DT 10 SMEE . F ti MM. PEPn_.wff. 5. 1•, MN 4a9 ne4ar CiS€C71r ». ML n.c.rt �. -, mere. ,22 146,. 3 RH WC AA NA. a RPE 0/D 4._ '26.2 y q '. 1t R. CALL BEFOREYOU DVco A MN J u,rix. o-.w M cnw- 24.-, mmwa.. OM ISM�L x2. F: jam- -x ars`..r �w , 2E2 Cn .. THE LINE STIR °".� .. 1 y • 11 1„ M7i4"�GSDT'+ C AT f-860.6 #444 DETAIL PLUMP MR RELEASE RETAIL ° 911L DIE16101.5, RM. RE a� ERR ..., PRE. 1111.26,11112 OROSTE 45VA. wren mug 0 W W z i Z w I f _ 1104 dei g pa !Es pyy e '� R na. COMM er �., -- .'�. r. �° F2 90.2 SUR NPRi-1 I f i . �� Ef MY �V 11 w RENNLNM.a 11 11 � 1 _ N�1 M ; ' (M w�HMSO R1.12�uw LA ° �. ;.pff row R §m CONSHLS ra PUN iOII#1ATIOR 6EiA1L ti., -I- ; 3�� ,M �. R2•224.• F ,�.7 .: w.a� 2.m ea� ��CI :�CC� _SCi:�� J�Ci=s �. ,r u VW reME H mu Le f 'naX ''121 PCxe,m +7rL wMrPP 7 S Sn.i+ OM , IJ i 2.2 nn.x 6 _j.' 11,11. AA moss kW, 3 eft j��. " 0 7 . nfw] Ene. ' MY - HL H. if X. xE. E-� s 51. ow xs fw .r ilwE SHER 12v- BREHM `LJ � :LW LLA 2 PP wa ROHR HQ l U. EIC: 4[e11C1 w yr r y vrma. .r ..,.,.,,,. u E�1l4RISt�llf�lll� t#•+ 1. .. _ _ J ` I F,`. MHO nww®s I'►/...,, -f .s,u.li r EH ..d ltf it pv�vmw 11111 .sysx ..02,1A2 `t--� F] V 1-, oar sue Le.' At ril y' / °En vff, '^ yrs Mahar ra. xE�PR 'P8F1 x x Pawl ...e own• M M MESE Jeez R •nM ieu.flltNwp rfnc] MN �s L I [1 iClf�.•H."'sa SICI � x.�=g�iu U si ��ca, CMILRiiE SUPPORT DETAIL J ❑ C raCigN L. ® -L�i J,- L_ _J p ` rte© qa ww.� ' a1LGLa�� J - �i.e. '.�.'�Y.f . .aw "MIL i . FF RCM 'MA W r 4'v AMR r STAPLES STREET PUMP STATION - IMPROVEMENTS BUILDING PIPING PLN & SECTIONS 66 �V • p ��• �� - ,. 0��Q X.iracE..n m•srRS rl — 1Om .4171a ,I F 1 �V F °0000 urt _�-� 9092,[ ............ ... ,. X. Wacc.. PIPAR:31'kN lMxMx-_- wsxMan,Err 00..00. R,„.,„„>rR.> ...«s PS TUFT nor ME WLL ff RPM er x,F[ WHIR 4E 96. RML. ,.•,ul w. Inc sue tai e.f J. ,,P � NH RAM MU PR NH RNA ...I � nEWa QM 1ten sLR �.IE.,o W. PSE a.�a� W,�`F7..� •Of#0•MO nc ..MO. IML E. urur i HMS pni OBE t&SRUEnwOWNS ral• �. 1r COP. ROM me] .a w�c #0 MOM �w.¢va ME ItMw. nus nw iowl+� POW x�wo x°�wr WHo.s mwim�'is� r ,.•R°, mad dr meLee.ci1e] / : r � ,... NI, ..o- a ~. # mv. iRFl �w.w crow �, �. nay ra r RR NH Oue, 02722d 9 oRrWOx T.121•Rd FS PE O 2 d . nwroh a Wad [9d 0.210 OOT .e ORM x m,' PSI 22,2 9 ��'i very ■ Q .' 1011 r_ _ ,= f _ raa E PEW PRP Irk R,as .. E. RW SE MN SRL 1112 - r a xa UR Nor m e ' I, MIL - 11111:1111=1=r , ._a6 Ew, e -r rx I. auv ms ww G M.K.O. ICOR wis mxnc ate. Ruc. m LIE L 1101•11•11•01112.fwe wr 2.2rne Rs wr 1512, Ee�ai 2 PK sr MC vP 1 e M,..n�e,A2nff Lem a O Hf E W Reny mew. xrl.� v1au x51 F0 S n em Rxt fE �: �— .y L. 6W +`'� �� tV nel 9Rln.R I,�] �lyepryla SEER11 0180 REM REHEIHS. MRS PPE MR PHI RH EPR 1226. mew [eg..swRff xnuea xN •rNp¢2R.S EUG'.Ieg cI15221 TE 4.u�R 211121122 WO 9b.R yffryE.npripi pip RUM m:..x 1d 1.1M. x EIRC1 EI M Mg Rx •_ Eft nPa7 ,w RR 1 ere, 22122, 2•16•Ho r2. sterna. ill• 1111alr Fid es., 1. RC 220 6221.1. AR IHS 10 Er Re. R. ••.4 mw Rrmr 2u aE V�ul 0x1 KU w9 A.. ¢mxPJ is. Neu u MN. W EflrtA WO u R&M MAX 9O KW woman em.ExxER ram xP xmr w..auea RICH MOMS m R. xL,aE RIM) 1 PR' PM= Ilpimp 12212MR MO . .N..ir nc NEL .2........ 4w... PLITA MA �E I, b.REf Era L T J (Z ESCUTCHEON P1 ATE DFTAII �fil NiR NOTF; 1. wusiTO m :m r 50:1557 x75r4N ma u KM i1)0 0410E0G N a.+ km40 EXCAVATION t (tool DETAIL (FOR LARGE DIAIIETER WATER MAIN WTTH DEPTH OF COVER LESS THAN 16) I Nis. ELPAMION EPPS GP SE. PS PENN oP 115- Dorn. ae a\ e Nares ew, ,_ { .TAETT wn"9ao'w' :. ' u"aox. 7 \ FAPANCIDN JONT NMI I DAD TRANSF{R SYSTEN FOR CONCRETE PAVING kt1 NM FR RC x Part aim 411E 4142,, 57.414 ac 0 4 57 r *4 *15 ) /4131 PAPNEEorovmpul NAM. 151. TRANSVERSE MARRING WTAiL as 1s (7,„ CAP SEAL DETAIL NEW CNIC. TO NEW CONC. ,1 1.51 x.411 PAC Tr DAP MP MAO -.amr► Ailligt in) Ili IMRE' r1a'�= yam�y� '�Nr. •aw ,�'' PFINFARrFIAENT DFTAII k39. GENERAL NOTES FOR CONCRETE PAVEMENT 1. NJ. RENNNIENO CLEM LAPS NMI. EC PO WE cuarnEris EMI UNCAP SHILL BE SPA P3 TE4sr Y 5LGG 114 199 roam me M .UTO. MMPI M[ • P. 5791 n 0.1 570 BE *000041 MAL PAAPIETNNE ORME P. ASS 25 '__ TA. ran O. owl BE MEC N Ni Eartanv4 NoAMP NO EMMEN Awa+ERE w PPPSALAMMIALP NOT REALM m.RE. EAw s c.wu ,r«.. n PAR u, ao,.i 3. MAP. MUM. PALL OE MOO rv. ` STEEL N NA BE SUPPORTED MANG TENPrraa-REN m MM. MCC LEP ALM 3 NCNB mTEn O. AN 541554115xoIm.YA401 NOT 000E 0404 20 ,04014$ 111 ufe .' „aMtMiwa. 45.57901GCNITIPIE *cwsox rt- ma iWuia ae 57419' as MEM. wt. e. 010 .APA0A00 MORS. 911.9lONANN ne1E R. TANNTLE EpLow TPE TA a 141E memo . 011410E Taw To TEE Amp w T. up gm mons NAN .O.LSE Toc0140 MLATIL [LE sAMATS ea.n*Mzmu TAMES . PAP w. OPECLEN NAME NA. RCTn4 00 K .I.rn ENNA. WAD MP Erewas. EMS. KREPS {wO.NNmw SKATE UP SEN. 1/0 r 157 CENTER, OR APPANE mEcurvrt mlooane REM TENCPPIE PLACE.. PAM Ta 190.1 54504.14 115 .m 4.1110 u .»m�nw NAM G�GP SLLEML OL TA vu w scam s.a. Lamm Am TAMA -tea CCA E Tom"�' �tY mom.AMEN IP PEE =Am I1,A, \ / 41111Ti51 Al. 570E 90 .110000% LAMM MU AMP 541 TOMO. PPE SWEATS nr se..Y on, ;roma 14117 wa S&TIOAr a wN aE reTar we S 6 1,4 41,4 MAINNEAT Riivs3 tacre>Jm 11P PP AT. MIE 14 14.11155714 Am ▪ mu N IN PNO A LP OA \-ONE. 457.1571EE 1541 OD CAP SEAL DETAIL NEW CONC. TO EXIST. CONC. L■RBAH ENGINEERING _II �Oa ePl je HISCELLMEOUS DEALS .SNIT 8 a57 45 WTR— 434 ter MEC a alma arr. LOYLRETE PAVEYEHT 7 PROP. 42' PBOARICE PIPE ExtSP. 4' wet OLEO& E]IST. 4 P.0 SLEEVE `Dusr. 49• TOUCAN MP} I 6f8157 i L. norm ifr • ` Eusr. a2 or111104TE «P) vas 010 �ew 1;1 9YElr YET I EtlL _ /I 1 •, Y.' _ E%IST. 2• 040 POTABLE 10020 PROP. 20' DOLPL ROE PIPE PROP. CONCRETE PAVEMENT PUMP STATION EES-. r PPC `WAPLE LINE - BEST. 1-1/2' PUC 111PHSPORAP R PUMP STATION PIAN YIEW -1Tl2iW t psCvm Nin P. mi rwe wow. ono on .M.FEEd rod OW wow, pwo dworo EIMMILHOSIMAWIS EVE 917 WM 991,9 1.41913 9AMX M. Mill ...617C. wr r warm " r 5F moi .90 smat MXie mea Ra Das m▪ ems �.�n. Pm.,. 7 � P Nim99. L Q RiE9 AIM NC 95.9711 99799 UM 54F 501 9010 LEM QM L . MALL AEI IX MIN 9MMO MOMOM 0..5 E MOM MI 01 9wpm I. Loomed MM ,� � a MWM g WE 74 904▪ 777. F.M4 F W 111 E$ 00m 7 P 4.5 WTR-434 rm RR= 1 EDL. LEGEND GENERAL NOTESS[v.�nn 1 lE KW.. 02221115 .1 Da]:lirC GEVERA CR G'` - rc 11=e xo F. 120 1111 ENGIN EERIN 2 221.1111, 221101 vr PM. 'DE 020221124 Or .11111Z KN. 01;140I-MON NSE$ 0 ty:tYtYxtY.:tkxt:tp,g tV kx i .W.y:,� :F I. Zir ', .. 110.114 M. ISIOC MINIM IQ I # En. 0152.1 ET. Al u.K O 11 F F ' L.trs:rv,,,:v q�,m 4 �m ... s r.. Rm..� nno° 1 1 1 g 0^ PM. mmw a s 1E0.2 .0 11.221 CM Dam onliw ea I y m W Ll m.rc of J�i� MOYNE COM o O STAPLES STREET PUMP STATION - MPROVEMENTS MECHANICAL DEMOLMON PL4N :E lor f/ - o al •,.,„.:,, I 11111 R 1 naw, `7 }II{ HEIDI '� LJ� 1i1 1 LJ D,. II 1.. El,W LE 4 KEY PLAN N MECHANICAL DEMOLITION PLAN GFMHIC SCALES. B a rnIMIZEINIMME 41 Y ex ,e e LIE. me ,m snwar.as LEGOID o s wow mono 71 Iliir---r----� 1 1 L___1____J �'�i.�� 0 ww e, 45ibZ L p _ aenme a, .mcr. 1111 ENGIN EERIN rE .. 1. I 1r NET PLAN nE anbmir Rearm Ix m, es.u..T.N r®1® GENERAL NOTES . ".rr.1 I pl■JI■ ••I■I•IN•N UI!!IIl p °a iim■Ip■umIloslll®dfjp 1■11 € qp.gi . pm e KM., l®I■■■■■■ Ilr■■i�lll F 1 "" ;a ■lig ■■■IN 11■ I•III 1 p 5MD ro..� x _ �I},■I�!`!I-1!-5r i AVMiNtiMMI_MIIIIIilil7 i�as�iei�ll® , n,.r a :, 31� „2: .....3N,,.sLrE E0 k ■�■MEM■MLNMEEIM EM=Mii mNSTavcnaN NOTES �ME�EEM.EE.MMEMamam ird MI �.w o amaans� I I �i n _ f . r °mw„s. err.. ara =tea --• m11 I�■� 7 ar oR 1 3331 WV, STAPLES STREET PUMP STATION - MPROVEMENTS MECUAN7CAL NEW WORK PLAN — g.,11- g FM - . - 1 _ IC .m 1 I�� A,: .rte u Cul. � 11.111Em w^XV N El DKr , 02 CJ :w Dom � gd p 11 gi c. ■1 ■1 I • G� l �w .: 0.133 ' WADS Wi9.u...,.,.a�ON 1" N3 MECHANICAL _ NEW WORK PLAN itPg GRAPHIC SCALES Bath. ` 0 IT iN wa.ed.s. LS. .mIOU 322620r.01 R / ww wu '� a..a +OiID ae F. tuff s. N� aFa l -w�xE X=,'■ ru xeua W °N11�" . IYF ro. inn ma ia 1 - d'i�l wo »nc ENGINEERING __ _ r riura .01M me ux rmvi.w neeEn .euw J= �eY6� urf.5.w.. vtiramcm Om or sO FLEXT DUCT CONN. DETAL EQUIPMENT PAD DETAIL 1 + ] CONDENSATE TRAP DETAILVALE r 4 1 9OLLARL) DETAIL US. IQ SG. Kra '4) Manitt Os COPEW l IWENZE OF O'ENATIOtiS (I'ACIAGEO AP FOPLING NNIE, 1'..H4 a(RFN .• .s :21......... um vtmu m.... as or... a mot MOM 0 °c' ewe .H Ms MTE. »N: Esme.: Pnro LIMruT ..,1..T. MIL MP P.M AM.E nro.nr a / MM. 1n xn"F ... �.,,r•••.,.., r r„ 'it 1 Ow .. tom„ ci .c. ...u"'"F°.11m1'�s.°.c""9RP .a»<. onmunrnu. w•a Po S. M. 9...1.11.0E RI. AIME F n - MM. MI MM. MM.. 910115.111E.MED w1 i ---4F 11 VIMITLIMMIVttt ,.. .. ... yMl tiBior PM M. 1..11E 9.1. Rilie env. MS Veal n no messomx mow mato too Is mum MOMor mac muzu woo®owu «a 01. m1E 01.O emus Eiii[:E,eceeIDn"•ri°i°`s�¢m.1EEE.xac.w "60TH="` 9fFMr[w°.nc T �1 rx V/.>• / 0 iii 1111 ores out. moms.. o is. :enn inx exw "" DUCT PENETRATION DETAL _ race s. NusawsxTx=ar,�.i.,r.w.c9uaH:.wnmero.E _ T°T 3�- _r -r Usti ,.... .imiH'�'w"i.,ec,Tu. IMF �na0 EX gage mance``s�i°u'rc -re: IE4 . morawe aE, ar. 119.6 uc...1 Tcc WM. ons 0 L 1 1 x�x rc I 2 Q Ei Z w Q � w 4 141 EL L7 �u o En -, U_ 2 tang v . w m ax..nm Iwo Mun �.c�-1=� Mai raT l: ==T le Rope TB0m uTE v.rrn MT AL .e... TO PLC v. s-WFTEwr na Ernie BM ruu ° °' I I ^ ,< 4 II mg Fent 5MIME .:N T.T OMTE oAT, RED Fe .sac aw x .e .Fmenw wMP MEswc "I`"" "" ma »m. Tm FTw s•� - u _ * itv. ' DR -USER AND MLLE SCIiERILE ` 1i, ,": i E__ -J C f —I. I'll 1111.. ms. •° I10 DO -.I0 0010010010al0oIOoIo[7IOC7 � OOIOoIOa 00 �O0 6a anx ... a�..0. �. wa,sT C a e ." °fP1�`. "" "0°" " RIM ma IMO KM` PAHO LAYOUT DETAILS . i uc wi AR rmrm MOOED M HFNOIJEG waac awarr uNr SOHEDEIIE IM MT. am. ELEM. OM xw® r --s• I ..« :.aE Mat IM MEM W M. .110 �"It. ew npaia Mor rn DRY y,WELL DETAIL sm. T xAan[kw. 1 F. FM mon. mt. ....01. MIL in. no.. E mi mniao rm. or moot S. MOM P. Pr OF M.11 Ma womEEDIER MK. (MEa moot moor oi nor Aim ma. on. oo pommel -."•,.a., m• ,,.,m m.a....T .s SEE. r.EH.,,.m.eE.T Bath 1 {] w 45 orEUD� nerrois Aa ° WR -434 POIF MOP vxwaTET smx e. .Edm MEM 01Tc:..>roR1srat ... ..., AM _UOMBECI ONELINE SCHEMATIC PLAN GENERAL NOTES ..E-U .E I,..-A. IFCEup oklG lab � P n martnwm own I MEW MP. 9141 .4105.11 wl3 MK .. GAMS 41 M 0.£ 1vmp awn RE WK h..na.1 far....1L3x P1931 Aifw1 rz n. wren — [.l'� w n mama au z nwm To la momosamar ma.. dame. ,n wwuw[w. �w m a5. T. macs a mmnn. Mr. 1 ,11.4441 x3N.l41.311.15E Fi MIK KTE. KM,NOM. ....c axw.c..,..o oorx. s am un ......x m...-..n. cogswcnon E. m i"1vm sm.130.3 mw. mFx rxo 1M11•5 ad. Ea.. wo manna 14 To... oda. ,....u114 Wort 611 EMI..wk rFW. in Tc Rom m ... .aa . . 05 .. ex aw w. «q .ry •� a�w xnu.n o �. H-I" ar..44irandat R.I:YL r IME x.M DR. �- "............. -..- sate al¢ 01...E.' a _ _ az•"aeac..feewix —w— -w- 851 1 azrx - -• - 4/5...955.. - • • ' - x310 an -T[.-... 1UU4OE w15-f -..- R. rot-.e[ • # a.. 5.100 L ".''.5..45P3S 2w x w11o11,a.Qe L l Q ,x ,1.T p rat saa n cram .11 0.51 ® ...M........... © w.xu a ML eta El °0 "'" '�` Ma.. TOmms o 1,0, T15 PRE ry a•�rt wm EN " TM °P '1srt1 " �'u —gininammomin - +5.15 To . 11543am oarr _ FM SE Ma 2maloulw ME ORR .5 T MIflEa, =P'ta4m ' -.'-f[SHEIc P�91E mow' l�E o¢F„ ix �� xa•..Tmm- ,.n,�,.e n.,nna� I oma, ..- a ■ fir" XO HEa.i y Ai.'w. �a i xlrarrex ILE ENGINEERi~ •kwP€Kz"+Y r IS�J,E&Te .S.. $ ITLS er rt a_ .T. w' +iRn nE SMo ox rc�caoaP nac TWEEZE � ' ^.. F: ^ ten- F-v, ... w.�mnm ..x..ma n.rtc.-'1.-.- .IY- zc aroma .wwn nc. . T....a d. 15T. n 1z _r_ .45153 m 35 51. En.a.o + F �- M. e�LJ F wo m M. r„ e _ erg . H>H l--F 'ate'fr .w,. L n.. J 1�c'"rnan N T 1161.r`"' ., L -t--•-0- 11.1101LENTa - '� 0[ ,..-45-I u,,. kn.= rw.,,w or--rt ac.0 `fiFQ%'i xa .aau m.w xmr,m = a.m. .,..!,_1 .seAna.,, -]F,.„555,...,5 w.a� w.a , ,„„ ® � .,.,.. 0- STAPLES STREET PUMP STATION - MPROVEMENTS ELECTRICAL LEGEND UGHTINC 0, ra .5E0 Nrrgmn ----1 Txii.s 8 xx,uawn:s. MR. EKE La.. KBE -51�1, ROTE o x o Tex um roma a raww °11 RME c n1 .•I ® a•waiw. rEu. 1 .1EME M. 34141 s RECEPTACLE GENERAL SYM 6OLS HEf. I Mna.. a vim z3. NI • .B. I. Er �wnnRoam .. a.rt. mom .,., • Rad. "n au. ,a,..w. comeo n mam 3Td1.1.1 a,� .a,1 ,x,.33, ." .. w� a xala'" �v 0 13'1 TR. T. .. N x� .M �n, ■� atts DEMOLITION SCOPE OF WORK r.4IT. rctI xxmxu m:-. v°r,.., urt. •xwo GENERAL NOTES e r i ._ iwmrt 6.96ri 61916 9. MP aPz n 9 ,96 99E9.114:2 ¢ xlrarrex ILE ENGINEERi~ CONSTRUCTION NOTES .. ai[mrcN 0 �. _ 09E TO EMMET roan. mva IllE I 0 6.1 Ex19. 961999199 99 Esa9l0Eo 6,61,6, LJ qVIII � • HE[IIIIHIIIIIIIIIIIILEf11,1. R�i 5.5i-. .. u uarc.r uo w.ce.s ..N .., 4 hm��°muc 6voa am 96£ Tux T.•9999 E£ 19691E9 6E06 9r• 0. MOT xw nba,91 E01 R«� � ��� CI 10116E rerm mon sr., 91600£ PA 0E9 ,10, 090695 .© —c wiriir c civ { eaou s o 43 ` STAPLES STREET PUMP STATION - MPROVEMENTS ELECTMCAL DEAMOLE QN PLAN �.; •ten. .I .—_ 6w- . PC o 4 r� tor.of a I air / 1 AauF�I f1 ❑ c �. .� / P I III -II--' R vUUUU QIIIIQHIIII1,II� I 0 I• 1•I .1.1•r II.161x1•IKla lxlx l•Ixl.l•1•I.1•CC NL NE1' PLAN j� ELECTRICAL DEMOLITION PLAN GRAPHIC 'SCAE r R nUhla N4/ r RHE S/16' -i _p r P JO P R_ • r < e- b u[. Ad Im 3396991.05 SCOPE OF WORK . XI 0,317r X. 15 ..1155111.01 ro.r.111.V1. GEHER41 OTES 00 '511 „ I I 1 1 1 1 P.• MA.E5i=4,:555. 5.. PM A WW1 TO MSS MP lit WM 1117611 6 61•71.6 II 06.46 1•6I essareese ma ocesson noesnes WM., MI...cross s 1,64.. ;6,T6•6•TO ,606 90.1... Or RE ff. .1 . smOSS re OE OLOSSE, OrOnso SE sortoscras si. URBAN ILE ENGINEERING WISICIT+PIZAT= . sorer on MT 11313= 63% LI61.111[6•466 ore 1691.0 ,. RE WPM I... 15 MEAN. 07..-rOr 95 OE E / M , I zoo.. MT WOOS 1611 MIST •16.126 OKI 66 :roan . .E. .151..E .2 nPnnnnnnnn Ex, mENE an.., ii1 E' r, iFm CONSTRUCTION NOTES A Fl • 4,.41, 4D - tr_•• 12 4049. 1.4D MOS ....mu KEE. PIE WM 505-r 17A. 5.5655 00 43. i . ' L 8 0 ,11.i. 1r rt,g5:5 1.15... NEE DA IR NAP A HEMEL id& 911W 1 ' ....-515415.151 1t' I.' • / 5PO 5015.125.511. SOW. - - ares Wag ea, TD IMTTR MAIM .. MAE 15TRO WM 1155.61 M. OEM 55 KO • . • . • • • Ei • - - I- +-1 4D d• cerirc ''''C. it ..11... 121.10.215 qw .51,155 5 .:5 -OF.- REF 935515 0 1.1.411:155 POE. 11 EC. O. 1.25 A.1. NC roll , = ith.e.. ili,.,-;01 'I 1 13 ' ® — MEW APRIEL sr.. 'p.m SOS . MOLLS A I 1,1' L .r.,r' (.> •s-uef.X., wE 4reTerrs,=FLe• ARZE-r513.5. , SERFE - _ CD 215 1 _ _ .... •' ti .51510L • .• i 4 1 I a. 0 0 LC ) .; 1 •,,,...3 j Z."" 1 I I STAPLES STREET PUMP STATION - MPROVEMENTS ELECTRLCAL NEW WORK PLAN E all'a iiik, • , ..: L..• ,.. 1 ly 1. 1 le ______________ d . ................ ....... — -----.-\ E3DZ,---.'-'- Ca e• • -ril7,—', .‘' ° E . • En -i...' '" '''' 1 -- — 1 \ —,--';‘,.OE illi .÷. 67PCCHIORRE E [111.A0. 1.4fr. lirt..-0;:II 1 D :. I- -F-t- . , . _i ;. rif._...,_ •1:-. N - ICJ -.T---I'LL, •-_, J Z N, 6 ',1944•Oa.04,• CM • KEN' PLAN ELECTRICAL PLAN NEW WORK GRAPHIC 'SCALE IR ni Ill WALE: V, 6.-V-0" N4 0 0 ...- •• .- ,,. ., .N.-0 ILP R_ • . • •.•—• 1•=il "'Tc7PY.1721"1"' '''171'11'""' 1)1. AMAn 3.31W41,113 GENITAL NOTES en. mexcw. sumo, w ,'.i�. I.ii. .10. I.i.. • /. 1.i/. O. .itl 'xiCr.�11Kr IL .Ek41' ._.. �'%lilKr xlrr_ •,ICE wui i�E 0 0 1 EWE CHB •I0 0..0 F> a ��F 911. w An.) wHE Off CONSTRUCTION NOTES xlrarrex ILE ENGINEERi~ Fes_ q� 1 u .. ow. ue ORE iup 1. ,y'Isrn PE sFY 161IENKE .1.111 :7. cro.._. ixrx. .. nod, nwn y __J� .� �m��1� rercz II F°"4G� 4��wo _p =Il Alt 'iL t ..ISI AWANtOd Y • d ti N `' uu = 1111101 . air LJ M WET!! � I D I lit. .ff.ff.ff.ff� � STAPLES STREET PUMP STATION - MPROVEMENTS CABLE TRAY AND GROUNDING PLAN 11 V 01 per__ J 0 CI '4IV PM .=-I( )1T I IiM■ I 111■��■1n ❑ - e E. o.vw on '. .. Y_._ �� N nl1 P. k:9.1•,I•1•,I•1 II 1•q•s•q• •I• ,I1 ale....w. I's ••I.1•,I.1 I 1•:I ••••••• IMMO:ft 11211 ®.��••,....• NL EY PLAN ELECTRICAL GABLE TRAY & GROUNDING PLAN GRAPHIC SCALE R'-� 1-1-1 o r r v+ —r, ur. u91m 331War.&s vxwaerts 0 i Gin xlrarrex ILE ENGINEERi~ OEM o 1=1 =il ..-. �9r 0 0 u 0 u ® 1=1 MI _ —'--- —ME ."i dg A WEST�%WALL ELEVATION DEMOLITION EAST WALL ELEVATION iOEMOLRION �7 5Er hr5. 2E'1 aALE: u.T.S in 1.31 roxii cm nay El MN PIM bili r // lm' \,, 1 1 id+l ur Y4 ,,T C4 Nr m: IMIf p�m 1 IILL JIII NET nnin-I 4,-.7 PiiiR, �.a .0 V. .sI .a I'' pup Rif iiiii STAPLES STREET PUMP STATION - MPROVEMENTS £LEC7171CAL ELEVAPONS SN£ET } OF 2 F wfi artn y 3 — siff B.11.1 F. WEST WALL ELEVATION NEW WORK / p1 EAST WALL ELEVATION NEW WORK C\ KALE: x.T.3. 9�cr. n H.i.s C;) CONSTRUCTION NOTES V muerm.w..m n sv..we, x, i u.m1 ; CI...... 0 .DU rE MiMimi iiii� wtW' Lir [este RIM RA n..= .I M. ... SWF ewers ewe s murw ° 0.r. tl. �fk �" i ma ����, rt, Ham Oma mmn srue,n x. or. mai ow Tu. vxwaerts u[. AEE 1411 vx EEF&E xlrarrex ILE ENGINEERi~ �_ ! icy cc a� ! .... __ = n vu -- nI�—_—ii �;; u vad o o — -— dr j ��1111111111 1111111111 111111 III IIIIIIIIII i _ xo :-+11 MM ii 1 1 M 1 ! 1 uuxc. onwie MM MM EM MM MM MM EM MM MM BE SOUTH ELEVATION EAST ELEVATION ewc ,nom, -e• _.-,,: J+-= a• GENERAL NOTES nae �L7 I 'DE ME iF0 "aa. nPE ,.m DIC STAPLES STREET PUMP STATION - MPROVEMENTS £LEC7171CAL ELEVAPONS SN£ET 2 OF 2 ` r MI= dna i�uau. == ��1 ��1r�� MI LJ ELM ae Be _I NORTH ELEVATION GRAPHIC SCALE B 3 Ln . r . e eIIIIMMIMIIII LIT minas u[. AEE 1411 vx EEF&E GENERAL MOTES u[. xl DELOUTIOM NOTES 0 Q. c mo Or in ro. xwe .. .mx 0 a MIrAVrVII Ill ENGINEERi~ o Hi aO y.n fN ." } 0 f 1 a - :Y. ■s, too• ant 4 MA STAPLES STREET PUMP STATION - MPROVEMENTS ELECTRICAL ONE UNE DIAGRAM OEMOL!]7ON 'El Y lR .4'• d 4 $� :�� A T, A ). sr�' 6 i' 6 W pm. T ' ./000 fn. i ) 1 il±, pp 5¢ t [ F £ I ga A i h! } p "L �.ur atls :ra we e .. q� C. ' V/41A, e>M.+nm o ....MOUTON CNE -LINE UI . AM oe°0`r`..e' arra .11,9+m 337622r.65 u[. .11,9 1411 3.31,e24l.1913 COMSrRUCr1ON NOTES n M ,y, dw .34�', vm ~ 3 V0 1.1,11.4T ZIII4g 0a,1 li.w MP MilnIT 11201a. 51,11, TRYwr A SEN 10 051 0. 0 •It1100111612122i0MAL xlrarrex ILE ENGINEERi~ 500 6007 110 5011011 52 RC Fi p o-wr Q wn •AA Y o-xo 17.11 1 •• Y €44113.Yiaayl 4. V MIA . 1 even I i . am. S 0 D m. STAPLES STREET PUMP STATION - MPROVEMENTS ELECTRICAL ONE UNE OIAORAM NEW WORK T T� T +xn env! 11• � ( 3 4 ®•-� o.v-: ' �� wY. 6/ awa aa.. 1 0$ §$$ L. L (1 rr, - .• - rce e-rn c POKER DISPiIBu11ON CNE—U E UI AMKEEMMEMill . 16022 000 u[. .11,9 1411 3.31,e24l.1913 ' L'I--°'-''''11" "....jal K Mid 2: 3.311Milli W■■ 1=w iii. ..,„. ILE ENGINEERi~ 'tea L,�i Mm9U3 I- Caw . 2 L = J UN T 2A FEEDER BREAKER N02 .:: ■ UNIT 2A FEEDER BREAKER NO. LE ® UN T 2C FEEDER WEAKER NO. 4 - -- - °i- _ - � m p UN T 2D SPARE BREAKER NO. 5 } � b❑L_ \ ma.r vim u. �- 0 a ----. -'" .111 ii MOMOMS C� MM.i,•-uT/0..mK;ur IEFMI'•L DLcC^.w ETI U T. m no. airixn r QJ A■ lril aTs TD in Q Li � J I w I STAPLES STREET PUMP STATION - MPROVEMENTS ELECTRICAL SCHEMATIC DIAGRAMS If tif e ,�fw,t,_E,ne� L7 rii 1.1301 1.11.r.'1511M NB f3 Ts8 PUMP MOTOR CONTROL SCHEMATIC (TTP.) GENERAL NOTES 9NRE MIK.. IOW WISR.C. monisima TEMP= MOZTPAICRIM pc:, mtipmx 5200.011t Ert WED %ii:e Iii 0010 Reel 000:22 op.se 00 E 1 0 _ , 0 RE.12210f2S. _ r 202 se Kan ® W4rt :222 > o unr ryneRas sn�•2 M .212015. ���r.+.+ww.a.ffi.e. 1 112220251 2021 'I NNW .•e. �wwy� IE Sc,fN.i Bn� t z - I' Em uBW[ x nw L n•7 .... — I � CINDERBLOCK WALL THROUGH THE WALL 11) MOTOR CONNECTION (TYP.) r L 1 SUPPORT DETAIL CONDUIT SUPPORT DETAIL %41 OPENING DETAIL 5 PENETRATION PLATE DETAIL (3 0 pen 111112.2 ->'''.52.2 pee. 52,205 t".1)il, STAPLES STREET PUMP STATION - MPROVEMENTS ELECTRICAL DETAILS 4252E 102 210•2 iZ WE. NEW ff1 ■ _ nweioe MK Mena wn 00 x: uvu� .0 • MrMfwd 11'ro'—-�. ..Is rorJiFc 160: 02 .£ OPT. ,o..u£x im 9.1? ! nr.rr.— ...IT.issw n`us I SPLICE PLATE DETAIL FRC 00 21,422 020 (1-1) Mr 1520 �� 520.020.2 0 0 ovlF ur CABLE TRAY SUPPORT DETAIL MIM. Decamp x.n. 0001.2 CC en. 0002 0.. 112E4©, TD TYPICAL CABLE TRAY ENTRY MD 050,0210212110000E NM wnc MT 2E202 5,2roc or .2.2 .c2022,25 522 DR. If 1542, CABLE TRAY SUPPORT DETAIL 5 3ae+c22+ RC s 12022110 w+u ouam, DN.. WS liart 0 (9) ADJUSTABLE RISER CONNECTION DETAIL ems ..... CRBLGCONBIRT SCHEDULE nk11f+'Doa s - Tern GRE PANEL '1.1' SCHEDULE xo.11110 rise FROM 70 001090.118176.171.WANE oxo RM.. r nor.,A 2000211.0,a, 92.70.0 c .w.a..,. NEW 1 wss.�m J 13.126.ifErxvTC$ AC - IDIOM TML Lime Lae -40A91.0. 0 00 SERVICE 120240 VAG 10WEE. 122400t.1-00.I0.as r rc .....7, .7. -x7'" ...OM. 1 .9.•a.. .. 4130.11 MM. ., um m A ,a �� k .r ... ... .101.110. 11.0 xi: .uew+a.N a 1v....E. a 12 ra rag r.err 2112 0.00012.20•uff uorns xlrarrex ILE ENGINEERi~ Id NI le. 201. a . 111.11 LINTS :2211211:71 19 1111. 00609'm'a 9.9 212.0 0.91201.0.79 00. 10. MAW! PAW 1120 I No 700 - .xx,.e. 11 xx>ti66.N.;iw.Ne.,wn .w,...e..3... 3..3........xo,a,..ZZ..,E.6..w. Q Y•. 21 war 00,00 + ar ,c .,,: Mr. arortren aura Me a..A,w .. .70nEeew.m PA.E „ n ......a nw.e M. m me rem.. .. . x aeawe r2 1.. „r,w.,.. . n r rc RC PANE .... . .106E N0. I7.11nk10 wwesnw,eroxww l { - - t ro,.S 0.0006701v ,e uPAx¢ K.,_ _ a. .r ,c '''''''.f."'":"3"n 0.11.........2 new ,.oma•2112 2E11 .11.1 .woc ns x ww ww+ MCA . 0 :v,. .,."„e PANEL "L2' SCHEDULE nor¢ ..Iso 00 La 22 RC MP vxnEwewa 0000.0•210 -wpm 0.10111:14sorsa-••V•Dgyw • - T2019.01.1460.0.VIRE rtn rum 111211.111. 21.12 IC 2 NW 000•111115. MAK. m 11 222 rum xa,n...1.,,.xe 110111.100. M.onexa.e,� .•0,� s a : .411M00 STAPLES STREET PUMP STATION - MPROVEMENTS ELECTRICAL SCJ-EDULES x. .In, ..nws�e,�, .._,a. ��..o © 11 101. or ,..1 E..0,� 101. 20..£0120 ®Joa ��®o a W m 1115 106 E. PA.a 1112. x..a. I 12 . awn.1.0�... ok PAPA Q le F011.1111 1111.1arermenew., we. ana 111.11.111.7.111.a.1 'KZ n 11 KZ Mar MI ;. werl014 r11090109. n .,2#,wa NOTES " , - wEU.E. 0...01.090CONSTRUCTION PA n .e. 11.21111.1.11121•1.1100 N 60212 nen �� sore n 22•12 WW1 w. rsw.W 00 0 00 mazne x1 MTE 11 r 11 ma ...0 wmrw.x, rue.1.12100n....v101wwcm. Oy w su 0 2... WO 310E a r 10 nc PAxw .w..uww PAKla. 001 .xrIvmwmo-wa 0.9 d .s Svc MINA 1141=WV 0:0..40. aza .110 0.021 01.251112 2•12l2 ar....0 0201.11 0.10020•01901 IMMIEMIll VE Al xR 017/10040 GENERAL NOTES NEMOUTICN NOTES REAP kV FE...MI. . Z 0 , , T.mEaa.=E RIMED New 0=:i nintetTs'Amn= EMMY PEE.. Er NNW. AWL Iml.f mn mu ML 1106 ENE ..11 EmmEBE . MUM. mE EWER. M MEE EM m m mamma. m Elax me mg ormi mamy Is mEmmEm 14 PERK Mr EOM. MR1 WEL E MAPPER . 1E2 03•11.7E . IMO. =13 .111PEO METE 511EVASS. MP ..E..E.P MIM. EA, WHEN MT.. MAME. MAI ENKE. Or Er PEWfl01MTPLEIE PINE If ELMEED PM 121 WS 10 %EPEE Ea.OE.. OMB MT. MIME ml . qlk AP NOTED Ex HodE LE .. DM 1171,0605 . 41,03 MEW AK TA SE 1,14E0E0 TE.u p,PPEP wM xlrarrex 1111 ENGIN EER1~ rsEEO +csrman I`..._. 7.5 MG C STORAGE RESERVOIR o m _ qaa. •PWP ' „..- Of �� �, E� NAP srnnai — . 1110146 CO 01 W g. 11 illifr III STAPLES STREET PUMP STATION - MPROVEMENTS fNSTRUMENTATfON SfTE PLAN—DEMOUTrON 1 INSTRUMENTATION SITE PLAN DEMOLITION ilt r b, 10 9KOLE: 1'�'-0' OPiWHIC SCALE o,W...00 20 2 X10 rh N �� AP 311162MTES OENEPAL NOTES SCOPE OF WORK I (riA111131 11111. RE•0 A1] HE PAe11•R 1110 1-E SC:PE OF N151t R1731117 Erc. cr 47N P7 A. AcArr 0717 ri AC MM. +1)1 ALL 0R11111AT SECF11:111,s5 55LE) 1111115 MART Fere TO ETesT.OF 1cesre.1(4) i. Pwrmmm1574 I.0s.vuw1L4 0:030 mumTm.47 354 w rwc. aaxl{ INSTALL A14) TENAME AS NPx.aR Al_ 1Ek E. i Ktt 105451Fu um 1N0 melee 141 cd1151 CNN 100 CCM AN. (5101)444445844444114 ::;:ECT SFE FICATE3 A1] 5004E OF .OHS. m 714 3 3114.3. . 345140 0E775 .0 PPM KM. EIS CAPE. 111E55 15 FRTRION ea0111,5 x€104115(11151 aux itt NxT u ' , I. x EE. rums., SIAM EMIT tt ALm/PN AIX :VIE .W1 n 141.0 All Iw14 RR C:r. Fv. a I:u511ETE I0W1)1111. 1NE 00.1111)).'405110cIA.PE vtt ,0C ALL 0101115 4Ox1¢D TO MARE RMT THE DARE 315101 5 OTC WI AMID [em Al E•41114 (T..1u F'. 11)111e le pAELLAH E ME 0NC5HIE 1,443. !LOTTED 0 1'.. Te' sTOar.AAf4) NAN 00EFS/1011/1100 1EW954E415 PEA eeelvee 19447133 10 xlrarrex 1111 ENGIN EER1~ 3.343.0317 7 A-E 117K A. 511. 6)1111415..1141 IN'• *DENT RE OCORERCN OF 11511 AS 1eW1G. SHALL OE 01Cl)H010 THE ENCIEI 1111ENRrN 115 oCENITIALTM .. �' L ALL e N6a 113 ANO TIC xmA �141EN 17. 5 iWWI 155mM AE --..•� NOTES TO ITE mNTYxTui H' 11-E EHHEE k. OXEDN1114 ALL MACES sell C6E? TO SCHEME CHYLE NN]E //[mNSTRULTCN! L/ Fsat Kw0 44 0 ME PEPIEC 0-FRE s.^IEP.IIE Tew"PR YWL � x " • ! • lu1Ei/x} .ee AMINE MICueP1 a+0 NEN Ira • • •. • • EaQQIIaII II • L� 5 i1Am jrcf.F4_ AS HOLUM de FlAre. CUa5))0)4 FE NEER TER1437175 IN E335710 ETA MEL .BERME AN, FflOO yay" am PhTa THU EE FE13. 5. Pa -313.3 p' la dl ti m. w 443 ,11•1 CD I® x rilIAAL 13.E173 RI, .6 IC 3E rirvq xc m x14 ... - Ell. p p p 4 C> AcE ANT gm lc mtY ao[e+,m .EA 0 sm. 10.1,101i Mc EMMA EL. K...tt.r . xa..Trel :M V SI SC I 9(13115 =:J d .rte w •vE V EN.,480%1 1001 333.7 E 110.4 G O :II - el o rl n31- p ❑ ❑ ❑ p M STAPLES STREET PUMP STATION - MPROVEMENTS INSTRUUMENTAPON PLAN — i}EMOLTTION -'11=1 -. �,mulrE. •i 11111111Ei1 k#I. 1 HO _ Pili 14 ❑ ❑; 0 I=1' . tin 4 aaaaaaaaaa11a1 E , 0.44504(4(404.1.1•1•1•141.1.1.1.1•1•g i _� I AdillIN/ J j� INSTRUMENT PLM DEMOLITION n II -/ ' ? E01111 5/+6'-i'-0' GRAPHIC SCALEo r 43 w Ar rr ......L. r VIa-ea • uF. Ne Am 30115)41.441 GENERAL NOTES CONSTRUCTION NOTES .T ex..wnros isueu em m e ro n r mr:narnuv. '''' n -r S 1 1e..m .: .a,a rs ..-1... raU ei 111T O it sxe ET 1111 1r O E d swr.. ...... mnaemw i...sm axo.en ..0 merx..nmu.x« �awnrs um «IM.EN v , u 1.11E P.M, ollSol. 'OE ....1 S1OLL ofsf WEE . silt UWE 1011 ... 6.11SIS MR Is oEis sts .EL . n.RE. r 0 xlrarrex 1111 ENGIN EER1~ ES Auro EMS A .� — _ VV. ILA ! 1 7.5 MG STORAGE RESERVOIR J atlE RN niEr I ,, 111111Iiiiiiiiiiii STAICri NI •—• 01 W 4,23 4,01/#* 1Gn� C1 a� STAPLES STREET PUMP STATION - MPROVEMENTS WSTRUMENTARON SJTE PLAN NEW WORK 7 INSTRUMENTATION SITE PLAN r R rill n it KKOLE 1'�'-0, GRAPHIC SCALE o,a.0.00 20 .. � INIMENKMMI IEE Aid Kl 0311.91.1 GENERAL NOTES SCOPE OF WORK CONSTRUCTION P4OTES 0 ....... .............,................. ME. RE. 11. KURD MM. 0. • ....Mt ....... 2120 lo RT 1,71.1“".I'AL .7244....,.7nrax4o,-, - - 1. 12.12. .. 1.1211 .• 411..........1.12.1...0 ...MI Ort. lE WO .. E... cc.......1112E ..T...E... ........ Pd.. REL. N. To R. 1.....11... I. AL . 9.-...• mu am. ..... mt. it 11191. FAY 19 119 99 41/19 P4C WIC r..... ....26E MI 4.411. ,T M 21110. NMTRE.T.t. 2., D .121.1.1 . Ill . RM. ....1 MA 12.411.rt .11.10 FE 1.19.11121 .2 D.P. ' -7.7.71. IFTERaTENC-171 2 1,11,11......ro vaw . 14.1 RS. I, MED 2.1. MN .2 1.... MR .........E. 16.6...6 12.... TERME .11.3.2. Dm= . maw. imam, 91141 MAR . MN. :MANZ AM .111......ER ORD TO PLC .... Ni..2. 6 TO li• DR EMS • 1112. 1......WIR .1.1. NE ..........11 Rm... ...WE 1.1.01. RE ...cm R. 1.11£ ...... 1E. 1 1.1,11. R. T1.46.111265.6.12. TO WO ROMIRED .. 1.14...121 8 IS 61..111,112...1116 lE 12.£ 5.112. IS rt.12111. 1. h. hat. 111914 it ....m. .2 119 xdo.. MCA NC. 1119 L.,. ii-,, .D sawism. wom n .F... a.m. MI A 9411111 191.. 11:9399 warm moon.. .... It.T.D. ...KM ... 01.11.6. . RE.. • %%DT .951Z2 .421.1.120.11.12.2 l• . RC 120.11.61 .2.1.1.1E N .• WW1 R.... MM.. TO 1E• M. .... A AL /1•119111. I•119 v. REMT RE 6W1112.1.F.., 1..........162rltERBIT.. iLE•BUM RIP .117 E.501.1.5.6124 RP DI K... R. NNE AIM 111 9.4991L 199•191101 6 6,10 iD m a.m.. v.. ....."20.1,1. 42. SE ..... MUM 0.11.11 I. 0 RAD.. MK. ....... 9919 Ron. 11.119 Rm.. n. awe Bun. iv.. is. mi 1111991. 12119:19 IAD 11)11111 ...R. •111.1.63.4. RR. sr, lE colit1112,s1,...11 sE........2.: 0 MAW PM, RC R .11..... TO rtk JO. 6.1.2-...... PURE ECM. ................... az m . 101-1119 1•119 1.911M 1491 ......................, a., t• .... ..... • .......911.. sm.. Mt rum 1,11-1101 MD 41,-1.1 (7) xlrarrex URBAN 11 ENGINEERING .alr:SARM=ITZ ...IDRERRT UN 11919•191 11 1DIall 1.2 maim it . pm NE= T.T., ggigggiiiii.-w ... Ali - 0 r].0 PI I IV I El NM MC MI6 . 111:1029 MAR MN 1111 LW. 91 la r119 MI. 9 PR ,ME ........ 11 ...RR 1.....rt • .... Mr. am... : ,• -• °--------- r it 1 .i.-.4-4 L- 1 ill , . H L .. • •,_ .., . MiliallIIIIMIIII= = LI 49 .: tv PI . • . . I -T1 e•R: ... • - ••• ? ' • . , - •n :1 '-' : CM .2.. kti ANIIMIEW.=• === . 1 Irul _. 7 _J mg . I I STAPLES STREET PUMP STATION - MPROVEMENTS 1NSTRUMENTADON PL4N NEW WORK Vl IVO all =' • IW C3Fli ffamml:1 On - 0 C , : .- ''''' : in 4"r Pi at • . - : -.01=1M,7 , z 1:-• 0 w,....Tvi • 0 , E •.•11.111W . a &PAW El .] 1111.11111L4 ,2r. ' PENR4. 1.. • • 11 . 11-01r. p ' . $ 1111.j 40 • _ ° a i E arli-=mazwere ,, 5,3 I- E =1011:W3: "mwriirkirdik EC =-E: _ 4,- - . . • . , II Ai. , : N., 11 arms. ... ... / . ... . • . • i ....., I \ STRUMENT PLAN NEv; ...v.:: 'II< GRAPHIC SCALE OLP 111_ IN e SCALE 3/15--v-er ,,,,-.. 1 AAJI r Wr, 4. • ••••MM• = A 3.31W41,03 u[. NR 1m 3311109333 • CONTROL PANEL LAYOUT AND BILL OF MATERIAL L UGa rt E xxuo2 xyc�0 u,xi. 2.2.069 c 70.2 052 31= ! ggg III gg _G.00GGGDDD-_I � � , k ,6P...MOW W 9. I.N.PE sa=M - #�` 1.26E3,r...1.2E6LD ,c I: .Cwr 01.5 : .0 FEED E24.6 3029 _ 4.7 - 1279�,.G1x. 06.62RRO0 _ I-� L4�� I� L_i__..II ®` c«1 au� ,;.,...e, 6,,, F� 6Pww mn a2 P xlrarrex 1111 ENGIN EER1~ 296. 0xDx ,P= E_T a� 06E-1 37- 11.15eC-ICI., '113,M ILTIIMG` ,72902r T2211 '13..6 MiGNFMAL 2.9.60022. 22.2.6 090 -CCM OM. 71.07 2220-.001oc,1076. 700L cur 96.0 I.7 20. 30-0 T = 2R.- R - , •• 1120-1120-.20/2 , u mm.S Pnc ID. U,1•w, v.RW21 mwr.qa .�waxwe. ® .YOM 6.mx .._ uu 02 2.0Rw 12 .H (672-9.206 a®,wx, nncx am rac z 62061-2.02 3t Rs025-cura .4262 0.042 21.042 Rr0x nruwx n� sone. F .2.4 .............. ..... AAAA.. AAAA..: z+.TS 12 ficYw^i®F0 TE7.L 6.,. 6. ORD FLUE ..,LO. N..mx-.n .-.^22 _ - .. _ 12219 Dom .ii,,i..0.0...FEW1002291.24942 A. 21.22-72.2226 66..x, n.aG Pa s2, Na. .,.��, ..MOT, * [MI ,ow.LL am. 0 ' -[,Ensu - '-y'a b .n.m,.-1 1 0E106 41 311 1 011IMI sews 31,5 i,n-aaE m.1 (3 HACA 51,10. 1.,964. COS 190 9 6T5cT . wPs 1.6) 16=M AAAA AAAA AAAA. AAAA AAA A.. AAAA. AAAA s .-1.110 '- .SOCE On/II w COM .1 122- '" wM MsrwAn 11.12.9 E 211 R¢ OTAawO N ,r Om .02 - • Nri OU.. runuxx MT.. 0x0 20699262.or uurt OG 11.41.I. mw, UM, o2ar, ne P Z q. C1126-26, c nFo-H�B. - R- 11111 ����i���� ® t .621-063-7P-1017022 US . 1222.506S 060 .22EFNIE 26 2. FDE026 0..1 622.20662 .010 CM DFITE 9.20.1.0 P. .YPEw:OU. FEwwPL9E NI w, cME 02.00. FINS RETIE..MME 100616 s' a Ne -00.06 n ac rlm Irl LOOS 6, 22202 26 62.7 0 w. 2- • P 02 .Aa Dame ADD. 0.2962 Ux clew' me o.- 171'IV ISI414'171'IV ISI414'171'IV ISI414'171'IV ISI414'171'IV ISI414'171'IV 1 _ 113131T1,1„1P3�P,11T11g1r�n1n1.1.13,1331351.13i141143 M. STAPLES STREET PUMP STATION - MPROVEMENTS STAPLES STREET P.S. PLC -4500 PLC PANEL LAYOUT E.E -L •.:TEs CGnT4uG1100 NOTES ' i••'TIP `.HILL RE/D RID GE 1H .1,0 NRH THE SCOPE OF 030011 AND ALL PEP.mNElri ^ TRA•GTOR 9YL140340 L E HC IG'TN-L ALL NEW ENCLOOJRE &GNPAPEL. PLO EC/JP/ENE 10 - [' 4 PRp.EOT 4000 i0 STHR GF anti5'muc133. p 1' 1100003 TERMN.L BAMYCKS, FUSES. 1110140 AND Y AH All ER EOUIPUEni so: L; .141OOL $11TEN .T - i i .1:0. INSTALL w0 MR/AWE WE AS NEIOUIKEO ALL IEw Ecu1PNENT LJ /MEWLS Y 000411E: T9 000.IDE A COLEFE AND OPERATIONAL PL; .1 E 1 '-TE - THI 1+MNG CARD CALLED WE N THE Wt0.0CT 3PECFlC/QM:N3 AND 3000E ...rN3xT§ 9 -um_ DE N0PCNsULE FOR F1EL2 WF 0(3104 ANO 000U21EttfNC 0[.41103 F . II TENUINOT100 +01411,4 OR EYISTN 1 XC +.NEL 0EFOPE uNTE18MINOTING AterFOPE0. FlEL•-O 0R 2 PLC WRING. E .-n'.:commas _ 1.0110.1_ ADO DO 03T DEEESDASILT OR 10 0 005 0 04 REQUIRED FOR n COMPLETE INSTALLATION. THE EAE E T 1x31(1,4.110 01 -PLL :E RESFCxNs/1LE FOR INSTALLING ALL REWIRED/ 1434100 .IDU MCC '.T - i H -LL r : LODE ANY HID ALL 4*.ERP S REWIRED TD ENSURE THAT THE ENTIRE.PER SOUR.. TEL NEW PLC EIAMPANEL 1136019221_ STR1193 AS TE- 1 F - 11 ' 1•1 13 0ONoURN0E WITH APPLICABLE MGM ACCEPTED INDUSTRIA 0 0ETAI Eu In THE 41101410 40110.40 AS REQUIRED. CONTRACTOR _HALL ALSO OE PEOP0R0BLE 0- - - .ES INSTALLATgµ REGIREME1FS UFpn C0MPLLn0N CF THE WORN. 0013 ANY H.0 ALL TERu1wPON5 OF NEN AND MONO FELO WRFC FROA1 ANG AHD NL FIELD EQUIPMENT BONG REUSED ON BACKP.MEL TERMINAL STRRS AS REWIRED. -L .FlJ i . HI H UAr R4E3ENT 11E CO0PLEIILn OF OOPM AS INTENDED. SHALL SE HF T RE E PEWS 011010100. THE CONTRACTOR 3Hµ1 NOT PROCEED 411111 Ax• EL -TE 1 11L ILL CH0U4'ISS ARE RESCUED AN0 THE CLARFONC OF0030000 Is 1 -TE 'LL T-- .E4 11044 O1mER TO SCHEDULE DUPLE FRONDE 0P0ER NRH LETHLFD T- E HE LE .'1:NT0ACIOR 41µL RE &LOWED iw3 (4 D1Y3 TO PERFCRU REQUIRED E • 1.11 ' - E •.0010 AS INnlATEn ow PLvO. 0 .T-- i H -LL FIELD /DRIFT 5414 u cuIENr All FTEL0 014103 am TEHNIry Tkx,s IN E -I 11 T R. FL JEEP -4E ANY DE00LRI041 WORN 541411 OE PERFORMED. HMI a=.1Z AT.:." u[. NR 1m 3311109333 12PUC RCN DuSR0HERy PROTECTED 05412. 1-7IHSE SUPPLY CPANELBORRD L.E. CIRCLET 517 1 fun 0 • }yat 1 c) { f ir�k:: OTIC IiP�C-111 R11 Qlb1C sII Din 1 IL 31m„ 1, '1 1i fuZ, I 51:1 5161 Dm W-16 tta'k 18005-C IK II -21 >tJ 11006-11 •20'00-0 12RNGi 53 uN Nt-1 Tax 33 Iir Ty =5 3195. xlrarrex 1111 ENGIN EER1~ M-4 jtiw�Jy 16M �I:M PA • 11x001 Tux O 2iE_t TC 0 r iW 1.0 LE RI 30015 P �16- 0 4 -1300)17 TER Q � C) 10 TB . mvc-e ws TO OcrrL OPUxM02 RBASS '''''',..,,,_i 14' 2,._011 120MCy 1 +T2 Z 5vf H 13 .7] TO 002DOL b6fr SIRE 01 005515 120#.5 -N .,=1 U166 uRca 1246.0-11 16 Q Tea MENES3L 11ITES STAPLES STREET PUMP STATION - MPROVEMENTS STAPLES STREET P.S. PLC -4500 120VAC POWER OIS7RISUTlON Q - ttawCJ13 5.1.70E 1pPOC-Y -•- .-rs,r x4 51-11UL LE, a :E FFARILK; 5 HE 1C0PE OF Rir RR ALL PERTINENT ..: E F. Ti - OJ i Si OFON. .. E , -TRP Oo b. 2 T -'.TOR TO 0,. .1 .E Ii-LL 11.110 TERMIIW.TE AS REO,IRED ILL HER ECUIPIOEM E I •'TE0 Ch 1115 Cr. 1' -•1 CellED CLR IN THE PROJECT SrE0F1,110N5 ANC SCCI'E Q IFI,C 010 akSETRAS p -ic 1,00Q -. _ . F.PL 7354 b0 n E Weir. E x6101630 FOR A COMPLETE INST.0LL01 THE LV LT,- T H LL I L E- LL.-TEIIALS REOUFIEL TO MOIRE DT THE E 11 E TE. I F T I . LI E • 65 0175 LE RTGG Ei•TEO ;N^ T i - - ''r -j-: \ \j MLT0216 /Tax LL FLCT:, 01-100 RAN PREREHT THE COYPIFII 0 F .• I - I.TE. E H -U. E p HT TO THE EHOINEER'S ATTERTTOH. THE COLT ---i H -LL . T EE RH -.- � i. ALL RE�cLT'E': - 141E :.LA=1F•I'.:: I..,F:•0aTl. . UIHE r) •�, C0000l, IFS, NOTES 16115 I E 70 Co IR3 IOM ST T�i-E ENGINEER 25 (r5 Cdtt0ACTOk 9-161 014010E 010 mom, ALL NEW PLE EGui14Exi, 0EURS, 0 1AATEFIA L RE001REi TO ORW'RIE a tWRING 0 AN, µ0 ALL OTHER EWIPATM AND LEFE AND OPQHTIONAL PLC CONTROL SSE ExISTH00 T 101 EE 5415 04 _LE FOR RELIT t*a 1E ETRE M W 2100 0 O ER, FEL: O sPNNTS Ur IXRTRu Pic PPNEL BEFOG LHTFkMIIwTnU RV POWER, FEL] OR PLC 61RINC .-PLL 1£ R51=LE FOP_ INFi^LLR0 ALL REr11111311 i2" 407 ,�\ ,rs.TPo'Tri.R 9 ESxn 1 E :I -I 1 '-EO.ArvFU'L (1) TE :L 1 'MI AS EETNLEII lF b, R- i - MR 51 -DLL ALSO ]E RES I LE F -LL TERMIHATC115 00 pFa 0y I ff m v 0•L F 1'•rTE ALL OUTAGES WITH CMNER TO SCHEME i-::0. PRCNTCE 0405ER INTH :EF-ILE: Ei- E '.HE:IIE COHT.CTCRSHALLRE 1LL...0 i. 021 00 5 TO PERFORM REO,I'Ei5 . .... rte. .. ... .. iN T - T FEL'.• vFklLv -• .E i -LL FlEL: x1Hl4ti 73173 T63KIn4TOnS 16 E -I TO T, -R'EL BEFORE ANY CE,., LIR.'• n.:.:1 •H -LL OE 0E2FCRHE0. Oni2, 2 R E P FLEWIRINO FROM AN LL FlEL E. -E i -ERC RERE/5E004 153455 12TNC�h9ls-t -5 DAR 1 - EL TE PRL WRFC A5 =E 1 E =PL7, ROT ! 4 TLOH- 011 W Q EE LIf rE -'1EGU1RED COHTR F.. io 040100 NL 51101 411 TERNIl0TICNS U tn • OE,, Fs, LCHT 15 Y6TALLTK, MEMEMIEM UE. A13 *1 327491.03 0 9•.4611 IAO H-36 GAN: Lis Te4P .:Ji' .:.'tR •.3 4541031&V NIh9Crr tan 0611-M Enc 1mmc MC 1ixr 11161`1-15 km 0110 16-.524WC cart iNY ali Nei " TB), TD' i '•' MAC TD PC0]L011,, Tr 4OPOLE {1 REL06 14 ® [AT 5 GNo�in i is, OC yI} 241 24I�AC TO PM& 1x0..4 4COULE {2 RELAYS R4C yM Q FORT 1 x1 %� i-0 HF4-450' PORE 5 }e 110-1 OMc 11 b 0- 10 E '4? S GWPL 24VDC TO 61Tuns 400011E {3 mec 16 1111 ENGIN EER1~ Q 2 C % T4 S14n3v IMI FORT 6 - n,11-1 OWL 0 4 6- • MDPf11 416 4'X•0'`5 24VDC TO UIGIl]L NWT MODULE {4 19 +16411 ® 5 ROW J r.1 x4 P041 R Fl60R 00T4: P1 a^M'L [.RnIl I:CW HUHT BIW _ u 1-1 0114 1) n 0- 2411 ? 24144C r0 PGRPL OII1a.T MODULE 011 Ip1C m y1020 CI T 5 0,99 4 Ent FO Hi 0; ..y'A Ti-11 DWG 110 0111~ TB94 y• 04104-6 24406 TO DIGITAL 1.6.44134 412]ULE 11 0650 11 • Q" 1161-10111; I'I 0111- 904 AFC-4 2250,44 21004 TO ANALOGf1 M INPIO,'t.LE ka 10 16 041 }v 112-1 DWG 112 m 112- '0044 0 111 2444010 2414DC T4 A4LOG INPUT MODULE 12 0140 1' t 141-1 DPP 110 m 113- 1320 ID aFnrR1 1' 241011 214DC P] ANALOG OUTPUT MODULE 01 0250 14 LJ IL 4..wi]c[ ax [¢xocr 1 111-1 OND 111 m 11h •TUC -FE hR 24W-12 SAME OAC f3 A2 X11 i' • :� 241013 .ywE R4C [4 C) Ami 1 i1ry 0e 26 v :4c cwwx MOTs O 2EAC A D10 5-1 1. 0/6111011197 SHALL 00,14 wd 45 FN2LW0 NRH THE SCOPE 4F 0041 1110 Ku PIXTREST 0P0]Ir2Lmr}s 15540] rua TH0 PROJECT PPoOR TO START CF [4851001411011. 1" 411 5-1 2. C4i11PACT0R TD 560710E. 10511611 A4.; TERMI0AT A5 0001311: All NEN E0-Ir'4E.tr 0€ 100LTE0 DN TH6 41748144 7141 I P 0,4 1 1 2511 . C4L1E0 oUT IN THE 0R4J¢T FPECIrY.K11DlS AN"v ECPPE e>F IIVI;K. 3. THEE I', �T4 •�•E'�i-TI "-. •x28,00 +RE pAGR584nT1C2L ANO 00 v0i •IE::E -ILS 21::4' EVERY COn4PO 411 AHOAOR ASCE E: E F i C04PLEIE IHSTN.LATON. 121E 00NIRACICO H-LL L :E +841 lM4 00. 2501011 6. fEp1RW 110 .:.ETH-r THEEE .TIi"E. n2VNREF14 �0!JOC 1005: cooN n4� - E -LEI' :fl�5. .:Er'TEO MUSTRI' I w I STAPLES STREET PUMP STATION - MPROVEMENTS STAPLES STREET P.S. PLC -4500 24VDC POWER DPSTRR1rON 2 4. ALL COSIFlJCrS, NH1:H E E. 1 TIE :411+LETOI OF MOW A5 H4TE.. E FELL E ' HT TO THE ENG1'EER'S 411EN1104. 1FE COOT-- 1 H-LL . T ..EEO W6H AIJ+ RELATED 0..1. .PL -LL .Fp T-• ^RE RESOLVW 4440 THE CIKAF'r111C I4FORLUT1r1, 1 1. E T TIE :.P810001c0 01 THE 011;414EE; S 0&( 11102E 6154000 MTH CW,ER TO SCHEDULE 41714E PObn0E 44N04 *721 0EIOILS] 017E S4HE1LE. IB ® ,pky .411 a> L X14 mom CISCOLOHIPACTOR SHALL BE ALLOYED Ton) (2) 10x5 TO PERFORM REWIRED DEMDIRIEH AND NEW 10061 A4 OOW C4TON PLANS. 4 NM T14Tp!S M1 6670257 5111 PANEL EEFDSE 12141 PEHT . MELD N0E521 VON MU 0. 4111010, CTORSFKLL Fla IE-+IFV I0P."W+YNtl WOW P +501-114402 510 45RS4502 � D, n,� NLKK lnv;R, itld, ]WAC I,DO KA ClnKfr. ISI, 2441K fu SU" t tlc p5 r- n xE. 22 24 ErHERH4J10 •5 6 Al aPE 1201pL 3 o ' Q$ 2$ 91.h..' y 3 $ LQ. k 116: O+ }3T ####85555 e e IF' i �I tig - 0 [ 43 dE o , a �5 $ y . P Hi �r pap S T c_ 4 y `" BLOCKS FUSES, r-, 0 �T T . 0..LL.. 'LL TIED 1HSPLL 71.1 NEW PLC EQL0441•1141 RELAYS EPP ENr .0 4KIERWS REWIRED TO MCAEEHA COMPLETE AND 111J] - . LL E E - LE T[1 FlFLO VERIFxING D 05 F 1262 0010142 060 IIW1100 WIM5 LUM T '1.:1-,,,E0_ 2 OM1 E FT L: - EL LEF"'16 011100418LPNG 0141 4011ER FELO OR PLC +ARWC ���.v� um 1401C: WIS,I1 11C11 EWED IN THE WIRD. MACAWS 51141 SE RES.:444510LE 101 1141TEALLIND ALL 4EQ••IRED FoR AV, Alb Kpo] 4J EGERNAL P.M SOURCIM T13 PEW FLL EMNPA1EL 110.111.14L STARS AS AS HG HIOSI-LeLL ALSO HE `_ ALL FIELD EOJPwEVT WPC RE�W 704 400Q441.4449.4 WI FROM 1 rEo i 71 0 PS REWIRED y ��r 4F. AV Au 31440401.01 CRu1 901E4 b .. OS © Q Q N 1@00418- +3-230-I50_ •• mn Tee p-4," to nm TNe- +e0 tae-s eeppANT Sn mte: ea WN 1. COIRRA0V11 'MALL TEA: AND DE FS0IL1.1 nRH THE 1E •'F 8CIK AND 141 ' E-TI'.ET '7ECIFIC3TK11%t I- E' E- TH1 - - E i .179 TO 5T1R F . T .148. _ - _I 2. LONT'1PCT .T1- I., NEW E .I Er E I '-iE u• 141 -.I.E -.OJT IN 11E PR:. E T E IFl -T -. E 1 F 3.n I10 NAT HELE5 0121 11401 ERE, • E .T _'./u1 .:. E-L -- REQUIRED FOR A COLPLEIE INSTAL-T . TFHLL E •.T410100 •.-PrULODE ANY AND ALL 141TEFlALS REC.;F-E T E'.. -E 111AT THE E 11116 SYSTEM IS F.NCIIONINO IN CONPLLIN'E -ATH A.'U24IRLE CCnE•..:-CEPTEO INDJSTRY Snmomms. MN 97717971 INSTALLATION REOUIRENENTS UFCI. _cu=LErC1 OF THE Roma. A. All CON14.610, 4111109 Mr PRE4EHT THE COM88ERON 81 8ORK n5 11ENM 0. s;HILL 9E IT 14 THEry ENC.IUEER�9 @ATTE'FRION AHE C08F 6 0 .01 #500[60 RAD THE cVAJMNO INFbbxaTOH R RSLE. T4 THE CONT0ACTOR P' THE ENGINEER xlrarrex 1111 ENGIN EER1~ _6 Q PNP ST•Tp1 NLLTA•LVE C CFE[ ax-JD.Tn 5.11441 - O tTl'e `91[4500 804 WTTH 009ERICE 5. C65RCINITE ALL OLno ,1-11 IE 0 •`D-Z -1SOe 41_ �.1 PL 3 IH O o 01 R.8 8 P10.1 W. DETAILED cu3:E HC-9 �, LTOR SHALL 9E A1LO1E0 TwO 12] DA. P HENNRu EO.IHED .EuOUTMN mu x660 O :1066 fV>Ngti S.ff(fl E -- CI SE ROHM S•rr(1 • t� 10011( IS INDICATED CH PLw8. 15-HSE-4104 pLNr STATEN Nisi NUPE 5 I • nn 3 ~� 4. CONTRACT07 541141 FlEP OERF• km 1C 1145691 ALL FEL* MRD.0 Q C LAG!•+RDIOIE AaAW --- s • .�. 9 TERIDNATONS IN EMS. PANEL 99105E ANY 9020219•. MRA 901.1 BE H.F13.02. H ti Ice FDRRsd Q E 502-__ DF-3-] INR 0 Q •e ••• DI EI • IN 1 •o ... T• 11 . 12:115 991114' 5101[14 pSa .x'+LVE S C) '� CSE FCimgN S.REH C - - QH •.0.til . i - - •1.,111 PAONOE ANO MST#L ALL NEw PLL ECNPUFM. 45-ME-COS __ 1 - PUMP STDDEN dSCHWCE 1NLRE 1 - e IN 5 •0 EL- T 1111.1 @E9IILS FUSES, MRWC AND 611 AND ALE OTHER T E I ,ENT AUp MITERWLS F0OURED TO MONDE A COMPLETE MO 0 C _ LOCAL6FR NOTE MICR -- • til •+OI. E .Pnve1 PLC :001110. 5ay7EN. 5-140-1303 •'r POMP 51011411 Iry-MS 0118E 9 -6 I�0 945 jPnu m FlEL: •-6'',V•71042,,..... III���ttt ,12411TOR 54114.1 E .E•. ...v LE !f".;-. (L' Q:h4G IXSTIHC TE-.I -TI I'�T E 11 LC Pn'EL OPEN 905149 S•Rdl C - • •�• v RptE UN1E.vMMAP : E FlFL L "In' qq °�� , 1440 -_ [1x91"51 ..LL: �,_. eLL4E FEeme s. --- .'a EA -.[HANE,_ •5 0s Ram:, EDn11I I DETAILED IN THESE •1RNG DINH...E E T E I E D IS IN 7 0 11-T0 AND 0 mp14818 ACTOR 81a811-ESEE 051-2- -•• 1 I Fl_L - -.-E. 2.1.Ns80359] THE • 05110LLI ': I5-306-61• & �1 -4 PLYP SWUM D•-•' SS WOE ..] _ _e ne cor v In OR.E1 TO HlxrnuE A E -n .. T+.0L . STAPLES STREET PUMP STATION - MPROVEMENTS STAPLES STREET P.S. PLC -4500 DIGITAL INPUT MODULE #1 WIRING DIAGRAM C Q LO AL/7E00TE 5•RCN -- l • •�I, CCnTROCTOR SITY1 RE-11,HEED 06 FELD '•1RMC TC MACH TIESE FARM DM•,RANS. •.• AU. 691_11104 ICP e_6. PLAN7-4521 ]=_[14x[6.118E q_q 9 � IH 5 C- 1] urEM wA1NR MICR --- 1d1 • 9 .411.. aS 0 _ r Z Ice 0 DF10 14 0 () 11 19181 85 C a -- .*. ' .o •*1r e-18R'I• E E 9 M172147OFEx 14-11 81-11 N 14 rtw Com~ .. rn. ...• - - 19 • 1111. i_ .2 NIP ._9502 7 H-' E ALE . tR 1-1 N 11 •O C 1� PAN m_4022A•.. ,.018E Q3 99,5 N , .6 1C -- OPEr .. m '.:•RCN e • •••. DI 772147 P-4323 MODS. • _ _ y r . ITe DF14 5-110 N 13.o Q Lam4.� C - - - •�• SHARE 31 HP OF1S d-i5 IN e4 C.. O • ••• N ,S •o CIBC 16451145°10[`1 ARE WL14 ® !Mt! C) IMIZEINIMMII 0.0ERAL 811IE4 ED b ..' OO © O Q C) N_Z _11_ A, f rpm di-II'r Ir' 818 rtt E Tn. MC -I. _ p epANT r 4I mte: ae�� ' WN 1. CONTRACT, ',HALL TEA: AND DE FSNILNS nITH THE IE •'F OCIK AND 11L 'E-TI'.E•r '-EIFC?AT1O+`• 1- E' F - THE - - E r 5110 TO 5T011 F . T line, 2. L0N,9):T .TI.E IMLL _ _ -ALL -E.I... OLT IN NEW EO.I ET E I ' -TES THI -.1 . E 11E PR.. E T E IF) -T -. E 1 F 3 0, 43 *57 NELEssARILr SH5e• DEP E .T -'. "UH 5... E -L -- REQUIRED FOR A COLPLEIE INSTILL -1 . TFE •.T(ACTCR •.H -LL (ULODE ANY AND ALL MA1EIAALS REC•:F-E T E'.. -.E 111AT THE E'TTHC 'SYSTEM IS F1.NC110N11.1•0 IN CONPLLIN'E .IIH .- U51]LE CCn). .:2CEPTE0 INDJSTRY STANDARDS. Alb O' UFR., IN.-0ALLAnov REOUIFEWENTS UPOI. _cu=Lunn OF THE *DR,. A. All CONFLICTS, 4111CH (Mr PREVENT THE CORPLERON OF WORK n5 THE 11E0M 0. 5HALL 9E IT 110 THEry Eh0.I0EER�9 RELATED CONFL:T5 ARE PE5001ED AND 11 -IE cV+JMN1 INFMAATON R Rsi.E5 T4 THE CONTRACTOR E+•' THE DRONER xlrarrex 1111 ENGIN EER1~ 1_. O ISP 530101 v1as- P�5p1 C RlN STATUS — O� 11 5. C60RSNNITE ALL OUTAGE: wllH 728EP 1 ,0HFP,5IE OUPHE P,912E I5-N..-FSR2 41 4r• RAW swam PUP 3 1 1x 0O o CHINE, W. DETAILED cum:0 80-E �, LT5R SHOLL SE ���Nu ISU.IREI, cEUOUMaa .wu }E'A O [ . ITj n• WORK IIS INDICATED CH S. •• '-•5o2 PLW STanQe pu.e P-1091 5 > pggl a ~� 9. CONT9A6T0a WNL FIELD VERF'RILkn -r UUENT ALL FETA RARI`X Q [ Re 3TAM --- •. • E • .�. O TERNINATON5 IN EXIST,. PANEL 9EfVRE ...IF Ovn0Un0•. ',MI, 9-uLL BE PEHF6RUED. ti,!e -i SPARE DF -3-] I0 0 0 M E ••. LC, - � ♦- d 1 IN 3 •D .... .. T T.' , NOTE5 SVAER 9 C---- • Iil •`•. T - T - !.SOL F9c41E AND 'vs -rat ALL NEw PLL EDAPNEM, n ANY -♦— •!, - SPARE 11 _ _ e IN 90 1 EL- TE.H1.SL ELOCI9. FUSES,. MRWC. AND AND ALC OTHER E I '•ENT AND MATERIALS REWIRED TO WADE A COMPLETE AND C) C-- — •. •• . Iil E,TIONIL PLC LRwTROL ir'SIEN. �� 19 • _ SAVE O�-6 �0 IN ._„TI1.P4R SOLD E 1E•:50.v;I:!LE 1.0 FlEI, ...ELFIN,:1.0 0 • • • E1:hNC EASTIN0 TE••:I'.-T1 . ' I"..T • E+I• TI•. LC PI'EL —+ O C • A I—LP •�• tf *ERCRE NHIEIMOAPN: = :.E FlEL L 11'.. QI —11— ; ,r SPAR= �] qq Ix 6 0.0301TRACTDP ALL SHALL - - ,;y l"f [---- eB OETALE0 IN THESE hRNG ]Ieyi:..1•LL F±iO8 Er15 LYG PAlELL PDA. ! _.vvANE6 As E E T E 1 E L li IN ] 0 0 m�48(0 ACTOP .E, 11 -ESE 151115 -I�..1 Fl_L - - .-E. S NP,T5 AND REP_IR1ED THE • FRLLO '. 51 ;PARE _e a as l \\ v Ir. DN.E1 TO PIwNUE A E -'0 ._L T+.SL . STAPLES STREET PUMP STATION - MPROVEMENTS STAPLES STREET P.S. PLC -4500 DIGITAL INPUT MODULE #2 WIRING DIAGRAM 0 C--? — •08 FELO '•1*1.1 4110(1 TIEY N1�IN� pN•,ReNS. ••.: •LLAE�I=flrO DAME � e—A* R q_q L IN 5 r=i 04 as 0 , re -ii- i 0 DF10 N • QSPARE [---- M .*. 1 HeN10 SPARE -1i— a5 DI -11 II RCI 19 C —— R 1 • .... Di —ii— � k, sp1*E OO ;-,a N 11 •0 Q• ••. -15 SPARE 2] 94-13 N 1x 0 n C — e • .'. 01 ~1— •Te SPCAE DI -14 _ to N 13 0 E ---- -1i- 31 He SPARE QF1� d -ie IN e4'� C O • ;! N i5 r=1Lc 90 RELAY(CHAO`O ARE [OH 4 ® !&fl C) IIIIIMMEMEI ._.11 ElIle.3011.81 CEREHAL NOIE8 i( a PAX ha•IE1-2 C) L 19081514-3 d ]IWC P10 8:011611-11 5¢.0 m 6m�Oulu1I.ca�T�6 B-Pf �NNG Ina:T 1. CIXRPA11.17( 301LL TE.: AND OE Fs2ILN6 41TH THE EE .'.F 663.l6 AND 41 "E-TI'.E•r ''E11111/TI'.IIt I- E' 9 - 141 - - E r 409 TO 5T8(1 F . T. 11100 2. 4007';4:7' . _ - HEW E .1 ETr E I1' -TE u• MI -.I . -1E; 33T IN 11E PR:. E T E IFl -11 -. E F I. 3 97 N97 HEESSAHIL, SHJI� 116' E�T - ':'NH=--nE-L -- REQUIRED FOR A COLPLEIE INSTALL-11 . 11E •.1118160 •.H-LL 1.-01-IDE AN7 MD ALL E A1E.1LS 963,1E T E... -E THAT THE E' 111E SYSTEM IS Fl.NC0081N0 141 CO11PLL1I'E (.1H : L17.1191E clnE.--CEPTEO ilimsTRT snw94118. 119 3811E175 IN34Lan0N RECU1FE1E0P4 UPPI. •_cu=I.ErCII OF THE 0860. •, eLL CO/1MM% IHICH 001 PREVENT THE COMPLETION OF 8076 AS THE 1118 $8214 511 10OU oTF111'I ENC.INEERni xlrarrex 1111 ENGIN EER1~ a5-1Eraslt-Ot Fur ErR526 93146 6-450, r ~ - - ~ NF 1 ` asPlCasoO AN/ �5@41177.0190. C0HFLILrs .ARE 9E5001E3 u.0 THE cV4JFY180 IHF0RM91OH R n8S1.EC U'0`eLFELA3TE 84010H p= 11 F N 0 0 T4 THE CO001504 C61 6'' THE DOHEEN - - tr SWF, RIBA ay.p; r 3 L 5. C66Rd2rcTE ALL 46174675 WOH x.0E2� 41HED, E CR1PRE. •-.01.54E DANCE WM DETAILED CMEZ s7-E C•. LT9R 54811 RE EuE2011118 01417940 SMTEH 731 O .5 19_.572 i,F �F , = 8121.20 TCro [2] 091'8' P pa.. E[�.IREU .EMO9TMN AHu AE'. IS PLARS. PLUM Si4lpK POev 0-1508 LDUL`R-21-7 ;MTC, 06 •0 WAN INDICATED CH ��.... '-J 5-Fs'-5579-as MC x 8 4. 10818KT08 5HNLL FIELD 1ERF' n 70 UUE0T ALL FEL9 MRI`I4 9 TEn11Nan9Hs IN EM50A6 PANEL 57890E VW 9va0urn, 874 ON 1101 v-,Oos [ 1265111811)47(4 Ob ' 9 MI 9-244 461931 MEll. 11n An-EH O s«s-. d , F 0 •Q til 9 Puu smrEH .... T n.' N:1TE5 rm�m - - p10y 11 '8-SS-as: uu {'F 6 . •0 - r F - - Pa 11 IF. 66F -arca ` r - r - •;4111 990410E ;az M5T#1 ALL HEw PLL E4NPNEM, �1 EL- 1E.HE..L 954409. FUS48, M0WC. AND ANY AND All OTHER ErmPEST0 1 - 011 rr�� lr F •.r/ •`5-68-•5491-C@ x 5 a 0 E I ...ENT AND M4TE7IALS x:5080081 TO. 0140413E A COBPLETE M0 E',P'14L PLC RwTRCL 8451E11. -�F - 5.1141 NETOC1LMRIEE Pup' 114981 r 11 10 LOCALAFE1CTE 0ATCH L '3 •0 18681x90 5WLL E 8 LE P.39 FlFl: •-ENM4 rr.. ��55 y5F V 45-25-0724-01 x 5 .E• jenu �-.�. e 2 1 E0:1141 EfSTIHC rE .I -1I I' .T - E P LC PI'EL - - �, 200518 C,POO4ARITE Pw.V P 5078 [ 616 r5 MBA 518116 •Q LJ ACRE HNTEAIAMAPN. -• : E FlEL L I'�• - - CI x - DwernAcT30 60011 9.1zrA1 ILL - :Lynn mu. 10 P±.OM 681081,6 PAIEL HOA. 8- _.V0ANEL A3 QUALM IN THESE 01066 0x1(1.: E T E 1 E L ..--.�--,�:: d 7'15 W. CC8 pp \ 331.i0ACr15 SHALL 61FEE a,. {L 5 R-L - _ 1.1 1/111-TS AND L'�A 591.61 Nny1HgRi4RAF Pam [ F - 11 150 \ In 99.Ei n PNvnuE A F_LLr E -n .� T mit'RMm v1S� 6E4 455-2S-45054-OP 4F �0 Lllnr(aCrOE SHALL FE-38011En UI: ,E-1\ 1•: 1: -.'LL E1E7114 STAPLES STREET PUMP STATION - MPROVEMENTS STAPLES STREET P.S. PLC -4500 DIGITAL INPUT MODULE #3 WIRING DIAGRAM cog - - SOMA H+POCNLORIIE FLM- P45156 [ 79 LO1Mj8EU8TE SNATCH 0 •0 i1 FELD '41060 T1 811611 TFESE 2115110 01032425. �J 1-r11 8-L 18 4 05 910.61 H,PO4NLO8IIE WN 35056 On 018 27 CI 45-ss-69329--.33 F ,9 •Q IS 50wa N,rOCFLaRRE Fur 08242 [ 11 N� 73 F 0 „SPuwa 1 4.1_ F 0110 . 19 A461cu111 SOLEOIIEE C 24 25 1GCll/5Ew8r0 40.191-1 0 i5-154505-01 EN 71 0 -j F ® 1.x08462 OIIE]4IE PU p� [ 30PON •0 4-91-0100-a2 k, r� tJ 18910412 MATE KM,[O0 21 F x 'a •O 31 G 5"u£ 1 4y1� 11 15 C1 •o DC cam 24 26 321.00 CENERAL NOTES i01 a hm Im"-� C) L 13pCN-+ M, 81VOC fim 110F'v INPUT 1. 0 80171 TV'0 ',HALL TEA: AND 0E F'3111.3 ATM THE 'E 3F ACRK AND ALL " E-Tl'.E-r--ECIFCOTKII%t 1- E F - THE - - E r 078 TO 5T1.1 F T..1lnN• 2. CONI';..108 .T1_ - I. NEW E . I ET E I ' -TE 7HI - .1 . - -LLE, 3.21- IN 11E PR.. E T E IP -11 -. E F 9 3.r. CO 487 NEGEssAHIL1 1H0•� E,E• ET - ':'uI=--nE-L .- NEDUIfED FOR A CO43LETE INSTALL-11 . 11E 1ti.CTOR H-U. I,CLAE ANY AND ALL 4ATEF2IL5 REC.:17E T E'... -E T1-IAT THE EPRE SYSTEM IS 1i.NC110NIN0 IN COPPLI<N'E 11TH - 1J-1RLE CCnE•. R-CEFTEO sTANOAT4;s. 008 0 1191N.- 5 IIALLAPON REcuIFEWENTS upon •_cM=I.Ercw OF THE 6T2HIE " THECOMPLETIONINR541 OF KIM E5 ILL CO0. SHALL , NHICH MAr -I TOO THE L 1 o 0 c( 0TF1@ w f4C.INEER�rm •001N. THE xlrarrex 1111 ENGIN EER1~ 1 SPua CHI- ~ - - -.1 e5R0CasoO I1 R alAu_E scT 1 0. CONFLK:T5 .APE #5011100 81,0 THE 61441011N0 INF1RM¢1ON 11 P1;0,E. °= I]SPAEE N g Q T4 THE CON1RlCT0I P THE !MINER [--11- pWITH 5. C605NaTE ALL OI/T1OE. w720E9 PR cCHEP•11E CREWE x.RrnICE wml RETAILED cumcE sCHE covERALTE19 sHALL 5E E]1 ej �0 ALLOn11 MO 12) G4rs' P HENNNu E[1.1HEu 2EuOUPON OM 0E'1 AS PLANS. [�F ' mg •0 BURN INDICATE➢ CN y - - -J MP N 8 s. CONTRAClna WU_ HELD 1ESr n Nr 114E11T ALL FETA 115170 0 TERLINen1ns IN Ex1s8NL PO EL 50-y5E ANi 00104/71 [ - - 72µE , ] O APRIL 01-1-LL :1E HOLFORAE1. F 0 •0 -[-- 11 H 010~ R.'.T N1.0 F - - ti SAME [ 11 11 - T - !. L P9cNUE A5u WALL ALL NEw PLL ECNPUFM. 1 W1EL- FLOCKS. FUSES, MROC. AND NIY AND AIL OTHER - - rr�� 1 •. �F n 8 a0 4r 41(PA1 E TIENT AND MSTERWLS R 104. TO P4JNDE A CO4PLE1E MO E .P'lNF1 PLC L0wTECL SYSIE4. 0le�.1 - eO [ •0 ... s14LL E PE;1-1'.v';1:!LE P'3 FlEL: •-ENIF'IN - - r.51. yrF tJ N 4 ,TEA...P0R jenu .7 • • • Q;P111 EXISTING TE, I'.-TI ---. I'..T • E+1' 11•. LC PO0EL _m_- - °,e 15 5� [-F- •O #FGRE NNIE57044PN: =. :.E FlEL. L I'� O N .LFDE 61161,1c 0 F11041 681011,'11 PA1ELL 80 4FLL _ _ _.HVAN00 A3 DETAILED In THESE 1186O DIA,.. E T E 1 E L y�-,. p CC CCP D7NTRACTOR SHALL 110E AA•' a,. -LL 1 ML - - -L..O INP.TS AN0 /;� - LJ+ �F---• 11 ' C - A; �EP V In ON.E1 TC mom. A F_LLE _ E -T1 .- 7,0L 019 41-F- •re �0 LL41_T CC5TRACTOR SHALL RE-11.58-,001 L. ,E-11, '... 'E180 STAPLES STREET PUMP STATION - MPROVEMENTS STAPLES STREET P.S. PLC -4500 DIGITAL INPUT MODULE #4 WIRING DIAGRAM g�• °51 19 [ •0 FELD '11Rhc TC 411011 TIESE 58151580 0005145. Ivo o[ 11 7211E n ° CI a W 0 •0 ,s [~r a3 11 ° 1 N11•o 19 4Na1HF- 25 O�� 14 0 61 r� CJ %9.4E 12s ID e N •o 3 O [ °�� N15•o C) DC DON 24 32E00 O0E02 NOME ,-� Nn 1POC-- (]/ Eore. r 8, .016.142.5 IN ISPLC4S00 Tue-z k x 1. 6191717!'1 •;H+LL TEA: AND OE FsOILNi .1TH THE EE •'F OAK AND WLL " E-TI'.El" '-ECIFICATI'.I+`. I" E F - THE - - E T -133 TO STAR F T . link, T +mow' Nwl NEW EL .I ET E 11' -TE MI .�I ! _ TE _ -LIE. IN hE PP E T E IFl -T - E F 1 3 NESE or r-• .4e.-021, , - 1 - E 11:-:a. 61:0 _ r, CO NOT NECES 11L1 6021 DE' E T -•:'uH =-. E -- REQUIRED FOR 0 CO1WLLIE INSTNLL-1 TIE 'T111,109 H-U. FrUL00E ANY 410 ALL 11.A1E11118 REC.;P-E T E 6161 -E 1111T THE E112E SYSTEM IS ,ccEPlEC, 18 1010.11NE IN FM151(1 STAND3518.I MMN 891191E IN:TALLAP FI RECUIEEYenO UPI7, COI.PLEIN OF THE WORE. n ov xlrarrex 1111 ENGIN EER1~ 2561 I=1 1/:5'-'116•. 00-11 ALL CONFLICTS, 1HICH rµ1 PREVENT THE C1VFLETION CF WORK 91 TEplwr_I I90NM ,X EHILLM9E 0980 4T 1@ w� E1.0INEERR5 ANT @ATTEI�RION. THE 00-0 CONFLIOTS Al. #501vED .0 11-1E 1IAJFY180 INFORua11ON R R60-E1 WT105 9 AtQA2 E,I , ,� — — — — Ii-HOyi0,-0 - J PFYI MFT 99/VE T4 THE CONTR4CT[') P' THE FHprvEER !� 10-1 Oa � �• 5. 00O9C19ArC ALL 0919CE1 9911 x E9� 07EIllLE OUTA2161 .-.905ICE 1=9 MT t A10A2 - - I- Pil him'"-' —• E OWNER W. DETAILED cu.:E F C. MOU S.11_ 9[ J %8 0 WM TM (21 GATE P2 E0.IRE9 .Eu0uMa1 0112 -..EV. O O. ou 2 og� a 91V� a' 0]TDH 8 900 20 18. a CLOSE WUTAvf. 1YORK A5 INDICATED CH PLwS. °p,ra—s --� +s c.Ecvo MEHARCE NAM 4. CONITAT0F S2AILL Flan fIRF" n Cc UUENT ALL FEUD OF our2 6100 ,L] N EEI 011155 T,-,I'4 '- — — �6— OPEN -8105-E xOka 9wNIi F61FoRMBIu PANEL 9EiORE WV POADunD'. �� 0 45-001*10-C PWP CI. fVP{E 'POE © ON [LASE COM 0'.II, OJT I AtOy v1401-I 3126 0 6161 T TI. J PSP 31*0') 0 -PFEE MSE 61 61. .•. 4F.., „ 0 S 410 - T - 'Ali MONDE P. MULL ALL NEW PLL ECNPYENT, 1I h-4--TTn� CUE S Al A2 ET — — — — 11 -1-1.-`i -4-C EL- 1E3.44-4L4 TERI ALS. FuSES. MROO AND 6 9 AND All 10 0 0.855 Fromm21*.sx-PASS 2,902 E '•EST ANO MATERIALS Td=OURm TO MONDE 9 CAYPLEIE MG 1� p(��A 6 WASE CON.. E,Rn'+EL PLC tSxwTR0. SI.7EY. •• � =E CUT 5 111092 .I LE P.,3 Fla0 •-ENMO jmu SSE :.TIu.T0R sl-ALL DE .E•'.v WPCIXST1NG TE-.A.=11 I'•T • EA• R LC PA1L Q O 2 OEFCSSE UNIEAMIFATI - FlEL. L A A EI1ta 0 On ] Fob'. -0 — — ALL E SPARE 6161. SHALL 1 MEM r� �".' �� —� -- Oro10 P25291:11.1116 P 6161. 1 NEL A3 y� UETULED IN THESE 610(0 N : E I E 0�. our a A X147 — - '-A 19 J 30111E ,9 — - 074T5ACT08 511V1'PIPE A� A. - L I R-L = . L... ANP.TS 910 AS Vie, oli [i ASE TAN. CUE Y AZ' A1VAy IY — �l•..� 1J In i11M111E n F_LLT -II .-t SYSTEM J svaxE STAPLES STREET PUMP STATION - MPROVEMENTS STAPLES STREET P.S. PLC -4500 DIGfTAL OUTPUT MODULE #1 WIRING DIAGRAM 1d LO-10 12 — — _ R _.rx- CUNTPACTOE SITYL FE-1409EE0 uI: eE-11.-�TME•::1 •LL EFET1F0 i� FELL '•19h: TG 011052 TIESE 2111NG 0109190. =• 6121 10 h-o---r' I SPARE �J O it gyp- I — I — `J —A 0 „rr I.s AZ 110-13 .o-o--- 0. M 15 MOPE A„ •�Y3a� --n 5599E 105-19 .ffi =. OUT 11 A1 FE "• firT SAM O (1-15 39-17„....03-._ 0• OUT 15 AlVAR 5...E 0 © E.f 19C-N 9ELAY 0OLS ]4101. ai ® !Mt! U9_ 1191.0. 3215891.90 11048448 KIDS ,-� n 01TED: (1 Q RUIN COt.�� • JL 5 eyui , 1. CONTRpt V'1 •;H+LL TEA: AND DE FS0IL4-1 11TH THE FE •'F 8CRK AND 41 " E-TI'.E " '1EIFICAATI11t I" E F- THE - - E r 1189 TO 51x'11 F T .link, TI AOP T8X-0 NEW E . I ET E I ' -TE MI .�I ! _ TE _-LLE.. OJT IN THE 99 E T E IFI -T - E F 1 3 THESE lu::r.- ,.e.Tkn;:1. _ _ E .:-a. ..- _ r, Ip NM NELSwILOSHJ'nDE- ET-•.'UK =-. E - REQUIRED ES FOR A COLPLETE INSTALL-11 . 11E '�T111TCR :'H-LL I'.CLAE ANY AND ALL FURCPOHINCIN COUFLI1IRIPLS tI'E . 119 -' 'U 1LE carE:E ^P.CE IS INDIA-TRY 5118101 98. 0-5 D 1191.. IN7ALLAI1O'J REDUIFEMENFS DPOM1 CT3999L8DON OF THE wx8NN. xlrarrex 1111 ENGIN EER1~ .05 9Q. i 0 TROGaUF_2 s. ALL CONFLICTS, 911ICH 581 PREVENT THE COMPLETION OF ROM n5 INTENDED. SHALL 9E RROurN TO THE ENGINEER'S A3E111105. THE CONTRACTUR SHN_I_ NOT PROCEED W. ANT 1 ALL NE ��Np INFQbxaTOn R ELATED WaRII nRSI.EO `•� 801 a f : J 5MNG-•9tl,-t T4 ME 11851041)188 P' THEUFHprvEER — J 1 MSN PuuP P-1561 3. COORC1N2TE ALL OUTIIE5 40119 DA5ER11 SCHED,LE OUP[. lRrnIzE 0 C1R , U * •, — I [-¢Da,-5 FINE. W. DETAILED cu:E HO.E O, LTUR S.LL R[ J slnnOt Wuv v-4b1 ALLOWED IND 12) s 58 P3 18. E[I.INELI DERCHHI N OM }E• STOP maw. WNW( AS INDICATED CN FUNS. 0 CIN p + — 5 •F_Hc - y 8. 508182 8* 51141 FIELD WERE. km D -r UUENT ALL FELO 41RIu AND 5151 0)44440 J F • D TERYINa1ONS IN EEIs9NO PANEL 99104E AIM annum, 8 81 P N nRUE . — © 0 " Gn ] 1> 1-H:-• • 1)01 S�1 T 51911111 NA111 Lw v-aSaY - ��.at-� 810 4 4 •5-80 891814 T1.. T . ,F3TE5 1J140 1-5545 ... . 11 0 .sv .,0_-.i.: — 11188151 T - T - :.WLL PACNUE RNLI NSTALL ALL NEw PLL ECAPMEM, ' (2)— ORS 11 Al, - E.(1 48 FlOCM9, FU .S,. MRNO AND kV AND AU DRIER Ix EL- »34@ 5-5%3 E I'•ENT AND MATERIALS REQUIRED TO WADE A COMPLETE M0 111PCmuli*i E I1DN+L PLC RwTROL 505TEM. C) O D CUf 8 �e�- +L+^'11- 1 I .5, a,E MAP P :,T1+Acrso 5141.1 E PE...,_,I I LE P.,. Fla, •-ENMv jnf.0 + — _I 822NG�1C4 H� 2 ENTNG ERSTINC TE, .I.-1I I'•T• • EI P LC PO8EL OEFCRE UNIERM 411181 '.E FlEL. L I I C) = 1101 5 18 Ic.. • _ J •5 fl0 1`159 N F HIPSIE PL•IP P-154:58 ALL I - (441404 UEEFMY L0114.843 10 4LEDI In THESE A18N1 DI 4 PANEL PDA. :.. T E I E uE>_ As 1S 0 0 LLn e 11 .{.--, H 14 _- - J p I� U,OE *1,4 P-1518 OM �iRACiOR SH41 I+1 EE A.+ a- {L R-L = INP-TN 410 *50> 1 ATO >RLLr �91e9E 144 OR Y 12' 91'+ 1-/ R. DN 51 08.810E A E -n .-L T+1L • 1(1.0 n15hCC0TRACTOR MRTpi T4ESE 1118118 0IYRe18. A•.: LL E.I_TIeC STAPLES STREET PUMP STATION - MPROVEMENTS STAPLES STREET P.S. PLC -4500 DIGfTAL OUTPUT MODULE #2 WIRING DIAGRAM CD 0 CUf 10 — 1 E 0 J �J ; t`J 0 LAR„ 25 IVO- • _ J SPUE O 0 o pn 12 �' _ J FnFE D q t5 t1 k+ Min91A O o CU 14 xE -' J 0 0 991 15 51 L _ 1 SwRE x4 Hatn u[. ATA IW. 33148441.91 C) o AH1LOOR1-1 tr. - 1 'r r !y l II • uui:odn-1 1Ea LETT MO •5-2-F501 + PAH OMR MET INE -11 IL ft__1a 45PL4:5DD = 15+TT-15051 +Pt %' X PrPRCHLOP EE P+ _� ____T �IyI FM ME DAMP • 1_ Q /45-LIT-45pi co ____ Pr b }-'J NW 5P➢pR SPF �,�� L 3 • 1_ • L t] as-FIT-a!!c.•.5 r m�- - PT a KM. If llcF m RAE AME �,� -__ Lyy xlrarrex 1111 ENGIN EER1~ i rrr Ism -45D1 + ft__7'. P RecA MITER�___] L `1Y 6 •a , 0 • 1 Y 45 -LE 1501 + fi3i` PUW s910MTw�rROIMY E ___T 'PMAdttR ` " , 11 0° C) FOP NEM RAA RA1 P-RM]il/FIBI "�'—' ____TL + 1v r • PLI ____ !NTIEE "�'—' oFF-FT .os 3� wMxNN *LUNE Ii xlo�� rM-4803 �( `f+ ftTr rr+ . Q 1 PUP Ambi W rvFrt0R �"'—' ____T Iii ,E RAI `Y M 3 O t' -• 1 Cia •-IT-Itc -a, ++ f177' AP mm sari mrtx '�'—' ____, I I 1 DLT`# • ... 0 1.Z 15 15 -PTT -45 1 IPEN MARE CU-___ R-� Att HRP KORA axFR - iF x 1 ,= y� 15 -TT -1501-02 +0- 1€q1=q'°�^/ . NW DHAD P-061 ei:3C EM L'�D ____i r 11 12 �o T4 5 r[+ . PU95-PE-4.5.2.9 sm. rUTCEt ___ ft ROWE METER _ i')' M!5 •4 Y I L I MEP e»rr-4v, 0 f5-+�-° �1u]Ci WPE� ---- x'11 M1315 STAPLES STREET PUMP STATION - MPROVEMENTS STAPLES STREET P.S. PLC -4500 ANALOG INPUT MODULE #1 WIRING DIAGRAM C) CD NM OM.91311+'IrA ±ia _____ftT�4,R. REL ETAS WED L j Iv b 6O • YY ,03E+� - ft-=� 1 --- L.y. • IN „ , O 1 B • 0 ' H1511 o ,s L•0041 ]P co2 11-1 - "WHEWM 161 B LIPNEER RIGHT anERAL ' - 00511IEL0 MOTES R ATM SCOPE CF 2ARK MO ALL PERTINE 11 SPECIFICATIONS 110012 _nv IIO1. CON1*2011 R 111311 4E30 AHO BE FANILATM TH COn2IRL_0TES FCR THIS PROJECT PROF TO START OF C0N51RuCTI01 (=I • LL PR90PE .00 INSMLE ILL .I -R1 PEC D ELECTS, T102111 L DOOM. MES, Ammon 1 05) 1P1T=' 4LL C1001 ECUIPPENT AVi MATERMLS RECu1 0. 10 001±12 0O PRP THE. ROFECT AHP IFICO I00E AS SCOPREA Pu xEH EquiPNPCT PEsgMn D 9M TMiS OR�Rr1Fi E T-RO10E A WMPIETE PHO CPERATOMAL PLC 0 MILLED OUT iry THE PROJECT 4�CiHf�T,CMS PHO SCOPE OF wCPo1. CONTROL TE: ]S O MIME. L - LL. EP,+E I nc E. 3. TIESE NT REOMAT44 OP11009IN. ARE ON(�LMM. LT E 00 HOT 0 I1IOLLRIL• 5H0.1 BERT CO DIATE19 RIEVOR xou01T 104 FOR 2E.M.T P.M.P.91. 1EL Pin P EXISTING TERMPunou PgrNTS C. EEM125 1 1�OUPES FOR n Uw=LETE RgTEM 11 FF9TME IINO KTOE t WL Itc401 A= At• eninD. 11 1M. ACCEPTED CCA T M'u • E n P E1 xtp uC. ROLIOI)=P*1va THAT 911 unR ccROOIIPL w •. Cr) COIRR T'- H=LL i LL =LL 1E,1.AREo "'- - I'. F E•I. TI•; PsE�L PO•ER 4WRQS ` DECLAIM *MADAMS. Arai OAnFks INTALIATICN REOu1IEUENTs uPO. CONPIFII. of THE AORH. 3 TR NE, L - 1 EL ET+ILE0 111 THE E 1 1 1- E I E . y1 CO,FIEF5. 911DH NIT TRUCE RE 0.'1r1E00R OF 5DRK AS M.D. SM. AE 9R3,EE TD THE OGNELRS ETIO1R]N THE A DOIHRILTEA SHALL MT PRICEIDI NM AM VERIE LAM_ ALL 30100 ANS THE EURFA. AMMRAR. I Pwy IP 25 ];'�, CkCRaAs cR LTHFkN1,E E:.IkEO R 1E- T �I,E: FAL.L E�-TIT .1 ',JEEP 5Taikav coMMOL THE DS nM or THE Puma �� N �/ SYSTEM. 5.CCORHMATE ALL OUTAGES REM OWNER TO SCHEDULE CUTACE. PRO11]E 014419 21TH DETAILED OUTAGE SCHEDULE 26 CCCHTRACT0± SHALL 5E PLO.. 1145 (2) OM TO •04 115 u TRA,FEu00110N 04.0 NEN 90RK 15 IM0ICATm C• a L•. PLANS �j ^ CDNIRPMC SHWl RE-11Hw..E1 •-01 14E-Mr.r. -+ +.. -11 D.P.FIELD 'n1-1. i' ueTCH THE'+E RIM.. PMCRAM. 0. 001TIALTO1 ESWL FB.3 ,ENtt 02 3MAIDIT NL REL! MN0; em TEHRIE1P1Hs 10 00111*1111 F+0LL VERDE Aw 3E1E034 RAE ••• SHILL OE PERFOR000 1=111 mmnax NF. A9 00 2 ITALIE.21 Q Q O AAVLAOIN-2 r[0. 45 (�` +®- faun TAc-10 121* 100 0 'L ::r 5:- 1 s N5pL $ ur+LOBea-2 I5 1.11 4503 f '�+ -____T . 115-21 Edon 1x401 LopDa LEFT - a 000 -1T -15c¢-01 ft__N PIP EMU Rue P -13P2 _ ____T II ,1. r, , PrMK awr urn LLL r2 0 ft P PP BAH& BILIVIRIE` II } 26 wuyltu d[9Y uxxhY AMER •• g + 1 CD e, -TT -0..02-v r' g R 0.'-'J pm PPP 1-1W ���� ____a 11 RIO HEW. EEPPIG IPFIER LLT- N0 o H. 1 L t] T La -HT_^ ft is �"� sMIP11apPPIE g~ ----, 11 1OI103101 E PRIMER 1Y11W L HB xlrarrex 1111 ENGIN EER1~ Cl.L PUP TIM Rt12-4302 ___] LLMC- ray VIM. NF,M LY r F6 0 -Y-, �In_3r'w+.�ti 9dgE' ±b '---, L41. " P O 9 LBWS ODOM QUER "FJ- 1y 1$� i ' N10�� (D st 45-1r-4sawz c___ jn-rs` rr+ PuPCPp.mmy:F5 INN'w�L LF LY MSO t' 1 I IbLP C } n -Tr pr -,11 r M 11 1.2 O L IS 99-4T-0565 C ___ rt i -e u•r.cm_ .,TR'A21ONRW.iµ - �U'on:M OWER LL `Y N4,� y� 1 �4-AS°�^/ 'B.fE p ____ Y I LT N 1] 14 15 xUR. II. C. -_ nL� ,,-. r�+... RI PPLYRR UR. -- � - - Ly Nlb t 1 L s..' 1iate.` PI 13 STAPLES STREET PUMP STATION - MPROVEMENTS STAPLES STREET P.S. PLC -4500 ANALOG fNPUT MODULE #2 WIRING DIAGRAM CP PPP AMP LISCHARCE - .,------------- EEE CO- 1 j M 1 Ni' 0 1 85 o ,1 ,B L ]P co2 F IP" - T65HELO rut M 111-1 B LW F OT ora ' - 10531EL0 MOTES 1. CON111114 OR SHALL REND AHO BE FAYILPR YR1H THE SCOPE OF /ARK NIC ALL PERTINE41 SPECIFICATIONS IS_9LE2 CONSTRILn0v NOTES FCR MI5 PROJECT PRIOR TO START OF CONSTRUCTION 22 • LL PROVO[ .1141 INSTALL M1 Ifl PLC cu amt. IEHuIMIL BLOCKS. MES, 21121441 INSTALL PPP TEnu1Ma0[ AS . S OHRP] ALL NEN PH]1PHPCT PESNMn P 9K THIS ON�IrLFi 1 3411 114T=' RLL OTHER ECI1IRLIEHT MO MATERRLS REC,I 2. .110 HO:TCR TO PR1 THE E T-ROJCE A CCNPLEfE PHO CPFRATOMAL PLC 0 CA1EO OUT IN TM[ PRNELT 4�C1FlCAT,OKS .1141 SCOPE OF HOW. COu1ROL TE: 25 O CON11,-1:1571, L - L [P,� L 1 nc .. L. 3. MESE FH REO04*05 OP A\1NG3 ARE 6N( MWTCAL E PP HOT MECESSPRIL• OH0•P EVERT C141WIIERENT HIEVOR T K'u [ E n P EL HIRING. REQUIREDTDv0. 1101 911 NnR 1 O OOIIP 0 •2 x PN01114 POR 0 11.0 m1F91. 1EL E11n P EXISTING TERullunoN POINTS CT1 RLQ;54121 T�ONURE FOR n Uw=LETE RLSTEMAIS FF�TME 41'00 IN 0. SHALL IWITH A .LE 411E 01. 3 CEPT Cr) COIRR T'- H=LL i LL =LL •EO.ARm ":.' - I'. F E•I TI•; PALL PO''ER 4WRQS 4 INOUSTHT ST N�ROS. Arm rnmENs IN EALIATION REOUINEuEnns LP4T. CONPLETINn of THE &PRH. .. TR NEP .-L - 1 EL ET1ILE[ IN THE E 1 1 1- E I E . ALL C01Fll.'TS. *EH uM' TFEAP 11E CLUF1E000 CF 110301 AS 111010EG. UAL 00077.0411001110 SIGNERS 00EI1NN THE -L uP STATION COMMOL THE 0T Orn Of THE P.M.�� N £R]LPW A3 THE ELNIF1TL 111.40024nu 5 50250 10 '=1.;-�, OVLRaPs LN OTHFkP1,E E:.IPEO 11 LE- T �I,E: FAL,E�-TIT_111/ �/ SYSTEM. 3. CCORHMATE ALL COMES v+OH GONER TO SCHEME COTTAGE. 7141111E C14^ER MTh DETAILED OUTAGE OCIIEOULE J.CI 00441 AC10± SHALL SE ALLP'2E0 TWO (2) 0011 TO PERM.. REWIRED CEu0LIR0N 11.0 NEP PORK A5 IH0ICATEL 01. C`■` ■. L. . ^ CONTRACT. 1H1.L RE -n1... E• •-31 €-ir. , A.. -41 EF15TNc F1EL2 ...1-1. i' PATCH THE'+E /IRE, 0. 3511111100 8-511 FB.3 1ENR Nti E00.TFHT NL REL] MO; 1124 TEH0IR011ns IN 411111*: HO PTLL LsEF•1 1E AT 1040011 .1111 •" SHALL OE PIRFORPEO 57 to I la 11,20d� 19. 312 140. 3312291.01 74,2-MC,56,110C-Ii TERE-00 KRAAL NO1E5 I, 1. COHT2.7 < LH+LL K <EA: AND DE rs0ILN< nnH THE ��'�:TE •'F AGR � I A O.._ Ni+L/3G 13,6246NEW AND NL " E-Tl'.E•r--ECIFICNTK11%t 1- E F - TH1 - - E r :10' TO ST6,1 F T link EIETEI I' -TE MI �I -- -LLE. I 3..,T IN AR.. E T E 121-T E F 1 431.1_64,306,Tf - C- 511 uuNa 'll. 0 OUT a t E.T -':'UR =:'. E .- REQUIRED 5TAR0N PNF P-¢601 00 12 E ILA. 5H:rn INSTALL r �- RNm1412 FOR A CONPLETE INSTALL-T TFEY'E1114CR ::H-LL',UDE ANY 3 Wl AND ALL ERINS REC.,' T E'.. -E THAT THE E' 116E 'SYSTEM IS FUNC110NINa IN CONAsr.s. xlrarrex 1111 ENGIN EER1~ V NILG N4 e • 8 ' •11011 INTAWITI '1 REO I E:EFTEO J AUL My9S . 66.01..E610111OF THE nit rc..'. .. .. av Eculra=uwrs HP. Q 011 § t ICH ANT ARDENT THE CDVETION 87 225411(n0 e PLLH' 5mn n RI u1 P-40 q a. ALL CONI1XTS, 4H10 r Ta THEE10.I0EEI45OT E01100. THE 5 iA 3 - �- R '� 10100150. SHALL HE 880I11ROE RELATED ANT CONT... FLARE ES0111 •Q 0K:TS' OLAEO IHETEED w11 011100 INF08105TON R 155,..E_11416 {pq • i 3 TO THE 11COT2ACTO1 EA THE .011E0 M�� 5. C000EMN TE ALL 01/52,18, W OWNER SC'EDALECOTATZ 1000IZE a EIIINER �] R SHALL Exc2Rk SfA�IDN r� Om 1000 0 0 T �+ PULiP PUNA ALLOnEu �' TO EISO'txi REuuI U uFucLf110n avU ND.. (UfR AS IN.CATED ON FLANS. V 10 NILG 1000 n 0• E NA u1ENr NL FEL, 01RINS Y3 6. 110NTAAC10R' SHALL 21ELn 'ERE.' kPANEL PAL0 TERUINan5NS IN Ea.,. FA EL HEEORE Mui :Eu t {,rw�.� a �y�C�y� VAIL 9iR115 PEfiFOR<. 0110 3 0 111 -- WR STAnp0 scl0uu urv0CN.08rt[ - PI/P P-.N�x &Em 5x,uE1 jl I` ---- _MO • .....,-urncN w3TE; ray m. ' rs -% PERALL ALL PLC EOLIRHEOT• FL Or 141 L L ILL EF E. i110C AND00 8 AHD ALL OTHER �� a r�y._I�� I E EN0 A0T TE E.,I E] TO PRpy1pE n COYPLEIE m0 iZ. 0 MIT ¢ t 018 4011011 S 0011 HY�OCHARITE E n,u1 TL i L ,TELL r 1M �— vLw wlsoEo <.tta cEn1RRUR • Y3..a.11.2.1'11 11 1. T1 1 r . E n L --.EL 1U 1¢ WLC �I aII' EF E NTERI<I n 110 FlEL L 1 1-T•+ sHV1 I'LOILL LL E I E •.:; '.1.I'- „�a �.• { 2-WI 13 - OUT 5 . P j 00 PIY w0o5'66MINI.. E xl uLL<iTE 'ET-ILL, �n THESE 0100: I- _ -.. ,LEcuinE, v YI .3 j1 T,71-06 " TA OHEAE1 DIAGRAMS L HORN_ 'CR TMR. 1.:E ✓ 11 CGI • II NlEA 55171,6.1 s�. �I TC n ERar STATE, N. STAPLES STREET PUMP STATION - MPROVEMENTS STAPLES STREET P.S. PLC -4500 ANALOG OUTPUT MODULE #1 WIRING DIAGRAM 1] 1E WILC�NI 0 ouT E t I • I3 �h SPALIE 01TaCr0R S1O L RE 810•�R 0R RE TAC Al, 0.1 NJ. Ex1018C �- 5 FELO WRAC TO TO-I TIE5E 010INC 045010180. {{{I + • 1 0110 70 5133E . 03 Y.L rs - C) Z0¢<� 21 DC 881, 0 ]2 Q] Z¢ _ 25 `/ a `n ]6 y[. 016 IC 337626665 .e. me 1411. 3316091.01 rfpf .s� s 0 U.T {ATS ALr,1 MI dj / s .. �' I m 1�iE1 mREx " , E II. PIPRE car R fYd4f Ix+lma-1s,s 1111 ENGIN EER1~ I m Ixlrarrex Fr _ E " �', GENERAL 1105 CE LIR „ u0100 ^ B " '� N 1. Cp1TPALTOR SHALL REND m9 EE F*HLIAR WITH THE SCOPE T -'.TTR SHALL FROS111 .550 1,11+LL ALL NEW PLO 4.10 L :AT 1 OF WORK ANP ALL FE?1INEN1 SPECIFlGTONS ISSUED FOR ME cprv[RERS. THIS.. %51N1ECT PRIOR TO STA11 OF CONS-MCIHNH E vn T ANO ai COER EtluPEHEx1 0140 . ..-TE ILL E I E PO PRO'AOE A C06PLEIE AND i 10541 2'10* 10 PNONSE. - E -T -L L •T 7 :L AND COy1,UHMFPONS OVSIEN. RE1*OIiEO All NEN EOUIPMEM "CESIosorEE1 u'sTE THPs OR5515S N..0 CALLED €711 IN THE ,10.ECT E IFl • -T -. : 711E au_ E60T1w 1. M/1 C9 YyOA ONS AMO SCOPE OF MORN E F. THE CLOSURE 1 THEN ONUNITNTIONS PANELS AS IN E E 5/ »N F 51 --, 0 t YY AU: DO T ECES RIL SH 00E -E �T 445/05 10(5100 EO ISE FO LEIE T 'T SHALL S00RpRNa1E x11ry 55000 IWTNL TIJN THE CCNIRACIO SHALL 5...L E . E EQUREUEt10 R EIN .0.If1Y 111 BF1N0 PFRFOREHFb 1E1, EYTE T O FRS CONT ALTOR SHALL FIELD YERFN AHO ALL FIELD D IJ1 i a NE 50 X © W 0 ~ EMELT 50 CONT WORK. 0,5 tAl FOIa4EOErORE 6E10l.111ON SHALL HE 15015/16711• REQUIREMENTS ,ON COPIED. OF THE 5115100 O TERNIN1 ONS 05 115TH C*NY500TO50 4. ALL Nr1.1,S. WHICH MAT FREVEYIT THE 1201.11.1..ETON 13F 1140(0 alLUCAIL TO THE L_ e] Yj 0 E11GNEER'S ATTE011054 THE C01410,,01CR SHALL NOT nECi. 7H E CTE- 010011 .F71.N1 O SHE RE V �.1TH iu. ISSLTS roTME° "6 THE E R. ISSUED FOR OIf1A,GE. PNOIOE C E ON ETNLEO OWE SCHEWLE. 5.0.PERACTOR S.U. ALL pTA�C�IH RTO TO DEMOLITION ONLY.. ?1 STAPLES STREET PUMP STATION - MPROVEMENTS SCAOA NETWORK ARCHITECTURE DEMOLITION NEw Y NEHMEN 9N PIANS_ u O F 0 E SCALA. NETWORK ARCHITECTURE (DEl1OLR1ON ONLY) 5115/ LENTS HOF IICT+LLIAi11.YMTl HlfgIW i1 L tj 31 1555 4P4.1f 05111 4414 - - AWNSiuPK#11xw FELORII PK 110 1: Er, •E IN =.14111 H1:USE ANALYZER SIELTEO +5-1C—,50 !! &f .e. me 1411. 3316091.01 u[. ATR lm 3410591.81 A caA5uRm 41,01 RENGTADN w ,... urs o� T_ r mr. �. 3 w IIIII - 3 � 0 1,, ©g W ;5. Rk@E IJII,y11 R Re, 1111 ENGIN EER1~ I m Ixlrarrex r'' -nog. sm. 1` NOTES CONSTRUCTOR3T wra I8511 • 44 1. CONTRACTOR 9-YLL PROVIDE AND INSTALL ALL NEW FM 110NPUIER EWIPNENI. PLC EIX.IPWE T. ETHERNET - EAT M , v,.. EAT 5 } EREx�E1 REAM. A.R.1 50710455. 415.05 centx100. CARLM Nc Rnc ARO ANY NG: MATERIALS ECUII,Eu To AND ALL ; 055141E a340PLEIE MD GPER&TCR8L PLL - F F =L•I I IEEL���IIIMEM T2/D n to Ruw OONIRCL AN: WVOUNICAT10N5 SSTEI. 2. CONTRACT EMAIL 16 RESRONSOLE FOR NITAND AL N D REQUIRED Fut '14. HMIXIIPJTEN•❑HE WEEKS ANO M r 054 HERIEF 40 All OTHER EOUI141E0 THAT REWIRES PROUNIAYING OR CONFlG,RATp, 5 CC101143 C SHALL 1.57411 ONO13581001HE NEW ET115 P ECAIPNEATLINN THE PLC ;ENCLOSURE 4110 IN 1521 AND ILL OTHER 30051uNCATICAS PANELS AS REWIRED. 4. CONTRACTOR SHALL 44455431E 31 = U N n to n_ Q Rp p W 0 F y, iE L_ Fi F--' C0NIAuNCA1Ens 11x5 15A RE4uIREUE*S PRM m ANY 0 CLUTA CAT x015 8001 IEOFOx1AEI. 5. CONTRACTOR 11141L 56.0 vow.. x15 COMMENT ALL Flan 1.1544 n4 TER./MATO/15 OF E56TN4 C4WlS U a oa oe� SHALL PERFERUEu E Any 414 4« .4581 SH REIiiiiir1l� CikS. N-r mm� I I Ry' CUrs`1EN E152102000 [!,� 0 15-05-15111 5-1FC 0-10-1555 rili 4.-20-INTI 5. STAPLES STREET PUMP STATION - MPROVEMENTS SCALA NETWORK ARCHITECTURE 1v.IcvnrlE tRxAl9xam t52Mam;4a ABR STA LES STREET PUIP STATION SCAEA NETWORK ARCHRECTURE GENERAL NOTES 1. CONTRACTOR SHALL READ ANO OE PMILUR 22110 THE SCOPE OE MORN AND ALL PERTINENT 5RECFICATONS ISSUED FOR MIS P5OIEDT RIMER TO START OF CONSTRUCTOR. E. 541OnRRACTER 114 PRINCE - TE A5 IE.- I'EL ALL NEW EouP*5F n8r,4mm 4R TFI5 ORAw1NR 1110 CALE. r I TOE E T',TOMCAT '. nu SC1PE 4F WORK_ 3• TTESE P€TRUAENIATIC••. -.1 . - E I-'.'••••+oIl:'-L R. ' X KT NECESSARIL0 SHOW Elllr WAE4NE5r ALD/OR s:' E E. 1 E F '. LEIE IN,T4LLATEN. TLE C4MRA4TCR 11-PLL ILIIJI ` sc- 1401 INCLUDE ANY 4114 ALL nE' RE ST5101 5 F11.4i5HINC IN ODARvAl100 WITHI... 7 i now115. AND o1Ntlis'. I0013J. An4N REWIREWENTS 0P4•.' •• ••: 1LET '. �.1EMHE -1-1 � 45-10-000 a. ALL CONFLICTS. .HI 11 .- :.E.'ENT THE CCN.'LETIO3 OF . .1.. A5 REEKED. SHALL BE BRW4H1 TO 7IE .1411 •l0T -... Ex•s T1E.n::. THE CONTRACTOR s ..:EEA NMI ANY 5515754 ALL - (Pi R]MISRF.k'. '5 5,12 - e �/LA14 0.-11.._.�1 Sf CY Lg SA.L5E. nD TIE E E 53115 5801 02. PURER. AIM cl A FAN: Ml IS !MED To THE rtRR�'7[R 8r THE PURER. 5. C1ORCN31E ALL OUTAGES RTTH CARER TO SCHEME PEACE, FRONDE OWNER WITH DETAILED OUTAGE SSCHEDULE.0 4N AND LE. 1115.011 E ALLOWED T.(0) DAIS TO PEis450 REWIRED 550m HE Ln5 O4 5.41 14+k CL-17 IE/ mRI5I1Ew Ni R�xNRE cc- IP/ mwsI1EA11 frl .... W _ x UNC PORI - STA IN NONSTAD0 PIMP NIXIE ANALYSER SHELTER !atn ,NT u[. ATR lm 3410591.81 IEE 49 9N. 331w6T.As ea 23 2419RAL 1339 EHCfde€) mse7630 1EsotP1 R TB1 1 ' 1 45 2(472 PDT USD 11116016?*MeiT FTE0-14262:14 10M9a1 uk 5 R. 524.244 4.+.19-22 r+1 al :• Qt2 24-41 m • .. rmm )4] 3 AS RENO F1[622 79977,7=u�mPLATE x1E 76.-.11 13.3722 \ ------ [-7 w xs-Rssona--o7 (+} FT i1 15 x - . I I[5-mob-ot f+] • ,tea f-1 o f 35 SEGO 06012 F79I . 16. ReL . 3.45 4E.3.1211 43.314 y xs--o,-0t [ ,.r.-....-0,- 2 27 -ova- 41 1) i F114012 Ero 42`4527. U.N. 677 2 3 NI 4 1 114-2.22 TON149_ si)R N4RP k1.9-5 Okok346. 11f111 x766214, . .,1! -•76x769 f-) 4x ¢ a --ax f+] 5 xs-..,t-o { Y -• -i1-229 - �T 0. '-� + 'a tl Is _ - -. 4 xs-uvb� [+7 3 2-4pe-05 [ 1 fa] r w Y-1449-02 (-t 9 1 7 e t 6 4.1) F ¢.a• FNPgI' pr. IMIIIE HS N LEfIPsi xTTWEO To pq_p, E �.ox 'k--CPIECTCR. 33-29 n,2 S...06 -ME USE NO FOX 89SALY. YALE r si r 9 5 T'-kueN¢Tkk. 33-2a wl suxx-iri Et6.10 M xs5a%bx. MOLE .24 .-04 76) 21, 8 10-0444-33ai m. lucm r.1 r 6 H f,] 0 220 43 r-1 w 1 ---H. (-41I(-41I2) e x5-462762-03 (-1 1) "-33020 1-1 Q fes. !1 2112 l ' U --u r-1 x i n-4506,3 f+7 >3 a -.76-43 4 f-) w arksfe-u f-] 9.7 d,9 1111 ENGINEERING iI . I 1 vl Ai 4349. DS r 2 .. 9.c , ; . '" .. 9 r N9 P] 1�{} Ir -II,,... 1-1 .I 19 Hc�595n C+1 FIC -6505. -. -1 IT t� nP.sm - 1P HC -65764 (+) H:�5P2 99 i76-1 4 f 45-IJB-%X%K ii I (-7 Tt (-7 9.v. ft] al 12 2' Afol C '•. .,li 766- f+1 914 P 96~500• 03 0114 [-S m 13 Scv. f,) -.eo 1 [-1 AY y� 1.-129 f -f .I IS o-.enb (,) s,F¢wll Sw 95 as f -S 9 f 51 oc RR °'P� foe..1 SIC-¢SPS4 f) i ¢ f) "0" 43:761. G] ek .. 214x91 , �. . x -1x2. is 9,71. f•1 19-4573 A/El UPPER CONNECTTIR (MOLE) l//{{ I J 11-41204 r-1 r9. (+1 237614 f-] 1T II Fr_la r-1 .I C+7fo �k f-1 9 f 9.5-2'Ju1F65 T _ (_S pr-5ce 21-445 4 7 R W STAN% [+1 sa:I GS EN x5_4;059-01 22 a-4°aim [+1 2 N` n el LH (H el 19 4221, {+] ul.bW CO 3 F+'1sLT MFHI ] Lout' n-0,95/9-9E 199 0414:1 1-1 EN s {+1 � Ix99iR,-1 f 0 ul-16. [-]' Le 47634 f-1 ii j 1a0STATUS 4 1 91 2O x5 -.2299-0T C Y at w aA -¢SW 1-) r ESSMAI 898+2 93 0 21 M-13990-43 HI f9. v\ x at 4a[w5e-o2 JJJ��� 11J 114!'28-031- T9 22 19- 259-0a 4+7 23 f9. 4-.M"" 1. j� r 4 .I 22 5764. 23 LUfJ1 PTE SEFNR { ] 97945:916/13-07 �x/g 1411-111211-1-1 i IN 763-.5W9-92 [ 7 T el (+) f+t 2 24 R 44 a¢ms m 1.9(/J1Y�,, 1,30(6-N 1-1 25 672 45058-03 0_�4y01 _, .�.� - IT I1 m 1276176E NI a (+7 P-40235.2./Ei LONER 'T1" CONNECTOR (FEI(OLEI 0+4931+) or 21 HC Kew N) a 9.l'Lc 27 -4604.5 l 4 AAAA Ho-4xm 1-) 91 -.227513 {+1 ?8 39>4A59 ^ 14141-) " fn 43 5Wf€ H 9.0 A.Je S R C M AXO {+1 RED CW 0. 141 1 1 T '� 24-1 f+1 al P 79-09.7 [+1 .,, >� fo 31 Q l /ff11� ` -o-4 [-S vo-eer� (,7 /y 3c+Ot® i-1 " 9 5 R HC -256204/9 512.51414 { 7 � Tvie. 91 µ'-14',17/!g 9212 f+j 2 P) COM, (-i -4x976 G7 761 11071 N •9 'PARE 5-45.695/0 SATE i �V - bme [] x 5.4 R-M9e [+] mee [-] r I 3. F® TWIT CG9A TWIT aw m I-7 p % M !:ENE"P REAL VpTEg 4422 (•7 91 :: ' m0 .v3 Fur 4462 x7114 THE -6272 of 244 wm nu rccnAEwF STAPLES STREET PUMP STATION — MPROVEMENTS STAPLES STREET P.S. CHEM, InJJ. PUMP d—eOX 45—f4-450/ WJRWO 0+AORAM 'l, orE-1 fo 37 or -f75.22 {+) C-7 .. 4 41 r-1 IT tl 3] -276761762 . ...or a- ." 46 04 92) t1O n "N E"R3 m " °H 5 2 ='7=1.- FE �n 1. x a>, E. " 1113E WOOS S 4646.1E CNA. 133 12 S.7£ AI J 4 l n w SPARE o . �V..ETFF c.3ors p 41 Fx " .t Ilp EdEPI, 42 a SOME 7,731 arab=_scx• ..7612- F:w x 04 7031 021 00 THF rn5,EIW raSi iar41m :Nor, SO:19 xM axc�'S1OIAM srw ' 1 -7�H2.la1a w � 191K Fa„99 4. �wOCEED UN 1«... 19. or.D � m R. E 2--691. 511ELC15 2-616R. ALL PRES MP ...VI P .EPLE PIPE PC,. 34NE• MP :DVS 67nac .1112,1E -•41422 22 o 42" 4 T 0 08 0 401. 4212 5923001 1-29x. 172 221E11E7 2-47. 116 01413.213,01413.213,r su3 .'� wMF"�n'sx4 N xlc�o 3 .. Hmm NJ. IMNE Nuns 'cuvC acnbucu.v. SLAW 4EOEO CM O 4219 5HE1AE6 ..__% m2Y4S25 ]43044 H*01CH.229.4TE 2-2219. 418 SHEL;EO THE, sEETA. 34y 241 Rv3EF/ TM TO HClre49£ w .£a4REO CON5T9UC'110N NOTES ` Eu 77-5 TO NO 9-0(766 OAP, *04040TOR PAW 9-7.5042 Cm..Et. 9 N TO 111-MO5 4101444 xu.F, 0 1 222 MC ALL cpaRm 4x72767645 REFLE'.'Imi c6 NSTALL 4112 WIRE ST0 919194'6' 45-2.-9.770 9.c CABINET 42 4 4PCATm IN 41350540 X09 A. 9-40*1+ 'C' I] mc. 0x6262 •554. *043504 709--=',.0 909.2. TKW 51 CONNECTOR L7 TO 01143 5-.596 LONE CCn1ECree d 0 =VINOM t TO pow 6-.44\9 '9' Com62TOR TO NO5-598 •I TCR " 440744 48)44 4U9wE 7 T (EXISTING CHEM. INJ, ENCLOSURE) WIRING DIAGRAM 0 RN ;TRU' SF » g,. N.A3TT% 9.2-tk, . .E,E..¢.4.� 4E..H., 5--IJd-4SG1 41 fll Fla IEE 49 9N. 331w6T.As T. NW®ERS GENITAL ,STRuwENr Sx11BELS �Enwars CF IOENnEuAmou L ! icw5 pORM1 SYSTEMS y MDT LET. wafmuw limos I TERF,EEr,1.MaGLS 1 I MO uuvRT nme.6ai '`J E iiia ° woEEa _44 wmsFc GENERAL MOTES moa • p>.IHiiE rwi gni° ° rwnt. Q ra a n y� ganga us w a TE ° nm•110E u Ixme .r rrnn ` EiEMEDEmms MD . 7a 1 ¢ nsiawlcn �r3x ecw' ixE INE i , 41 CFELICE. 44. 4. PRP•PIT PE DaPIEPC4 Dr ECM . IMMO, 4141 EC 1.0.411T TO TIE EaDIHEE, xlrarrex 1111 ENGIN EER1~ 0rerrrruM xR6E ar v x11 mow• ® ,----n< masma N L161. 6 a na.Eo e MC THE �.mm61 AN -me COMI a+9T sm1Weca i�nicVIDE ml. L E n Ti :nenilo-5 o aznre-. sr• 6.1.• 9x . avec ri ao m Mal u . „ x i E N..M=ERs stn .nfONML nE90Na110N5 Loss, 6.6 n men was I. urn s6061% 6.6 °A�m",Tc airfIl' N.C.. 40a SHILLa 61:650.10 LETTEM 6•6E6Ex ;°E o S Qmx<a 41.10 a arm NI .F.C. .nx1.6.991 ,„. ..� ':x . ,. ..•,r,K,.. DIF.w.ffc .a PIS e'1 ,.3.,:•...�IS -6616.116.7,11,611116s..,, a VIlegff LINE SNECLS E, f'CESS_SEY1 E Sri8OLS vrLrE AHD WE ACNArOR SYY60LS WAR 1m�w�¢nmasmwcmxo1111111, MI uv¢ 0 6.11.116.11.1111. RQ EEmC.aa • EL Ewc MIK —Q'— 0 T++-la�Lrv.CW: ^amlc rn�ca xrnurur ,nwol am.. 9E:mn EER L BBI.0 .x3 [a�.PYpi Ixl 44., mamsir. m.Ea 6e mu.a —L --r Ifitta440 DD. 01 WE nrmxr all. rr'E —F- 11121.161,6 1111M6116 111,411 •... LIE* ___*. .rxu c"+xxnm roar .InTrE% WET' S.xmra aienoia Lema xr MSS SNOWY net rnrzawnc may w116661 taiga. 4 T Ho xNmp e II -D v rMno6 xuiry xrm 1.1. [Immo MDT UMFECip,Bath STAPLES STREET PUMP STATION - MPROVEMENTS PROCESS & INSTRUMENT DIAGRAM LEGEND �cei�EC. uF. A]g am. 33T6o91.113 LIZ . Ad am. 33110911113 ', a �, 4�gs ISSUED FOR an. ""i'"` __; _. DEMOLITION ONLY 11 xlrarrex 1111 ENGIN EER1~ . "� S-iw Aa3. Yh�aY� K-3,33�'"-J�e rHM;:i T OE - AU WI i r > 9''tc ►.� ox �' } .mar L djokiii CITY OF CORPUS C TEXAS fume OEM. ENT '$f § xn — w�a w.nrs ❑ r se } . IMP; i • °Aletf*N L'1 F'A. .0- I£8e ort , �El� e [0] �" T 1f ... 9:Z4.. ,ro ) all'�ffi -oir i' ;L_, 4 �...= iii _ I m I STAPLES STREET PUMP STATION - MPROVEMENTS STORAGE & PUMPNG P&1D DEMGLMON we f wme 8731 [ H PEI Fan4144, H iT pji}, ■ it ie tititi5 I. a Cl41 `vNl �v mN ev emn ..„— wm.a Y %251 6292 Batt' LIZ . Ad am. 33110911113 LIZ . .11,9+o 337624r.&3 sass w° ... IfEri -*A ggEll xlrarrex 1111 ENGIN EER1~ 1 V Rao: s4.-3 t"� 4.20 .. H.,), meHL nt -10 U CC OF CCRLIS CH TEPA - UsnMmt�lE,x„ Q -.wn[n Iia cnruml} ISSUED FOP DEMOLITION ONLY Fi°i . .i 4284 r M OA STREET PUMP STATION 111111 4ICPL ADDITION P&ID I w I STAPLES STREET PUMP STATION - MPROVEMENTS CHEWCAL ADDITION P&ID DEMOL!]7ON o o I• a-ro-ouo) STAPLES amminimil LIZ . .11,9+o 337624r.&3 LIZ . 4,9 +m 33110F.&s ffi nEla _EE .,�m,..i .tea 4 III ENGINEERING BSC1:4.12 92 far TM6 _ 4 1 �1 1 1 rR11 Y CITY OF CORPUS CHRIS TEXAS same E SNET ,..,m..1 LP } A r ._,_._, I 1 fl4. .06Y 1 `7" xo=:'." `r• 1 I 1 1 1 1 J 1._.J I 8 Y "r' •ort; r' `T'r Wr Mrx 1 1 1 1 I 1 i J1._. WI a o= X5. MI ,.1_, ' re T450` t . V 3'as rr .L w a 1 i xort 1 i i r___ I m I FFPFFFFF STAPLES STREET PUMP STATION — MPROVEMENTS STORAGE & PLMAPRIE R&D • 0" Ya r� e r d� r • ,-- + STREET PUMP STP .k3 al P4503 , ..,,,,,1�-.�r "• P4501 P4502 • w..., m .00 © 4543 P4501 T450�1 - me. P4502 �' .s--1•16-.0, LIZ . 4,9 +m 33110F.&s ek9 33762222, 111 1111 ENGINEERING BSC1:4.12 92 far I— v...w.To MO OF CORPUS CHRIS TEXAS CEPAne I. f F V4SLSR �45CSH �,cemx ,.._..... r _ © 2 144 I it ' ti T742r/ 4, -, r..x �.�. Z o I m I STAPLES STREET PUMP STATION — MPROVEMENTS CJ -EM CAL ADDf77ON R&D n tis �� m "'lee' � .1S-116111 4i".r�TM` T FT ' j . a y W P4 1,15C5A/19 1,45DE. uElEtc eGuu 'Jut, ek9 33762222, 00 9101 ADDENDUM NUMBER 1 Project: Staples Street Pumping Station Improvements Project Number: Owner: City of Corpus Christi E12004 City Engineer: J. H. Edmonds, P.E. _ .. � 3 Designer: Urban Engineering - J. Douglas McMullan, P. E. Addendum No. 1 Specification Section: 00 9101 Issue Date: 11/10/2016 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: Urban Engineering J. Douglas McMullan,'P. E. c10/2016 t � % {p.(SpF TE�!II * c? t * + t J. 00UGLAS MCMULLAN r T{ 1... 91068 ;;� rf o' lrcE10.0. ' �- 4b �. `►4► . ti �, ,. a \\'gyp , • Name Da Addendum Items: Article 1— 00 21 1.3 Invitation to Bid and Instructions to Bidders • Modifications to Article 2 - General Notice; Paragraph 2.02 Section 00 30 00 Bid Acknowledgment Form • Modifications to Article 6 --Time af Completion; Paragraph 6.01(Attachment 1) Section 00 30 01 Bid Form • Modifications to Contract Times (Attachment 2) Section 00 52 23 Agreement • Modifications to Article 3 - Contract Times; Paragraph 3.01(Attachment 3) Article 2 — Specification • Delete and Add Specification (Attachment 4) Article 3 — Drawings • Delete and Add Drawings (Attachment 5) Article 4 - Clarifications Urban Engineering TBPE Firm No: 145 Addendum No. 1 Staples Street Pumping Station Improvements — Project No. E12004 00 9101 -1 Rev 01-13-2015 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 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS, Article 2 - General Notice: DELETE: Paragraph 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is $2,060,200. The Project is to be substantially complete and ready for operation within 180 days. The Project is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. ADD: Paragraph 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is $2,060,200. The Project is to be substantially complete and ready for operation within 210 days. The Project is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM, Article 6 - Time of Completion: (Attachment No. 1) DELETE: Paragraph 6.01 Bidder will complete the Work required to be substantially completed within 180 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 210 days after the date when the Contract Times commence to run. ADD: Paragraph 6.01 Bidder will complete the Work required to be substantially completed within 210 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 240 days after the date when the Contract Times commence to run. C. SECTION 00 30 01 BID FORM — Contract Times (Attachment. No. 2) DELETE: Bidder agrees to reach Substantial Completion in 210 days Bidder agrees to reach Final Completion in 240 days Addendum No. 1 Staples Street Pumping Station Improvements — Project No. E12004 009101-2 Rev 01-13-2016 ADD: (ATTACHMENT No. 2) Bidder agrees to reach Substantial Completion in 210 days Sheet 38 of 45 — Rec. Draw No. WTR-434; SCADA Network Architecture — Demolition Only Bidder agrees to reach Final Completion in 240 days D. SECTION 00 52 23 AGREEMENT, Article 3 — Contract Time (Attachment No. 3) DELETE: Paragraph 3.01- Contract Times A. The Work is required to be substantially completed within 180 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 210 days after the date when the Contract Times commence to run. ADD: Paragraph 3.01 Contract Times A. The Work is required to be substantially completed within 210 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 240 days after the date when the Contract Times commence to run. ARTICLE 2 — MODIFICATIONS TO THE SPECIFICATIONS OR TECHNICAL SPECIFICATIONS. 2.01 ADD, DELETE OR REPLACE SPECIFICATION SECTIONS (OR TECHNICAL SPECIFICATIONS) A. Delete the following Specification Sections (or Technical Specifications): Deleted Specification Sections (or Technical Specifications) 40 90 02.1 User Requirements Specification — Staples Street Pump Station B. Add the following Specification Sections (or Technical Specifications): Added Specification Sections (or Technical Specifications) 40 90 02.1 Used Requirements Specification — Staples Street Station (Attachment No. 4) ARTICLE 3 - MODIFICATIONS TO THE DRAWINGS 3.01 ADD OR DELETE DRAWINGS A. DELETE the following Drawings: Deleted Drawings Sheet 23 of 45 — Rec. Draw No. WTR-434; Instruction Plan — Demolition Sheet 25 of 45 — Rec. Draw No. WTR-434; Instruction Plan New Work Sheet 38 of 45 — Rec. Draw No. WTR-434; SCADA Network Architecture — Demolition Only Addendum No. 1 Staples Street Pumping Station Improvements — Project No. E12004 009101-3 Rev 01-13-2016 B. ADD the following Drawings: (ATTACHMENT No. 5) Added Drawings Sheet 23 of 45 — Rec. Draw No. WTR-434; Instruction Plan — Demolition Sheet 25 of 45 — Rec. Draw No. WTR-434; Instruction Plan New Work Sheet 38 of 45 — Rec. Draw No. WTR-434; SCADA Network Architecture — Demolition Only ARTICLE 4 — CLARIFICATIONS 4.01 CLARIFICATIONS A. Clarification: "Since the release of the Final Bid Documents for the Staples Street Pump Station Improvements Project (Project No. E12004), the City has replaced the existing MOSCAD RTU described in the Instrumentation and Control documentation with an Allen- Bradley CompactLogix PLC unit. The Scope of the Instrumentation and Control work shall not change. All existing PLC controllers (existing Chemical Injection Allen-Bradley PLC located in the existing junction box in the Control Room and the new, City installed Allen- Bradley PLC located in the existing MOSCAD RTU enclosure in the Electrical Room) shall be removed and replaced with a single Allen-Bradley ControlLogix PLC as per the original Instrumentation and Control Scope of Work." (See attachment 4 and 5) END OF ADDENDUM NO. 1 Addendum No. 1 Staples Street Pumping Station Improvements — Project No. E12004 009101-4 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, November 16, 2016 at 3:00 pm, for Staples Street Pumping Station Improvements — Project No. E12004. 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 — Staples Street Pumping Station Improvements— Project No. E12004 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: Addendum No. Addendum Date Signature Acknowledging Receipt Bid Acknowledgement Form Staples Street Pumping Station Improvements — Project No. E12004 ADDENDUM No. 1 ATTACHMENT No. 1 PAGE 1 OF 5 003000-1 Rev 01-13-2016 ARTICLE 3 — BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site; and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information, observations, and documents on: A. The cost, progress, and performance of the Work; B. The means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and Bid Acknowledgement Form Staples Street Pumping Station Improvements — Project No. E120 ADDENDUM No. I ATTACHMENT No. I PAGE 2 OF 5 003000-2 Rev 01-13-2016 all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4 — BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in the BID FORM. A. Extended amounts have been computed in accordance with Paragraph 13.03 of the General Conditions. B. Bidder acknowledges that the estimated quantities are not guaranteed, and final payment for all Unit Price items will be based on actual quantities provided, measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price. ARTICLE 5 — EVALUATION OF BIDDERS 5.01 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner. The Owner will consider the amount bid, the Bidder's responsibility, the Bidder's safety record, the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder. The Owner reserves the right to waive any and all irregularities in determining the Bidders' responsibility or value, and whether the Bidder has met the minimum specific project experience requirements, and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid, reject any and all Bids, to waive any and all irregularities in the Bids, or to reject non -conforming, non-responsive or conditional Bids. In addition, the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner, changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally, the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Bid Acknowledgement Form ADDENDUM No. 1 ATTACHMENT No. 1 PAGE 3 OF 5 Staples Street Pumping Station Improvements — Project No. E12004 003000-3 Rev 01-13-2016 ARTICLE 6 — TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 210 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 240 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 7.01 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. ARTICLE 9 — VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County, Texas for any legal action. ARTICLE 10 — SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. 10.02 The Bidder, or the Bidder's authorized representative, shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s) signing the Bid must have the authority to bind the Bidder to a contract, and if required, shall attach documentation of signatory authority to the Bid Form. Bid Acknowledgement Form Staples Street Pumping Station Improvements — Project No. E12004 ADDENDUM No. 1 ATTACHMENT No. 1 PAGE 4 OF 5 003000-4 Rev 01-13-2016 10.03 Bidders who are individuals ("natural persons" as defined by the Texas Business Organizations Code §1.002), but who will not be signing the Bid Form personally, shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the individual(s) authorized to execute documents on behalf of the Bidder. Bidders using an assumed name (an "alias") shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency, or as otherwise existing. ARTICLE 11— BID SUBMITTAL 11.01 This Bid is submitted by: By: Name: Title: Attest: (typed or printed full legal name of Bidder) (individual's signature) (typed or printed) (typed or printed) State of Residency: Federal Tax Id. No. Address for giving notices: (individual's signature) Phone: Email: (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) END OF SECTION Bid Acknowledgement Form ADDENDUM No. 1 ATTACHMENT No. 1 PAGE 5 OF 5 Staples Street Pumping Station Improvements — Project No. E12004 003000-5 Rev 01-13-2016 00 30 01 BID FORM Project Name: Staples Street Pumping Station Improvements Project Number: E12004 Owner: City of Corpus Christi Bidder: B2 OAR: LS Designer: Urban Engineering Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid Part A - General (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Al 'Mobilization 1 LS 1 1 SUBTOTAL PART A - GENERAL (Items Al) Part B - WATER IMPROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 18 -inch, 20 -inch, and 24 -inch Suction Valves and Piping LS 1 Cl 'Utility Allowance 1 B2 16 -inch and 20 -inch Discharge Valves and Piping LS 1 $ 20,000.00 SUBTOTAL PART C - ALLOWANCES (Item C1) B3 7.5 MGD Pump, Base and Motor EA 3 $ 20,000.00 B4 16 -inch Slant Check Valve EA 3 B5 20 -inch Panametric Flow Meter EA 3 B6 20 -inch Flow Meter S. S. Flow Tube EA 3 B7 Electrical (250 HP VFD's, Breaker and Misc. Cond/Cable) LS 1 B8 HVAC LS 1 B9 Demolition of 5 MGD Pumps, Piping and other items LS 1 B10 Instrumentation and Integration LS 1 B11 Tie - Into 48 Inch Suction EA 3 B12 Tie - Into 42 Inch Discharge EA 3 B13 Air Release Valve Assembly EA 3 B14 Miscellanceous Concrete (Pump Bases, Pipe Supports and Sidewalk) LS 1 B15 Trench Safety LF 50 B16 Preconstruction Exploratory Excavation LS 1 B17 SWPPP LS 1 B18 Seeding for Grass Restoration SY 300 B19 Concrete Pavement SF 1890 SUBTOTAL PART B - WATER IMPROVEMENTS (Item 131 THRU B19) Part C -ALLOWANCES (per SECTION 01 23 10 ALTERNATES AND ALLOWANCES) Cl 'Utility Allowance 1 LS 1 1 1 $20,000.00 $ 20,000.00 SUBTOTAL PART C - ALLOWANCES (Item C1) $ 20,000.00 Bid Form Staples Street Pumping Station Improvements - Project No. E12004 ADDENDUM No. 1 ATTACHMENT No. 2 PAGE 1 OF 2 Page 1 of 2 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT BID SUMMARY SUBTOTAL PART A - GENERAL (Items Al) 210 days Bidder agrees to reach Final Completion in SUBTOTAL PART B - WATER IMPROVEMENTS (Items B1 thru B19) days SUBTOTAL PART C - ALLOWANCES (Item C1) $ 20,000.00 TOTAL PROJECT BASE BID (PARTS A THRU C) I Contract Times Bidder agrees to reach Substantial Completion in 210 days Bidder agrees to reach Final Completion in 240 days Bid Form Staples Street Pumping Station Improvements - Project No. E12004 ADDENDUM No. 1 ATTACHMENT No. 2 PAGE 2 OF 2 Page 2 of 2 Rev 01-13-2016 00 52 23 AGREEMENT This Agreement, for the Project awarded on , is between the City of Corpus Christi (Owner) and Owner and Contractor agree as follows: (Contractor). ARTICLE 1— WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Staples Street Pumping Station Improvements Project No. E12004 ARTICLE 2 — DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Urban Engineering 2725 Swantner Corpus Christi, TX 78404 2.02 The Owner's Authorized Representative for this Project is: TO BE DETERMINE ARTICLE 3 — CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 210 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 240 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 Staples Street Pumping Station Improvements — Project No. E12004 ADDENDUM No. 1 ATTACHMENT No. 3 PAGE 1 OF 6 005223-1 Rev 06-22-2016 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 $1000 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner $1000 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 0135 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4 — CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $ ARTICLE 5 — PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. Agreement Staples Street Pumping Station Improvements — Project No. E12004 ADDENDUM No.1 ATTACHMENT No. 3 PAGE 2 OF 6 005223-2 Rev 06-22-2016 C. Payment will be made for the amount determined per Paragraph 5.02.B, less the total of payments previously made and less set -offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6 — INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government. Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7 — CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; Agreement Staples Street Pumping Station Improvements — Project No. E12004 ADDENDUM No. 1 ATTACHMENT No. 3 PAGE 3 OF 6 005223-3 Rev 06-22-2016 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 8 — ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper Agreement Staples Street Pumping Station Improvements — Project No. E12004 ADDENDUM No. 1 ATTACHMENT No. 3 PAGE 4 OF 6 005223-4 Rev 06-22-2016 financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9 — CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10 — CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR — Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. Agreement Staples Street Pumping Station Improvements — Project No. E12004 ADDENDUM No. 1 ATTACHMENT No. 3 PAGE 5 OF 6 005223-5 Rev 06-22-2016 ATTEST CITY OF CORPUS CHRISTI Rebecca Huerta City Secretary APPROVED AS TO LEGAL FORM: Janet L. Kellogg Assistant City Attorney J.H. Edmonds, P.E. Director of Engineering Services ATTEST (IF CORPORATION) CONTRACTOR (Seal Below) By: Note: Attach copy of authorization to sign if person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer Title: Address City State Zip Phone Fax EMail END OF SECTION Agreement Staples Street Pumping Station Improvements — Project No. E12004 ADDENDUM No. 1 ATTACHMENT No. 3 PAGE 6 OF 6 005223-6 Rev 06-22-2016 June 2016 Technical Specifications for Construction SECTION 40 90 02.1 USER REQUIREMENTS SPECIFICATION - STAPLES STREET PUMP STATION 1. PROJECT DESCRIPTION Staples Street Pump Station is used to deliver water to, and maintain water pressure of, the existing water distribution system for the City of Corpus Christi. The Staples Street Pump Station currently consists of: one (1) existing 7.5 MG ground storage reservoir, two (2) existing 5 MGD horizontal split -ease centrifugal pumps and their associated suction valves, one (1) existing 48" intake butterfly valve, one (1) existing 48" station discharge butterfly valve and one (1) existing station by-pass butterfly valve. Also existing at the pump station is an Allen-Bradley CompactLogix PLC control system controlling station operation, an Allen-Bradley CompactLogix PLC for controlling the existing chemical injection system and other basic control instrumentation, including 18" Panametrics ultrasound flow meters downstream of each pump for monitoring and controlling the pump station. Proposed upgrades for the pump station consist of: a) Replacement of the existing two (2) 5 MGD pumps with two (2) new pumps, motors and VFD's (Variable Frequency Drive) for each pump. b) Addition of one (1) additional new pump and motor with new VFD. c) Replacement of the two (2) existing pump flowmeters and addition of one (1) new flowmeter, to be located downstream of each pump. d) Replacement of the existing Allen-Bradley CompactLogix PLC station control system, and integration of the existing CompactLogix chemical injection PLC into e) a new, Allen-Bradley ControlLogix-based PLC control system. The existing PLC enclosure and field wiring shall be retained; the existing enclosure backpanel will be replaced with a new backpanel that will have the new ControlLogix PLC system mounted on it. f) Integration of all existing pump station instrumentation, replacement of any existing instrumentation that require replacement and addition of any and all new instrumentation required to provide a fully operational pump station. The Pump station will normally be operated by the City Water Department Operations personnel located at the O. N. Stevens Water Treatment Plant (ONSWTP) via fiber optic communications in a manner to maintain the City water distribution system pressure, with flow and storage reservoir level overrides. Station control will be by utilizing a primary pump VFD, with other pumps being brought online as constant -speed pumps as required to maintain system pressure. 2. PROCESS DESCRIPTION The Piping and Instrumentation Diagram (P&ID) shall be provided by the Instrumentation design engineer. 3. CONTROL PHILOSOPHY a) Project Scope The Staples Street Pump Station project instrumentation controls and integration scope includes, but is not limited to the following: Page 1 of 8 USER REQUIREMENTS SPECIFICATION -STAPLES STREET PUMP STATION 40 90 02.1 ADDENDUM No. 1 ATTACHMENT No. 4 PAGE 1 OF 8 June 2016 Technical Specifications for Construction i. Procurement of all instrumentation, communications and PLC equipment required by this project to deliver a fully functional control system as specified by the Controls System Design Engineer. ii. Fabrication of any and all control panels per the Controls System Design Engineer. iii. Integrator coordination with the electrical contractor for the installation of all conduits, cable tray, cables, wiring and any and all other materials and equipment required to provide a fully -functional PLC -based control system. iv. Integrator coordination with the electrical contractor for the replacement of the existing PLC control panel located at the pump station with the new PLC panel and termination of any and all new and existing power and field instrumentation wiring pertaining to the new control system. v. Integration of existing water quality analytical equipment into the new PLC control system and control of existing chemical injection pumps. vi. Development and implementation of any and all component control and communications programming required to provide a fully -functional PLC -based control system for the new Staples Street Pump Station. vii. Design and deployment of new HMI screens, configuration of alarms, configuration of process data historian and any and all other programming required to a new, local HMI system and to the existing HMI system located at the ONSWTP to provide a fully -functional PLC -based control system for the new Staples Street Pump Station. b. Scope of Automation New automation for the modification of the existing Staples Street Pump Station control system shall consist of, but not limited to the following: i. Monitor and report the pump station suction and pump discharge header pressures to the local station HMI and ONSWTP Control Room via SCADA. ii. Monitor level in the local ground storage reservoir to the local station HMI and ONSWTP Control Room via SCADA. iii. Monitor the status and position of the station intake, discharge and by-pass valves and control of these valves. - The intake valve shall open or close automatically to maintain a set level in Ground Storage Reservoir. Existing tank level transmitter shall be used to control the opening and closing of the intake valve. iv. Monitor all pump bearing temperatures and vibration sensors, motor winding temperatures, individual motor amps and any and all other pump / motor -health instrumentation. v. Automatically adjust all VFD speed rates based on process conditions or operator - specified parameters. Process variables that will be monitored and controlled shall be: Station discharge pressure Flowrates Controlling process variable shall be determined on process demands compared to operator -specified setpoints. Normal operation will utilize pump station discharge header (City water system) pressure, with high/low flow override or high/low storage reservoir level override. vi. Automatically select the pumps based upon the runtime of pumps. vii. Automatically start or stop pumps depending on total system pressure demands. viii. Monitor all alarm points and shutdown pumps as required when adverse process or motor/pump health conditions are detected. Page 2 of 8 USER REQUIREMENTS SPECIFICATION -STAPLES STREET PUMP STATION 40 90 02.1 ADDENDUM No. 1 ATTACHMENT No. 4 PAGE 2 OF 8 June 2016 Technical Specifications for Construction ix. Display all relevant process data on the local and ONSWTP HMI SCADA systems and enable auto/manual control of the system from the local SCADA HMI. x. Automatically record process data in the ONSWTP SCADA historical database, and display trending information when requested. xi. Monitor water quality analytical equipment and record the data in the ONSWTP SCADA historical database, and display trending information when requested. xii. Automatically start, control and stop water quality chemical injection pumps as required to maintain Operations specified water quality parameters. c. Continuous Operation Continual monitoring and control of all pump station pumps, process variables and water quality monitoring equipment is required to maintain an adequate and acceptable level of pressure and water quality in the City water distribution system. d. Control Schemes and Strategies i. The Staples Street Pump Station Pump Control Sub -System shall have three (3) operating modes: LOCAL, MANUAL: VFD speed is set manually via a local VFD interface. All pumps shall be started / stopped locally. REMOTE, MANUAL: VFD speeds are set by operations. Additional pumps can be started / stopped by operations via SCADA. REMOTE, AUTOMATIC: This shall be a fully -automated, closed-loop control system. VFD speed is controlled by the control system based on an Operations -entered setpoint of the desired process variable (default process variable is the station discharge (City water system) pressure). Additional pumps shall be started / stopped by the control system in order to maintain the required process variable setpoint. NOTE: As all pumps have VFD's, any additional pump started shall be set to 100% (or Operations - dictated maximum allowed) speed. No more than one (1) VFD shall be utilized as process variable control at any time. Switching between control modes shall be executed in a way that prevents any sudden or abrupt changes in system pressure or flowrates. Pump station control shall be accomplished by ramping a pump station VFD speed up or down according to the controlled process variable setpoint. a. If the controlling VFD reaches the maximum allowed operating speed (as set by Operations), a second (or third) pump shall be started at the maximum allowed speed and shall maintain a constant speed, and the controlling VFD shall reduce speed and continue to control at the process variable control setpoint. b. If the controlling VFD reaches the lowest minimum allowed speed (as set by Operations) and multiple pumps are running, the control system shall shut down one pump set at constant speed at a time while the controlling VFD maintains the process variable setpoint, until only the controlling VFD is operating. c. Controlling VFD shall be shut down if the pump station controlled process variable is below the minimum allowed speed (as set by Operations) Page 3 of 8 USER REQUIREMENTS SPECIFICATION -STAPLES STREET PUMP STATION 40 90 02.1 ADDENDUM No. 1 ATTACHMENT No. 4 PAGE 3 OF 8 June 2016 Technical Specifications for Construction The control systems shall automatically rotate inactive pumps within the pump station while in any REMOTE mode. Pump rotation schedules shall be governed by total runtimes for each pump. In determining this schedule, the total runtimes of each pump will be analyzed over a 30 -day period. This schedule shall be modifiable by Operations via the SCADA HMI system. ii. Ground Storage Reservoir Fill Sub -System shall have three (3) operating modes: LOCAL, MANUAL: Ground Storage Reservoir is filled by operating the intake valve manually at the actuator. REMOTE, MANUAL: Ground Storage Reservoir is filled by operating the intake valve manually and remotely via the local or SCADA HMI. REMOTE, AUTOMATIC: Ground Storage Reservoir is filled automatically. Intake valve is opened when tank level is at or below an Operations -specified open set point, and is closed when tank level is at or above an Operations - specified close set point. iii. Water Quality Chemical Injection Sub -System shall have three (3) operating modes: LOCAL, MANUAL: Injection pump speed is set manually by operators via a local pump interface.. REMOTE, MANUAL: Injection pump speeds are set by operations. Injection pumps can be stopped by operations via local HMI or Plant SCADA. REMOTE, AUTOMATIC: This shall be a fully -automated, closed-loop control system. Injection pump speed is controlled by the control system based on an operator -entered setpoint of the desired process variable (usually station water quality based on station total tlowrate). e. Safeties and Interlocks The following list is a partial listing of safeties and interlocks. Refer to the P&ID's and any other pertinent documentation for a complete listing and explanation of all interlocks and safeties to be configured. i. Pump station discharge header shall have a HIGH alarm and HIGH -HIGH shutdown pressure setpoints, and will generate alarms in the local station HMI and Plant SCADA HMI or shutdowns in the local station HMI. A HIGH -HIGH pressure shutdown shall cause the pump(s) to shutdown to prevent downstream system over -pressure damage. To clear a HIGH -HIGH alarm, a pump reset will be required, combined with alarm acknowledgement in the HMI. ii. Manual or automatic starting of any pump shall not be permitted if: The station discharge valve is closed. A HIGH -HIGH station discharge pressure alarm is active. A pump / motor health -monitoring parameter is in a HIGH -HIGH alarm state. A pump—start is attempted while the pump time -between -starts and/or starts - per -hour timers in the motor protection relay are running. Page 4 of 8 USER REQUIREMENTS SPECIFICATION -STAPLES STREET PUMP STATION 40 90 02.1 ADDENDUM No. 1 ATTACHMENT No. 4 PAGE4OF8 June 2016 Technical Specifications for Construction - The level in the ground storage reservoir is in a LOW -LOW alarm state unless by-passed by Operations. iii. A pump shall be stopped if the pump discharge flowrate has not reached an (Operations specified) minimum flowrate within 5 minutes (Operations adjustable) after starting. iv. A pump shall be commanded to stop if the pump motor run indication has not been set within 5 minutes (Operations adjustable) after a pump start command has been issued. g. v. When the ground storage tank level is in a LOW -LOW state without BYPASS mode, all pumps shall be stopped, and a local station HMI and Plant SCADA HMI alarm shall be activated. No station pump shall be allowed to start while a ground storage reservoir LOW -LOW alarm is active, unless by-passed by Operations. To clear the alarm, a HMI reset will be required, combined with alarm acknowledgement in the HMI. Batch Operations None Operations Involvement Operators shall be required to manually open all ground storage reservoir and pump suction manual valves per defined City Operations procedures to reflect the desired piping and pump selection configuration. The following information shall be entered by Operations: i. REMOTE, AUTOMATIC Mode: Desired process variable setpoint to maintain. Default process variable shall be the station discharge (City water distribution system) pressure. If a different process variable (flowrate, storage reservoir level) is desired, Operations must select it via Operations HMI system. Desired Variable Frequency Drive for control. Other additional pumps available for operation. Station intake valve open/close set point for tank level. Station intake and discharge pressure alarm set points. Water quality chemical injection dosage setpoints. Analytical instrument alarm set points. h. Sequence Design Control sequence design shall be based on operational requirements stated in this document. Page 5 of 8 USER REQUIREMENTS SPECIFICATION -STAPLES STREET PUMP STATION 40 90 02.1 ADDENDUM No. 1 ATTACHMENT No. 4 PAGE 5 OF 8 June 2016 Technical Specifications for Construction i. Failure Philosophy - When powered on, the Ground Storage Reservoir Fill Sub -System shall start in REMOTE, MANUAL mode. - If ground storage reservoir level transmitter failure is detected or station intake valve fail alarm is active while in REMOTE, AUTOMATIC, the Ground Storage Reservoir Fill Sub -System shall switch to REMOTE, MANUAL mode. HMI alarm shall be activated locally and in the ONSWTP Plant HMI. - When powered on, the Pump Control Sub -System shall default to the REMOTE, AUTOMATIC mode, with station discharge pressure set as the default process variable. Default setpoint shall be 0.0 PSIG. - If discharge pressure transmitter failure is detected, Pump Control Sub - System shall switch to REMOTE, MANUAL mode and an HMI alarm shall be activated locally and in the ONSWTP Plant HMI. - If the feedback speed signal for a controlling VFD is lost, the Pump Control Sub -System shall switch to REMOTE, MANUAL mode and continue to operate with the last good speed input signal reading as the setpoint. An HMI alarm shall be activated locally and in the ONSWTP Plant HMI. - If communications is interrupted or lost with the ONSWTP Plant SCADA system, pump station shall operate with the last known good process variable setpoint entered into the local PLC, and a communications lost alarm shall be activated locally and in the ONSWTP Plant HMI. - When powered on, the Water Quality Chemical Injection Sub -System shall default to the REMOTE, AUTOMATIC mode, with station water quality levels set as the default process variables. Default chemical injection dosage setpoints shall be 0.0 mL/h. - If an analytical instrument failure is detected, an HMI alarm shall be activated locally and in the ONSWTP Plant HMI. J - Human factors Any and all new HMI screen(s) for the Staples Street Pump Station developed for the ONSWTP SCADA HMI and the pump station local HMI shall conform to the Plant's standards and existing look and feel. Details of the screen layout, specific displays, controls, alarm categories and priorities shall be worked out between ONSWTP staff and control system provider in a series of workshops. Management Information Logging of setpoint changes, control of process variable changes, control system access and alarms made at the pump station shall be automatically logged in the ONSWTP Plant Historian system. Staples Street Pump Station control system shall not require any Advanced Process Control (APC) or interfaces with Management Information Systems (MIS). Page 6 of 8 USER REQUIREMENTS SPECIFICATION -STAPLES STREET PUMP STATION 4090 02.1 ADDENDUM No. 1 ATTACHMENT No. 4 PAGE 6 OF 8 June 2016 Technical Specifications for Construction 4. PROJECT SPECIFIC REQUIREMENTS a. System Hardware i. Any and all new control system instrumentation and communications hardware shall conform to the current Plant standards unless otherwise stated. ii. The City Water Department has standardized on the Allen-Bradley CompactLogix PLC hardware platform and the Allen-Bradley FactoryTalk SCADA and HMI platform. iii. Due to the criticality for constant pump station operations, an Allen-Bradley ControlLogix PLC system shall be required for the Staples Street Pump Station. k. Plant Interface The new Staples Street Pump Station PLC control system shall have the following interfaces with station devices: i. Modbus interface with new station VFD's, new station motor protection relays and existing water quality analytical equipment. - An analog 4-20mA output for speed control and an analog 4-20mA input for speed feedback shall be required for each VFD. ii. Ethernet/IP over existing fiber optic with ONSWTP Plant SCADA server and new pump station PLC controller. - A new, dedicated industrial network switch and industrial firewall/router for the new PLC control system shall be required. iii. Analog 4-2OmA inputs from new and existing pump station instrumentation. - If new analog instrumentation has intelligent digital interfaces (HART interface), this information shall be brought into the station PLC. iv. Digital 24VDC status and control for pump station intake, by-pass and station discharge valve MOV's and any other digital devices utilized in this project. I. Operator Interface i. Pump station pumps shall have local STOP -START station located adjacent to each pump motor for starting and stopping pumps when in LOCAL, MANUAL mode. ii. VFD's shall have a local operator intertace as part of the VFD controller for operator control while in LOCAL, MANUAL mode and monitoring of VFD parameters locally. iii. Pump station automated valves shall have local Local -Off -Remote switches and local Open / Close control as part of the valve controller. iv. Local pressure indicators shall be mounted in such a manner to allow for ease of viewing by operators. m. Control System Software Configuration i. All control system software shall be written for the Allen-Bradley ControlLogix PLC platform. ii. Control system Engineer and integrator shall review any and all existing control system configurations with City staff and modify as required to meet new system configuration needs. iii. The system integrator shall be responsible for tuning any and all control loops. Page 7 of 8 USER REQUIREMENTS SPECIFICATION -STAPLES STREET PUMP STATION 40 90 02.1 ADDENDUM No. 1 ATTACHMENT No. 4 PAGE 7 OF 8 June 2016 Technical Specifications for Construction 5. Additional Notes and Comments a. None END OF DOCUMENT Page 8 of 8 USER REQUIREMENTS SPECIFICATION -STAPLES STREET PUMP STATION 40 90 02.1 ADDENDUM No. 1 ATTACHMENT No. 4 PAGE 8 OF 8 COPE OF WORK is 2 1110,� _ dg� 1 11.E ,e ,r...��% ,Tow. I! Z wS! Y.i. OF CONSTRUCTION NOTES 0 : �rv:arrws mrx.rs rWn IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII 11M ■■■■ YHaIIHIIII == �I IIIIa-a W.F.. CI il. TO 4. 11311.1..11E4,413, W.pi 0 ii.alla mm..a p. . g1.0.arm F'° 1.10.' "�'0 0 1,151,C .10,114.1.1.1R191141 1 ' a t! pi' a O il 1.0.74 STAPLES STREET PUMP STAfQN - IMPR©VEMENTS JNST UMENTATION PLAN - OEMOLTlON pp G ptll� fl I�I• pa HIl D ' ■ �• n•�nI•nnr • a PLAN DEMOLITION N..�j INSTRUMENT IR ..„ ,.... .„- ADDENDUM No. GRAPHIC SCALE �� �� ATTACHMENT Na 5 L PAGE 1 OF 3 ',, °"' , 2 WV me, (warty A u.nanweerzr .c... ,•: almcmc, GENERAL NOTES SCOPE OF WONN CONSTFtleT1ON NOTES 1 2 ....., ..... am c.d. wo. owns. 1.1.0 de 4. i nEaodtliMwoWrd.s... d1.6w.d411.61.is4 ....1 1a4.1TEd.o ro6.. M 41E. K. R fo[r216/9r,9..M..4M6 0 dwy4c4n:E3.. d T.. 64.6.1 =WE PLIIT TE .74. 417 MM. 0161....11 ME ...dr 46 WW Pd. 41". 4 6 MORE TO .5,44.T MEd. 961. E. 141.1.0 li. 3t 1.° la Trarravyrix- -11- -0, —1,:E.. AP...E id. WETE0 1.6.5r3r10£6140 oho new 1.... 11194113 LC MM. 11E 12119.13L 1[9.11. 111i . ' 'ATE I:FE 111. 917491072":1E1C "1461}7/1' %./17.122/:"71.; "Hr "' .64•11 14 ...NW ....E.41. 4.1. Ma H.. 2 . COVIA112 OWN 99 11.102-19 t11•1421211 WO= 12 1•19/C. 9.1. it ordwr m w dada. 211191211. 119 29111919ig 2.4 11193/M rove m rtc wsc maro u 1, n• Fen [erns . TE M.. 1..11. 6 WM TO TE .1.6. OTTE W..' PR 1-.. WO 51.5104 .... •66 • MEd. EV.0 4161 9211102 10 W. IT ETW.T .011... Pi ow /3 1592111 1121119 1.1191/11 MI 1111 MN PS imam 0 a ie.. MINI: poi 21:Y1M NM. TAM NO 4.7.„..6% wo mai. %Md. L. IN d E.. T..l.ao 1.641 4.6 4, ....,V..,..7.115=1,,P.6.4 ITLOWEVELEOFLIZT MT. sdi.s do ....SE 4.6 . wi. nom .116 12-123131 19 ICA ow wad /AD zdaerr ,..--- 0 ** -,... ia ; 6' ,. .4.4. Z 2 if 5 •••••• 129 III ei: ,.. 0 Yd.. axTE lid. 7 idda N.144 ill „, gitirt,::::4r147r L.Ttf:L RcEr.Atf.' msr=smar UM I. _ _ _, = o t• --' 1FL /EU& I-- o .so . I I •-_J 1 teloomen STAPLES STREET PUMP STATON — IMPROVEMENTS fP:STRUMENTATON PLAN NEW WORK .... 1 : o - _ .:1 • 0.14.a..•-......••7 m .= — — — CI' 44 761111 ::1 i i --r Ili 01 1::__...as_ i •'4.-----------(7.1re, 1111 it , i ri ADDENDUM Na 1 Eimiluilmanummmaz .p. 9.9.9.1.1 11.1. .0.1.•9•0•1•1•1•1•1•1• • ATTACHMENT No. S PAGE 2 OF 3 .9 ik'N•INSTRUMENT PLAN NEW WORK X ' CCAPI-11C SCALE Hain =an- . 6 6 6 W W., 9 . .3.,.-,-,r, ......... ............. ...7,...,...„ 1 t.„...,....._ 7E XV 6C 337608. 0 RE A:@' 1U. eiD3 � a W mcusxaLm CAT_YST NRS ¢ m Tmrn 6 nr 5 s R 11011:1: z w W �••• in 9 le e�°e F3 NILv;9A 100 GENERA_ NOTES OEOCLI110u AGES ^ ^ - T "T PY+#PTP .JT 9 1. THESE INSTRUMENTATION 0RA9dNG5 ARE DIAGA n 11000 c0RIHO R SHALL P10+ICE 045 INSTALL q AER PLC AND 00 NOT NECE55J911Le SHOW EA010 0w'CNEHi //oopp CALLEN. AIRING AND ;wr AH0 ALL OTHFN ECUPHENT AN0 NSYN 1aPdN. T{OCUMRAyTc1R ^JIALL ISCWUE .cu=LETE A.TEROLLS PEOJIRm 10 PRO510E COMPLETE AND ALL HEMS 40 30 REQUIRED TO EueurvcE 001 THE (WIPE . = PLc comm. ANO couuuNrsTns sisTEN. CCOIM. 5 0001. . 1S ['O.0 E 0 ABLE T +TOR SHILL REFINE ALL IXSTING C404Mu4ICATONS HSTALLATION REQuI3ENENTS uP00 01.0PLETI OF THE E I ••0R ANO 00UOO 1, THE PLCENCLOSURE AND IN NiTRK c., Trris ERS n5 - LR IY 1 (a OD ENs'IM4010 Y L MCRA AS Au MINCED. wilicil NSH"LL OE 05(00 TpHEyny'r THE P TO THE T - T -HALL COORDINATE MIH 0ONRE0O � ENMIEENS JTESTIO THE ES'SRRAGTR SHALL NOT 1 - sEC P POENEn R.A 1ONPLL`4 E .Lill. k �] G FNFO E0 TOE THEE CONTRACTOR 9VED AHD E THEMENGINEER NLORNnikka IS ISSUED NTAACTC HALL FlEl UERIF' 0..MENI ALL FIELDAmmo CA 4 R"' X 0 W •' ~ AND or 3. O]OPONATE cEs ER 00 sCH¢wLE NIsTEN EFu0EM A, SLENCLI110N N000NH SHALL OE 0 ALTPA CR SH OH••+ER Y AO OETNLEO 13 AGE 5 4010 10 ERFORUEO. RNT2wrICR peRpopm Equnm o[ cuTioNEO lm NENj AW r As LLD DIOICATE1 ON BANS (7 AMIN SI ISSUED FOR s.....•, STAPLES STREET PUMP STAfQN - IMPROVEMENTS SCADA NETWORK ARC-ETECTiJRE DEMOLITION DEMOLITION ONLY .r SCADA NETWORK ARCHITEC (IOEMOl1TION ONLY) �, IISLAJLEP,IXALESE LGT 1101 ••.40Tx�ln +41F Rte.+.f _ EE6'TEf 00 L. DAT .,-(0N5(10(1.E0N, N1 U.O. PLC ENC)O E 1N 11 1P FICKLE ANALYZER SHELTER m -10-5e01 ADDENDUM Na 1 ATTACHMENT No.5 Oath PAGE SOF4 IMMMEMMEMI 2140TH .0414 _, rA-- RE A:@' 1U. 00 9101 ADDENDUM NUMBER 2 Project: Staples Street Pumping Station Improveme s Project Number: Owner: City of Corpus Christi E12004 City Engineer: J. H. Edmonds, P.E. \--. - ti Designer: Urban Engineering—J. Douglas McMullan, P. E. Addendum No. 2 Specification Section: 00 9101 Issue Date: 11/11/2016 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: Urban Engineering J. Douglas McMullan, P. E. 11/11/2016 ..e.robwileit �y ,�g'[P.•....j.•'..44 i•.451f • Iv if e“.- i I; J. DOUGLAS MCMULLAN /f 's 91068 '. f t '. l: !! . ` Ilia ■' 1 ,, 7 � Name Date Addendum Items: Modifications— Invitation to Bid and Instruction to Bidders • Article 1- Paragraph 3.01 and 3.05 (Attachment No. 1) Modifications — Bid Acknowledgement Form + Article 1 - Paragraph 1.01 (Attachment Na 2) Urban Engineering TOPE Firm No.: 145 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 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS - Article 3, paragraph 3.01 and 3.05 and In SECTION 00 3000 BID ACKNOWLEDGEMENT FORM — Article 1, paragraph 1.01: 1. The date for receipt of Bids has been changed to Wednesday, November 16, 2016, 2:00 pm. END OF ADDENDUM NO. 2 Addendum No. 2 Staples Street Pumping Station improvements - Project 009101-1 Rev 01-13.2016 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS ARTICLE 1— DEFINED TERMS 1.01 Terms used in this Invitation to Bid and Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. ARTICLE 2 — GENERAL NOTICE 2.01 The City of Corpus Christi, Texas (Owner) is requesting Bids for the construction of the following Project: Staples Street Pumping Station Improvements Project No. E12004 A. The project consists of the installation of three (3) 7.5 MGD horizontal split case pumps and motors, suction and discharge pipe, valves and fittings, variable speed drives, electrical feed to support the new pumps, HVAC to maintain humidity and temperature in the pumping Station electrical and control rooms, upgrade of the process monitoring and control instrumentation, demolition of existing analytical panels, demolition of existing 5 MGD pumps, motors, bases and suction/discharge pipes, installation of analytical instrument panels, control system integration and an upgrade of the SCADA system to Utility Department Standard Hardware/Software Platform. 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is $2,060,200. The Project is to be substantially complete and ready for operation within 210 days. The Project is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. 2.03 Advertisement and bidding information for the Project can be found at the following website: www.CivCastUSA.com 2.04 Contract Documents may be downloaded or viewed free of charge at this website. This website will be updated periodically with Addenda, lists of interested parties, reports, or other information relevant to submitting a Bid for the Project. ARTICLE 3 — DELIVERY AND OPENING OF BIDS 3.01 Bids must be received no later than 2:00 pm, Wednesday, November 16, 2016, to be accepted. Bids received after this time will not be accepted. It is the sole responsibility of the Bidder to deliver the Bid, electronic or hard copy, by the specified deadline. 3.02 Complete and submit the Bid Form, the Bid Bond and the Bid Acknowledgement Form along with all required documents identified in the Bid Acknowledgement Form. 3.03 Electronic Bids may be submitted to the CivCast website at www.civcastusa.com. Invitation to Bid and Instructions to Bidders Staples Street Pumping Station Improvements - Project No. E12004 ADDENDUM No. 2 ATTACHMENT No. 1 PAGE 1 OF 9 002113-1 Rev 01-13-2016 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 — Staples Street Pumping Station Improvements — Project No. E12004 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. 3.05 Bids will be publicly opened and read aloud at 2:00 pm, Wednesday, November 16, 2016, at the following location: City Hall Building— City of Corpus Christi First Floor City Council Staff Room or Council Chambers 1201 Leopard Street Corpus Christi, Texas 78401 3.06 The Owner will read aloud the names of the Bidders and the apparent Bid amounts shown on the Bid Summary for all Bids received in time to be considered. ARTICLE 4 — PRE-BID CONFERENCE 4.01 A non -mandatory pre-bid conference for the Project will be held on Tuesday, November 1, 2016 at 2:00 pm, at the following location: City Hall Building — Engineering Services Conference Room 1 or 2 3rd floor, Engineering Services 1201 Leopard Street, Corpus Christi, Texas 78401 ARTICLE 5 — COPIES OF CONTRACT DOCUMENTS 5.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. 5.02 Use complete sets of Contract Documents in preparing Bids; Bidder assumes sole responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. Invitation to Bid and Instructions to Bidders Staples Street Pumping Station Improvements - Project No. E12004 ADDENDUM No. 2 ATTACHMENT No. 1 PAGE 2 OF 9 002113-2 Rev 01-13-2016 5.03 OPT makes copies of Contract. Documents available for the sole purpose of obtaining Bids for completion of the Project and does not confer a license or grant permission or authorization for any other use. ARTICLE 6 — EXAMINATION OF CONTRACT DOCUMENTS 6.01 Before submitting a Bid: A. Examine and carefully study the Contract Documents, including any Addenda and related supplemental data. B. Become familiar with all federal, state, and local Laws and Regulations that may affect cost, progress, or the completion of Work. C. Carefully study and correlate the information available to the Bidder with the Contract Documents, Addenda, and the related supplemental data. D. Notify the OAR of all conflicts, errors, ambiguities, or discrepancies that the Bidder discovers in the Contract Documents, Addenda, and the related supplemental data. E. Determine that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. 6.02 The submission of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article 5, that without exception the Bid is premised upon completion of Work required by the Contract Documents, Addenda, and the related supplemental data, that the Bidder has given the OAR written notice of all conflicts, errors, ambiguities, and discrepancies that the Bidder has discovered in the Contract Documents, Addenda, and the related supplemental data and the written resolutions provided by the OAR are acceptable to the Bidder, and that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. ARTICLE 7 —INTERPRETATIONS AND ALTERNATE BIDS 7.01 Submit all questions about the meaning or intent of the Contract Documents, Addenda, and the related supplemental data using the Owner's Bidding Website at www.civcastusa.com. Responses to questions submitted will be posted on the website by the Owner for the benefit of all Bidders. Responses will be posted for questions submitted by 5:00 p.m. seven (7) days prior to the date of the bid opening. Inquiries made after this period may not be addressed. 7.02 Submit any offer of alternate terms and conditions, or offer of Work not in strict compliance with the Contract Documents to the OAR no later than 14 days prior to the date for opening of Bids. OAR and Designer will issue Addenda as appropriate if any of the proposed changes to the Contract Documents are accepted. A Bid submitted with clarifications or taking exceptions to the Contract Documents, except as modified by Addenda, may be considered non-responsive. 7.03 Addenda may be issued to clarify, correct, or change the Contract Documents, Addenda or the related supplemental data as deemed advisable by the Owner or Designer. Modifications to the Contract Documents prior to the award of contract can only be made by Addenda. Only Invitation to Bid and Instructions to Bidders Staples Street Pumping Station Improvements - Project No. E12004 ADDENDUM No. 2 ATTACHMENT No. 1 PAGE 3 OF 9 002113-3 Rev 01-13-2016 answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. ARTICLE 8 —BID SECURITY 8.01 Bidders must submit an acceptable Bid Security with their Bid as a guarantee that the Bidder will enter into a contract for the Project with the Owner within 10 days of Notice of Award of the Contract. The security must be payable to the City of Corpus Christi, Texas in the amount of 5 percent (5%) of the greatest amount bid. 8.02 Bid Security may be in the form of a Bid Bond or a cashier's check, certified check, money order, or bank draft from a chartered financial institution authorized to operate in the State of Texas. Bidders submitting bids electronically through the CivCast System at www.CivCastUSA.com shall scan and upload a copy of Bid Bond as an attachment to their bid. Cashier's check, certified check, money order or bank draft must be enclosed in a sealed envelope, plainly identified on the outside as containing bid documents, the bidder's name and the job name and number and delivered as required in Article 3. 8.03 Bid Bond Requirements: 1. A Bid Bond must guarantee, without qualification or condition, that the Owner will be paid a sum equal to 5 percent (5%) of the greatest amount bid if, within 10 calendar days of Notice of Award of the Contract, the Bidder/Principal: a. fails to enter into a contract for the Project with the Owner; or b. fails to provide the required Performance and Payment Bonds. 2. A Bid Bond may not limit the sum payable to the Owner to be the difference between the Bidder/Principal's bid and the next highest bidder. 3. The Bid Bond must reference the Project by name as identified in Article 1. 4. Bidders may provide their surety's standard bid bond form if revised to meet these Bid Bond Requirements. 8.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 8.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. 8.06 Owner may annul the Notice of Award and the Bid Security of the Bidder will be forfeited if the apparent Selected Bidder fails to execute and deliver the Agreement or Amendments to the Agreement. The Bid Security of other Bidders whom the Owner believes to have a reasonable chance of receiving the award may be retained by the Owner until the earlier of 7 days after the Effective Date of the Contract or 90 days after the date Bids are opened. 8.07 Bid Securities are to remain in effect until the Contract is executed. The Bid Securities of all but the three lowest responsible Bidders will be returned within 14 days of the opening of Bids. Bid Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. Invitation to Bid and Instructions to Bidders Staples Street Pumping Station Improvements - Project No. E12004 ADDENDUM No. 2 ATTACHMENT No. 1 PAGE 4 OF 9 002113-4 Rev 01-13-2016 ARTICLE 9 - PREPARATION OF BID 9.01 The Bid Form is included with the Contract Documents and has been made available at the Owner's Bidding Website. Complete all blanks on the Bid Form by typing or printing in ink. Indicate Bid prices for each Bid item or alternate shown. 9.02 Execute the Bid Acknowledgement Form as indicated in the document and include evidence of authority to sign. 9.03 Acknowledge receipt of all Addenda by filling in the number and date of each Addendum. Provide a signature as indicated to verify that the Addenda were received. A Bid that does not acknowledge the receipt of all Addenda may be considered non-responsive. 9.04 Provide the name, address, email, and telephone number of the individual to be contacted for any communications regarding the Bid in the Bid Acknowledgement Form. 9.05 Provide evidence of the Bidder's authority and qualification to do business in the State of Texas or covenant to obtain such qualification prior to award of the Contract. ARTICLE 10—CONFIDENTIALITY OF BID INFORMATION 10.01 In accordance with Texas Government Code 552.110, trade secrets and confidential information in Bids are not open for public inspection. Bids will be opened in a manner that avoids disclosure of confidential information to competing Bidders and keeps the Bids from the public during considerations. All Bids are open for public inspection after the Contract is awarded, but trade secrets and confidential information in Bids are not typically open for public inspection. The Owner will protect this information to the extent allowed by Laws and Regulations. Clearly indicate which specific documents are considered to be trade secrets or confidential information by stamping or watermarking all such documents with the word "confidential" prominently on each page or sheet or on the cover of bound documents. Place "confidential" stamps or watermarks so that they do not obscure any of the required information on the document, either in the original or in a way that would obscure any of the required information in a photocopy of the document. Photocopies of "confidential" documents will be made only for the convenience of the selection committee and will be destroyed after the Effective Date of the Contract. Original confidential documents will be returned to the Bidder after the Effective Date of the Contract if the Bidder indicates that the information is to be returned with the Bid, and arrangements for its return are provided by the Bidder. ARTICLE 11— MODIFICATION OR WITHDRAWAL OF BID 11.01 A Bid may be withdrawn by a Bidder, provided an authorized individual of the Bidder submits a written request to withdraw the Bid prior to the time set for opening the Bids. 11.02 A Bidder may withdraw its Bid within 24 hours after Bids are opened if the Bidder files a signed written notice with the Owner and promptly, but no later than 3 days, thereafter demonstrates to the reasonable satisfaction of the Owner that there was a material and substantial mistake in the preparation of its Bid. The Bid Security will be returned if it is clearly demonstrated to the Owner that there was a material and substantial mistake in its Bid. A Bidder that requests to withdraw its Bid under these conditions may be disqualified from responding to a reissued invitation to Bid for the Work to be furnished under these Contract Documents. Invitation to Bid and Instructions to Bidders Staples Street Pumping Station Improvements - Project No. E12004 ADDENDUM No. 2 ATTACHMENT No. 1 PAGE 5 OF 9 002113-5 Rev 01-13-2016 ARTICLE 12 — BIDS REMAIN SUBJECT TO ACCEPTANCE 12.01 All Bids will remain subject to acceptance for 90 days, but the Owner may, at its sole discretion, release any Bid and return the Bid Security prior to the end of this period. ARTICLE 13 — STATEMENT OF EXPERIENCE 13.01 The three lowest Bidders must submit the information required in SECTION 00 45 16 STATEMENT OF EXPERIENCE within 5 days of the date Bids are due to demonstrate that the Bidder meets the minimum requirements to complete the Work. ARTICLE 14 — EVALUATION OF BIDS 14.01 The Owner will consider the amount bid, the Bidder's responsibilities, the Bidder's safety record, the Bidder's indebtedness to Owner, the Bidder's capacity to perform the work and/or whether the Bidder has met the minimum specific project experience requirements. 14.02 Owner may conduct such investigations as it deems necessary to establish the responsibility of the Bidder and any Subcontractors, individuals, or entities proposed to furnish parts of the Work in accordance with the Contract Documents. 14.03 Submission of a Bid indicates the Bidder's acceptance of the evaluation technique and methodology as well as the Bidder's recognition that some subjective judgments must be made by the Owner during the evaluation. Each Bidder agrees to waive any claim it has or may have against the OPT and their respective employees, arising out of or in connection with the administration, evaluation, or recommendation of any Bid. ARTICLE 15 — AWARD OF CONTRACT 15.01 The Bidder selected for award of the Contract will be the lowest responsible Bidder that submits a responsive bid. Owner reserves the right to reject any and all Bids, including without limitation, non -conforming, non-responsive or conditional Bids. The Owner reserves the right to adopt the most advantageous interpretation of the Bids submitted in the case of ambiguity or lack of clearness in stating Bid prices and/or waive any or all formalities. 15.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work shall be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. ARTICLE 16 — MINORITY J MBE / DBE PARTICIPATION POLICY 16.01 Selected Contractor is required to comply with the Owner's Minority / MBE / DBE Participation Policy as indicated in SECTION 00 72 03 MINORITY / MBE / DBE PARTICIPATION POLICY. 16.02 Minority participation goal for this Project has been established to be 45%. 16.03 Minority Business Enterprise participation goal for this Project has been established to be 15%. Invitation to Bid and Instructions to Bidders Staples Street Pumping Station Improvements - Project No. E12004 ADDENDUM No. 2 ATTACHMENT No. 1 PAGE 6 OF 9 002113-6 Rev 01-13-2016 ARTICLE 17 — BONDS AND INSURANCE 17.01 Article 6 of the General Conditions and SECTION 00 72 01 INSURANCE REQUIREMENTS sets forth the Owner's requirements as to Bonds and insurance. When the Selected Bidder delivers the executed Agreement to the Owner, it must be accompanied by the required Bonds and evidence of insurance. 17.02 Provide Performance and Payment Bonds for this Project that fully comply with the provisions of Texas Government Code Chapter 2253. Administration of Bonds will conform to Texas Government Code Chapter 2253 and the provisions of these Contract Documents. ARTICLE 18 — SIGNING OF AGREEMENT 18.01 The City Engineer or Director of Capital Programs will submit recommendation for award to the City Council for those project awards requiring City Council action. The Selected Bidder will be required to deliver the required Bonds and insurance certificates and endorsements along with the required number of counterparts (1) of the Agreement and attached documents to the Owner within 14 days. The Contract will be signed by the City Manager or his/her designee after award and the Bidder's submission of required documentation and signed counterparts. The Contract will not be binding upon Owner until it has been executed by both parties. Owner will process the Contract expeditiously. However, Owner will not be liable for any delays prior to the award or execution of Contract. ARTICLE 19 — SALES AND USE TAXES 19.01 The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any City or State sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Assume responsibility for including any applicable sales taxes in the Contract Price and assume responsibility for complying with all applicable statutes and rulings of the State of Texas Comptroller. 19.02 It is the Owner's intent to have this Contract qualify as a "separated contract." ARTICLE 20 — WAGE RATES 20.01 This Contract is subject to Texas Government Code Chapter 2258 concerning payment of prevailing wage rates. Requirements for paying the prevailing wage rates are discussed in SECTION 00 72 02 WAGE RATE REQUIREMENTS. Bidders must pay not less than the minimum wage shown on this list and comply with all statutes and rulings of the State of Texas Comptroller. ARTICLE 21— BIDDER's CERTIFICATION OF NO LOBBYING 21.01 In submitting its Bid, Bidder certifies that it has not lobbied the City or its officials, managers, employees, consultants, or contractors in such a manner as to influence or to attempt to influence the bidding process. In the event it reasonably appears that the Bidder influenced or attempted to influence the bidding process, the City may, in its discretion, reject the Bid. Invitation to Bid and Instructions to Bidders Staples Street Pumping Station Improvements - Project No. E12004 ADDENDUM No. 2 ATTACHMENT No. 1 PAGE 7 OF 9 002113-7 Rev 01-13-2016 ARTICLE 22 — CONFLICT OF INTEREST 22.01 Bidder agrees to comply with Chapter 176 of the Texas Local Government Code and file Form CIO with the City of Corpus Christi City Secretary's Office, if required. For more information on Form CICS and to determine if you need to file a Form CICS, please review the information on the City Secretary's website at http://www.cctexas.com/government/city-secretary/conflict- disclosure/index. ARTICLE 23 —CERTIFICATE OF INTERESTED PARTIES 23.01 Bidder agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this contract, if required. For more information, please review the information on the Texas Ethics Commission website at https://www.ethics.state.tx.us. ARTICLE 24 - REJECTION OF BID 24.01 The following will be cause to reject a Bid: A. Bids which are not signed by an individual empowered to bind the Bidder. B. Bids which do not have an acceptable Bid Security, with Power of Attorney, submitted as required by Article 7. C. More than one Bid for same Work from an individual, firm, partnership or corporation. D. Evidence of collusion among Bidders. E. Sworn testimony or discovery in pending litigation with Owner which discloses misconduct or willful refusal by bidder to comply with subject contract or instructions of Owner. F. Failure to have an authorized agent of the Bidder attend the mandatory Pre -Bid Conference, if applicable. G. Bids received from a Bidder who has been debarred or suspended by Owner. H. Bids received from a Bidder when Bidder or principals are currently debarred or suspended by Federal, State or City governmental agencies. 24.02 The following may be cause to reject a Bid or cause to deem a Bid non-responsive or irregular. The City reserves the right to waive any irregularities and any or all formalities: A. Poor performance in execution of work under a previous City of Corpus Christi contract. B. Failure to achieve reasonable progress on an existing City of Corpus Christi contract. Evidence of Bidder's recurring failure to complete an item of work within a timeframe acceptable to the City or in accordance with a City -accepted schedule is evidence of Bidder's failure to achieve reasonable progress under this subsection. C. Default on previous contracts or failure to execute Contract after award. D. Evidence of failure to pay Subcontractors, Suppliers or employees in accordance with Contract requirements. E. Bids containing omissions, alterations of form, additions, qualifications or conditions not called for by Owner, or incomplete Bids may be rejected. In any case of ambiguity or lack of clarity in the Bid, OWNER reserves right to determine most advantageous Bid or to reject the Bid. Invitation to Bid and Instructions to Bidders Staples Street Pumping Station Improvements - Project No. E12004 ADDENDUM No. 2 ATTACHMENT No. 1 PAGE 8 OF 9 002113-8 Rev 01-13-2016 F. Failure to acknowledge receipt of Addenda. G. Failure to submit post -Bid information specified in Section 00 45 16 STATEMENT OF EXPERIENCE within the allotted time(s). H. Failure to timely execute Contract after award. I. Previous environmental violations resulting in fines or citations by a governmental entity (i.e. U.S. Environmental Protection Agency, Texas Commission on Environmental Quality, etc.). J. Bidder's Safety Experience. K. Failure of Bidder to demonstrate, through submission of the Statement of Experience, the experience required as specified in Section 00 45 16 STATEMENT OF EXPERIENCE, if that Section is included in the bidding documents. L. Evidence of Bidder's lack of sufficient resources, workforce, equipment or supervision, if required by inclusion of appropriate requirements in Section 00 45 16 STATEMENT OF EXPERIENCE. M. Evidence of poor performance on previous Projects as documented in Owner's project performance evaluations. N. Unbalanced Unit Price Bid: "Unbalanced Bid" means a Bid, which includes a Bid that is based on unit prices which are significantly less than cost for some Bid items and significantly more than cost for others. This may be evidenced by submission of unit price Bid items where the cost are significantly higher/lower than the cost of the same Bid items submitted by other Bidders on the project. O. Evidence of Bidder's lack of capacity to perform the Work. Evidence of Bidder's lack of capacity. Evidence of capacity to perform the Work will include a factual review of (i) all remaining work or incomplete work items under any existing city or non -city contract; (ii) ability to perform the Work with remaining sufficient resources, workforce, equipment and supervision/supervisory staff; (iii) ability in the past to timely complete the same or similar work in a good and workmanlike manner utilizing same or similar remaining resources or under the same or similar conditions. Evidence of incomplete work items under any existing City -awarded IDIQ or other contract for similar work may constitute a lack of capacity to perform the Work. END OF SECTION Invitation to Bid and Instructions to Bidders Staples Street Pumping Station Improvements - Project No. E12004 ADDENDUM No. 2 ATTACHMENT No. 1 PAGE 9 OF 9 002113-9 Rev 01-13-2016 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1— BID RECIPIENT 1.01 In accordance with the Drawings, Specifications, and Contract Documents, this Bid Proposal is submitted by (type or print name of company) on: Wednesday, November 16, 2016 at 2:00 pm, for Staples Street Pumping Station Improvements — Project No. E12004. 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 — Staples Street Pumping Station Improvements— Project No. E12004 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: Addendum No. Addendum Date Signature Acknowledging Receipt Bid Acknowledgement Form Staples Street Puming Station Improvements — Project No. E1200A ADDENDUM No. 2 ATTACHMENT No. 2 PAGE 1 OF 5 003000-1 Rev 01-13-2016 ARTICLE 3 — BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site; and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information, observations, and documents on: A. The cost, progress, and performance of the Work; B. The means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and Bid Acknowledgement Form Staples Street Puming Station Improvements — Project No. E12004 ADDENDUM No. 2 ATTACHMENT No. 2 PAGE 2 OF 5 003000-2 v 01-13-2016 all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4 — BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in the BID FORM. A. Extended amounts have been computed in accordance with Paragraph 13.03 of the General Conditions. B. Bidder acknowledges that the estimated quantities are not guaranteed, and final payment for all Unit Price items will be based on actual quantities provided, measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price. ARTICLE 5 — EVALUATION OF BIDDERS 5.01 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner. The Owner will consider the amount bid, the Bidder's responsibility, the Bidder's safety record, the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder. The Owner reserves the right to waive any and all irregularities in determining the Bidders' responsibility or value, and whether the Bidder has met the minimum specific project experience requirements, and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid, reject any and all Bids, to waive any and all irregularities in the Bids, or to reject non -conforming, non-responsive or conditional Bids. In addition, the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner, changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally, the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Bid Acknowledgement Form Staples Street Puming Station Improvements — Project No. E12004 ADDENDUM No. 2 ATTACHMENT No. 2 PAGE 3 OF 5 003000-3 nv 01-13-2016 ARTICLE 6 — TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 210 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 240 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 7.01 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. ARTICLE 9 — VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County, Texas for any legal action. ARTICLE 10 — SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. 10.02 The Bidder, or the Bidder's authorized representative, shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s) signing the Bid must have the authority to bind the Bidder to a contract, and if required, shall attach documentation of signatory authority to the Bid Form. Bid Acknowledgement Form Staples Street Puming Station Improvements — Project No. E12004 ADDENDUM No. 2 ATTACHMENT No. 2 PAGE 4 OF 5 003000-4 Rev 01-13-2016 10.03 Bidders who are individuals ("natural persons" as defined by the Texas Business Organizations Code §1.002), but who will not be signing the Bid Form personally, shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the individual(s) authorized to execute documents on behalf of the Bidder. Bidders using an assumed name (an "alias") shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency, or as otherwise existing. ARTICLE 11— BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: By: Name: Title: Attest: (typed or printed full legal name of Bidder) (individual's signature) (typed or printed) (typed or printed) State of Residency: Federal Tax Id. No. Address for giving notices: (individual's signature) Phone: Email: (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) END OF SECTION Bid Acknowledgement Form Staples Street Puming Station Improvements — Project No. E12004 ADDENDUM No. 2 ATTACHMENT No. 2 PAGE 5 OF 5 003000-5 Rev 01-13-2016 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1 -- BID RECIPIENT 1.01 In accordance wit* the Dra in:+., pecifi ations, ar submitted by I company) on: Wednesday, ov Improvements — Project No. E12004. Contract D. u ents, this Bid Proposal is Ail, fl (type or print name of , 2016 at c.00 pm, for Staples Street Pumping Station 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 — Staples Street Pumping Station Improvements — Project No. E12004 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: Addendum No. Adde ndu Date Si nature Acknowledging Receipt 11116/U iIL ali 44 L(0 (ft Bid Acknowledgement Form Staples Street Fuming Station Improvements — Project No, E12004 ADDENDUM No. 2 ATTACHMENT No. 2 PAGE 1 OF 5 003000-1 Rev 01-13-2016 ARTICLE 3 — BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site, C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site; and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information, observations, and documents on: A. The cost, progress, and performance of the Work; B. The means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and Bid Acknowledgement Form Staples Street Puming Station Improvements — Project No. E12004 ADDENDUM No. 2 ATTACHMENT No. 2 PAGE 2 OF 5 003000-2 v 01-13-2016 003000-3 w 01-13-2016 all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4 — BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in the BID FORM. A. Extended amounts have been computed in accordance with Paragraph 13.03 of the General Conditions. B. Bidder acknowledges that the estimated quantities are not guaranteed, and final payment for all Unit Price items will be based on actual quantities provided, measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price. ARTICLE 5 — EVALUATION OF BIDDERS 5.01 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner. The Owner will consider the amount bid, the Bidder's responsibility, the Bidder's safety record, the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder. The Owner reserves the right to waive any and all irregularities in determining the Bidders' responsibility or value, and whether the Bidder has met the minimum specific project experience requirements, and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid, reject any and all Bids, to waive any and all irregularities in the Bids, or to reject non -conforming, non-responsive or conditional Bids. In addition, the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner, changed the responsibility of the Bidder, 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally, the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Bid Acknowledgement Form Staples Street Puming Station Improvements -- Project No. E12004 ADDENDUM No. 2 ATTACHMENT No. 2 PAGE 3 OF 5 ARTICLE 6 — TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 210 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 240 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 7.01 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. ARTICLE 9 — VENUE 9.01 Bidder agrees that venue shall he exclusively in Nueces County, Texas for any legal action. ARTICLE 10— SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. 10.02 The Bidder, or the Bidder's authorized representative, shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual{s} signing the Bid must have the authority to bind the Bidder to a contract, and if required, shall attach documentation of signatory authority to the Bid Form. Bid Acknowledgement Form Staples Street Fuming Station Improvements — Project No. E12004 ADDENDUM No. 2 1 ATTACHMENT No. 2 PAGE 4 OF 5 003040-4 Rev 01-13-2016 10.03 Bidders who are individuals ("natural persons" as defined by the Texas Business Organizations Code §1.002), but who will not be signing the Bid Form personally, shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the individual(s) authorized to execute documents on behalf of the Bidder. Bidders using an assumed name (an "alias") shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency, or as otherwise existing. ARTICLE 11— E3ID SUBMITTAL 11.01 This Bid is submitted by: Bidder: By: Name: Title: Attest: Aasocialed Constriction Partners LTD 215 W. Bandera Rd Ste. 114-461 Boerne TX 78006 ill State of Residency: Federal Tax Id. No. Address for giving notices: Phone: (type • or r rnted full legal name of bidder) .114 :i, }lam rvrdual s signature) w1A • ed or printed) (typed or printed) (individual's signature) 1113 Associated Con ructioa Partners LTD 215 W. Bandera Rd Ste. 114-461 (Attach evidence of authority to sign if the authorized individ al is not the Bidder, u r n 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 Staples Street Purring Station Improvements — Project No. E12004 ADDENDUM No. 2 ATTACHMENT No. 2 PAGE 5 OF 5 003000-5 Rev 01-13-2015 00 30 01 BID FORM Project Name: Staples Street Pumping Station Improvements Project Number: E12004 Owner: City of Corpus Christi Bidder: _ OAR: Mobilization Designer: Urban Engineering Basis of Bid Item DESCRIPTION I UNIT ESTIMATED QUANTITY UNIT PRICE EXTENCED AMOUNT Base Bid Part A - General (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Al Mobilization LS 1 B3 SUBTOTAL PART A - GENERAL (Items Al) EA Part B - WATER IMPROVEMENTS (per SECTION 01.29 01 MEASUREMENT AND BASIS FOR PAYMENT) _ 81 18 -inch, 20 -inch, and 24 -inch Suction Valves and Piping LS 1 82 16 -inch and 20 -inch Discharge Valves and Piping LS 1 B3 7.5 MGD Pump, Base and Motor EA 3 84 16 -inch Slant Check Valve EA 3 B5 20 -inch Panarnetric Flow Meter EA 3 86 20 -inch Flow Meter S. 5. Flow Tube EA 3 B7 Electrical (250 HP VFD's, Breaker and Misc. Cond/Cable) LS 1 88 HVAC LS 1 B9 Demolition of 5 MGD Pumps, Piping and other items LS 1 1310 Instrumentation and Integration LS 1 1311 Tie - Into 48 Inch Suction EA 3 1312 Tie - Into 42 Inch Discharge EA 3 1313 Air Release Valve Assembly EA 3 1314 Miscellanceous Concrete (Pump Bases, Pipe Supports and Sidewalk) LS 1 B15 Trench Safety LF 50 B16 Preconstruction Exploratory Excavation LS 1 1317 SWPPP LS 1 818 Seeding for Grass Restoration SY 300 B19 Concrete Pavement SF 1890 SUBTOTAL PART B - WATER IMPROVEMENTS (Item B1 THRU B19) Part C -ALLOWANCES (per SECTION 01 23 10 ALTERNATES AND ALLOWANCES) C1 Utility Allowance LS 1 $ 20,000.00 $ 20,000.00 SUBTOTAL PART C - ALLOWANCES (item C1) $ 20,000.00 Bid Form Staples Street Pumping Station Improvements - Project No. E12004 ADDENDUM No. 1 ATTACHMENT No. 2 PAGE 1 OF 2 Page 1 of 2 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED SUBTOTAL PART C - ALLOWANCES (Item C1) QUANTITY $ AMOUNT BID SUMMARY SUBTOTAL PARTA - GENERAL (Items Al) 210 days Il Bidder agrees to reach Final Completion in SUBTOTAL PART B - WATER IMPROVEMENTS (Items B1 thru B19) days SUBTOTAL PART C - ALLOWANCES (Item C1) $ 20,000,00 TOTAL PROJECT BASE BID (PARTS A THRU C} 1 Contract Times (Bidder agrees to reach Substantial Completion in 210 days Il Bidder agrees to reach Final Completion in 240 days Bid Form Staples Street Pumping Station Improvements - Project No. E12004 ADDENDUM No. 1 ATTACHMENT No. 2 PAGE 2 OF 2 Page 2 of 2 Rev 01 13-2016 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: "a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located." "Nonresident bidder" refers to a person who is not a resident of Texas. "Resident bidder" refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. ❑ Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of Bidder (includes parent company or majority owner) qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller's annual publication of other states' laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: By: Name: Title: Business address: Phone: Associated bion Partners LTL W. Bandera Rd Ste. 114-461 Anit Ali I eilt;TAJPR ted) re -- attach evidence of authority to sign) ji'dped or printed) Assoc ,K+ P tr 215 W. Bandera Rd Ste. 114-' u 10 Boerne TX 7bOt,b Email: END OF SECTION Compliance to State Law on Nonresident Bidders Staples Street Pumping Station Improvements — Project No. E12004 003002-1 11-25-2013 00 30 05 City of Corpus Christi Disclosure of Interest City of Corpus Christi SUPPi.IER NUMBER TO BE. ASSIGNED FW CITY PURCHASING DIVISION CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following. information. Every question must be answered. It the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: P. 0. BOX: STREI''.'I' ADDRESS: FIRM IS: Associated Consfruction Partners LTI) 215W Bander? Rd Ste. 114461 Boerne TX 78006 CITY: f. Corporation 4. Association 2. Partnership 5. Other ■ ZIP: 3. Sole Owner ❑ DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. I. State the names of each "employee" of the City of Corpus Christi having an '`ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Job Title and City Department (if known) 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 navies 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 Nft‘c City of Corpus Christi Disclosure of Interest Consultant 003005- Rcv 01-13-2016 FILING. REQUIREMENTS If a person who requests official action on a natter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)] CERTIFICATION 1 certify that all information provided is true and correct as of the date of this statement, that l have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the of C.rptls Christi, Texas as changes occur. Certifying Person: Title: Signature of Ccrtifyin Person: DEFINITIONS Date: Ili \-1-Likt 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 Ihnited 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. g. "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. 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: Staples Street Pumping Station Improvements Project No. E12004 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: Associated Construction Partners LTD 215 W. Bandera Rd Ste. 114-461 B o rttriPTOOT d) f e -- attach evidence of authority to sign) �1&orprinted) Partners LTD Associated Construction 215 W BaDdera Rd Ste. 114-461 Boerne TX 78006 [49 IN Ern ail: J END OF SECTION Non -Collusion Certification Staples Street Pumping Station Improvements—Project No. E12004 003006-1 11-25-2013 GIVCAST Report Created On: 11/1612016 3:31:28 PM PROJECT: E12004 Staples Street Pump Station Improvements BIDDER: Associated Construction Partners Ltd TOTAL BID: $1,923,430.00 COMPLETION TIME: Not Required BIDDER INFO: 215 W Bandera Rd Ste 114-461 Boeme,TX 78006 P: 210-898-8714 F: 210-898-8712 GIVCAST Report Created On: 11/1612016 3:31:28 PM BID FORM BASE BID Total Part A General $90,000.00 Part B Water Improvements $1,813,430.00 Part C Allowances $20,000.00 Total $1,923,430.00 Base Bid Part A General No. Description Unit Qty Unit Price Ext Price Al Mobilization LS 1 $90,000.00 $90,000.00 B2 Sub Total: $90,000.00 Part B Water Improvements No. Description Unit Qty Unit Price Ext Price B1 18 -inch, 20 -inch, and 24 -inch Suction Valves and Piping LS 1 $60,000.00 $60,000.00 B2 16 -inch and 20 -inch Discharge Valves and Piping LS 1 $130,000.00 $130,000.00 B3 7.5 MGD Pump, Base and Motor EA 3 $150,000.00 $450,000.00 B4 16 -inch Slant Check Valve EA 3 $15,000.00 $45,000.00 B5 20 -inch Panametric Flow Meter EA 3 $30,000.00 $90,000.00 B6 20 -inch Flow Meter S. S. Flow Tube EA 3 $70,000.00 $210,000.00 B7 Electrical (250 HP VFD's, Breaker and Misc. Cond/Cable) LS 1 $250,000.00 $250,000.00 B8 HVAC LS 1 $75,000.00 $75,000.00 B9 Demolition of 5 MGD Pumps, Piping and other items LS 1 $10,000.00 $10,000.00 B10 Instrumentation and Integration LS 1 $350,000.00 $350,000.00 B11 Tie - Into 48 Inch Suction EA 3 $15,000.00 $45,000.00 B12 Tie - Into 42 Inch Discharge EA 3 $13,000.00 $39,000.00 B13 Air Release Valve Assembly EA 3 $2,500.00 $7,500.00 B14 Miscellaneous Concrete (Pump Bases, Pipe Supports and Sidewalk) LS 1 $20,000.00 $20,000.00 B15 Trench Safety LF 50 $5.00 $250.00 B16 Preconstruction Exploratory Excavation LS 1 $5,000.00 $5,000.00 CIVCAST Report Created On: 11/16/2016 3:31:28 PM Part B Water Improvements No. Description Unit Qty Unit Price Ext Price B17 SWPPP LS 1 $2,500.00 $2,500.00 B18 Seeding for Grass Restoration SY 300 $5.00 $1,500.00 B19 Concrete Pavement SF 1890 $12.00 $22,680.00 Sub Total: $1,813,430.00 Part C Allowances No. Description Unit Qty Unit Price Ext Price C1 Utility Allowance LS 1 $20,000.00 $20,000.00 Sub Total: $20,000.00 BID BONO Conforms with The American Institute of Architects, A.I.A. Document No. A-310 KNOW ALL BY THESE PRESENTS, That wc, 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.Q. Box 1409, Tulsa, OK 74101 , a corporation duly organized under Ohio . as Surety, hereinafter called the Surety. are held and firmly bound unto the laws of the State of City of Corpus Christi as Obligee, hereinafter called the Obligee. m the sum of *'* FIVE PERCENT OF TOTAL AMOUNT BID *** Dollars ( 5% TAB ) . for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Staples Street Pumping Station Improvements 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 perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 16th day of November , 2016 Witness { Assoc'0,4c . ed construction Partners, Ltd. (Seal) Principal Title Mid -Cont' - t Casualt C pan Witness t By J. Re Attorney -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 `'SEAL _` UH40 rtr' ATTEST: 'rrrrd�'' SHARON HACKL Secretary MID-CONTINENT CASUALTY COMPANY ;)E-, TODD BAZATA 4f.)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 l r t p f r +►1',rii 0% C N!-; :1 .t • 0 q ' • iAp •.•y; �,.•� �' MyC•on Expirs: 0-0819 4:'.9407: JULIE HAN ONEFl �� ��rrrrr+rk4rr 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. Commission # 11008253 Notary Public 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 ane 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 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. It Signed and sealed this - Ltt\day of 1\(]'i , .olyr SHARON HACKL Secretary • .c�; SEAL • ti aHial1tt', y 'r•rrrr+i VOID IF BOX IS EMPTY MID-CONTINENT CASUALTY COMPANY OKLAHOMA SURETY COMPANY STATE OF TEXAS CLAIM NOTICE ENDORSEMENT In accordance with Section 2253.021 (1) ofthc Texas Government Code and Section 53102(6) of the Texas Property Code, any notice of clam to the named surety under this bond(s) should be sent to: Mailing: Physical: MID-CONTINENT CASUALTY COMPANY OKLAHOMA SURETY COMPANY P.O. 130X 1,109 TULSA, OK 74101 TELEPHONE NO. 918-587-7221 1437 5. BOULDER SUITE 200 TULSA, O KLA110 MA 74119 ATTACH THIS NOTICE TO YOUR BOND 00 52 23 AGREEMENT This Agreement, for the Project awarded on January 10, 2017 , 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: Staples Street Pumping Station Improvements Project No. E12004 ARTICLE 2 — DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Urban Engineering 2725 Swantner Corpus Christi, TX 78404 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 210 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 240 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 Agreement 00 52 23 - 1 Staples Street Pumping Station Improvements — Project No. E12004 Rev 06-22-2016 Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner $1000 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner 51000 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 01 35 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4 — CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $ 1,923,430.00 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 00 52 23 - 2 Staples Street Pumping Station Improvements — Project No. E12004 Rev 06-22-2016 B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. C. Payment will be made for the amount determined per Paragraph 5.02.B, less the total of payments previously made and less set -offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6 — INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government. Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7 — CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; Agreement 00 52 23 - 3 Staples Street Pumping Station Improvements — Project No. E12004 Rev 06-22-2016 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. Agreement 00 52 23 - 4 Staples Street Pumping Station Improvements — Project No. E12004 Rev 06-22-2016 ARTICLE 8 — ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9 — CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10 — CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR — Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. Agreement 00 52 23 - 5 Staples Street Pumping Station Improvements — Project No. E12004 Rev 06-22-2016 ATTEST CITY OF CORPUS CHRISTI DOW,. ease11dm,.mw.su oO: rnrRmxc. Numu, e. koa., Nrobe201S:5O:15. c.US Deka 291'1.91.2915:59:15-06iq' Rebecca Huerta City Secretary APPROVED AS TO LEGAL FORM: r Aimee Alcom-Reed 2017.01.19 17:24:07 -06'00' Janet L. Kellogg Assistant City Attorney EOONfey eipned. by Jeff Edman D1l: cr,Jeff Edmode, w o,Erpiiaer ernsLjelSermil aw, US Deb 2017.01.20 011,1559 418'90' J.H. Edmonds, P.E. Director of Engineering Services M2017-001 BY COUNCIL 1110117 RHINAL AUTHORIZED Digitally signed by RHIML Date: 2017.01.20 15:39:21 -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 cnu ow. 3:1-E7n1.Nomme-Nsur 214 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 00 52 23 - 6 Staples Street Pumping Station Improvements — Project No. E12004 Rev 06-22-2016 A� 01/16/2017® CERTIFICATE OF LIABILITY INSURANCE DATE /YY THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: IBTX Risk Services SAT 10101 Reunion Place, Suite 100 A/CNNo Ext: (210) 696-6688 A/C,No: (210) 696-8414 E-MAIL San Antonio TX 78216 ADDRESS: service@ib-tx.com INSURER(S)AFFORDING COVERAGE NAIC# INSURERA: Continental Casualty Company 20443 INSURED (210) 831-5771 INSURER B: Continental Insurance Company 35289 Associated Construction Partners, Ltd. INSURER C: 215 W Bandera Road Suite 114-461 INSURER D: Boerne TX 78006 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:cert ID 21905 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 TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER MM/DD/YYYY MM/DD/YYYY A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGTCLAIMS-MADE � OCCUR 6020651005 10/04/2016 10/04/2017 PREM SESOEa occEmnce $ 500,000 MED EXP(Any one person) $ 15,000 PERSONAL&ADV INJURY $ 11000,000 GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY JjRO- ECT [::] LOC PRODUCTS-COMP/OPAGG $ 2,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINEDSINGLELIMIT $ Ea accident 1,000,000 B ANY AUTO 6020650985 10/04/2016 10/04/2017 BODILY INJURY(Per person) $ OWNED X SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE X AUTOS ONLY X AUTOS ONLY Per accident $ B X UMBRELLA LAB X OCCUR 6020650999 10/04/2016 10/04/2017 EACH OCCURRENCE $ 5,000,000 EXCESS LAB CLAIMS-MADE AGGREGATE $ 5,000,000 DED RETENTION$ $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVEE.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? ❑ N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,maybe attached if more space is required) 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: E12004 Staples Street Pump Station Improvements, Project Number E12004 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Corpus Christi - Engineering Services 1201 Leopard Street AUTHORIZED REPRESENTATIVE Corpus Christi TX 78401 / ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD Page 1 of 1 DATE(MMIDD1YYYY) . CERTIFICATE OF LIABILITY INSURANCE Acct# 1179840F 1/16/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(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 CONTACT 888_828_8365 Lockton Companies, LLC PHONE FAX 5847 San Felipe,Suite 320 Arc No Ext): Arc,No): E-MAIL Houston,TX 77057 ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# INSURER A: Indemnity Insurance Co.of North America 43575 INSURED INSURER B: Insperity,Inc.(A PEO)ASSOCIATED CONSTRUCTION PARTNERS,LTD (A Client Company of The PEO) INSURER C: 19001 Crescent Springs Drive Kingwood,TX 77339 INSURER D *SEE BELOW 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 TYPE OF INSURANCE ADDL SUER POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER MMIDDIYYY MMIDDIYYY COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ DAM CLAIMS-MADE 1:1 OCCUR PREM SESOEa oNcurrDence $ MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY [:] LOC PRODUCTS-COMP/OP AGG $ JECT OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ Ea accident ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS Per accident $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION X PER OTH- AND EMPLOYERS'LIABILITYY/N STATUTE ER ANY 1,000,000 A OFFICERtMEMBERtEXCLUDED?ECUTIVE ❑ N/A X 049188948 101112016 101112017 E.L.EACH ACCIDENT $ (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 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:PROJ.#E12004-STALES STREET PUMP STATION IMPROVEMENTS WAIVER OF SUBROGATION IN FAVOR OF CITY OF CORPUS CHRISTI-ENGINEERING SERVICES WHEN REQUIRED BY WRITTEN CONTRACT. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE CITY OF CORPUS CHRISTI-ENGINEERING SERVICES 1201 LEOPARD STREET CORPUS CHRISTI,TX 78401 � } ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD A� 01/16/2017® CERTIFICATE OF LIABILITY INSURANCE DATE /YY THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: IBTX Risk Services SAT 10101 Reunion Place, Suite 100 A/CNNo Ext: (210) 696-6688 A/C,No: (210) 696-8414 E-MAIL San Antonio TX 78216 ADDRESS: service@ib-tx.com INSURER(S)AFFORDING COVERAGE NAIC# INSURERA: Continental Casualty Company 20443 INSURED (210) 831-5771 INSURER B: Continental Insurance Company 35289 Associated Construction Partners, Ltd. INSURER C: 215 W Bandera Road Suite 114-461 INSURER D: Boerne TX 78006 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:cert ID 21905 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 TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER MM/DD/YYYY MM/DD/YYYY A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGTCLAIMS-MADE � OCCUR 6020651005 10/04/2016 10/04/2017 PREM SESOEa occEmnce $ 500,000 MED EXP(Any one person) $ 15,000 PERSONAL&ADV INJURY $ 11000,000 GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY JjRO- ECT [::] LOC PRODUCTS-COMP/OPAGG $ 2,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINEDSINGLELIMIT $ Ea accident 1,000,000 B ANY AUTO 6020650985 10/04/201610/04/2017 BODILY INJURY(Per person) $ OWNED X SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE X AUTOS ONLY X AUTOS ONLY Per accident $ B X UMBRELLA LAB X OCCUR 6020650999 10/04/2016 10/04/2017 EACH OCCURRENCE $ 5,000,000 EXCESS LAB CLAIMS-MADE AGGREGATE $ 5,000,000 DED RETENTION$ $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVEE.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? ❑ N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,maybe attached if more space is required) 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: E12004 Staples Street Pump Station Improvements, Project Number E12004 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Urban Engineering 2725 Swantner St. AUTHORIZED REPRESENTATIVE Corpus Christi TX 78404 / ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD Page 1 of 1 DATE(MMIDD1YYYY) . CERTIFICATE OF LIABILITY INSURANCE Acct# 1179840F 1/16/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(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 CONTACT 888_828_8365 Lockton Companies, LLC PHONE FAX 5847 San Felipe,Suite 320 Arc No Ext): Arc,No): E-MAIL Houston,TX 77057 ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# INSURER A: Indemnity Insurance Co.of North America 43575 INSURED INSURER B: Insperity,Inc.(A PEO)ASSOCIATED CONSTRUCTION PARTNERS,LTD (A Client Company of The PEO) INSURER C: 19001 Crescent Springs Drive Kingwood,TX 77339 INSURER D *SEE BELOW 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 TYPE OF INSURANCE ADDL SUER POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER MMIDDIYYY MMIDDIYYY COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ DAM CLAIMS-MADE 1:1 OCCUR PREM SESOEa oNcurrDence $ MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY [:] LOC PRODUCTS-COMP/OP AGG $ JECT OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ Ea accident ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS Per accident $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION X PER OTH- AND EMPLOYERS'LIABILITYY/N STATUTE ER ANY 1,000,000 A OFFICERtMEMBERtEXCLUDED?ECUTIVE ❑ N/A X 049188948 101112016 101112017 E.L.EACH ACCIDENT $ (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 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:PROJ.#E12004-STALES STREET PUMP STATION IMPROVEMENTS WAIVER OF SUBROGATION IN FAVOR OF URBAN ENGINEERING WHEN REQUIRED BY WRITTEN CONTRACT. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE URBAN ENGINEERING COR US CHRISTI, I, CORPUS CHRISTI,TX 78404 ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD CNA Blanket Additional Insured - Owners, Lessees or Contractors - with Products-Completed Operations Coverage Endorsement 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: CNA75079XX (1-15) Policy No: 6020651005 Page 1 of 2 Endorsement No: Continental Casualty Company Effective Date: 10/04/2016 Insured Name: Associated Construction Partners, Ltd.,Associated Controls&Instrumentation, LLC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc.,with its permission. CNA Blanket Additional Insured - Owners, Lessees or Contractors - with Products-Completed Operations Coverage Endorsement 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. CNA75079XX (1-15) Policy No: 602M��>DC5 Page 2 of 2 Endorsement No: «PoIUWCompany» Effective Date: 1O.T4.2016 Insured Name: Associated Construction Partners. LA.,Associated Controls&.Instrumentation. LLC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc.,with its permission. CNA Contractors' General Liability Extension Endorsement 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 CNA74705XX (1-15) Policy No: 6020651005 Page <Current Page No> of<Total Pages> Endorsement No: Continental Casualty Company Effective Date: 10/04/2016 Insured Name: Associated Construction Partners, Ltd.,Associated Controls &Instrumentation, LLC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc.,with its permission. CNA Contractors' General Liability Extension Endorsement 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: CNA74705XX (1-15) Policy No: 6020651005 Page <Current Page No> of<Total Pages> Endorsement No: Continental Casualty Company Effective Date: 10/04/2016 Insured Name: Associated Construction Partners, Ltd.,Associated Controls&Instrumentation, LLC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc.,with its permission. POLICY NUMBER:6020650985 COMMERCIAL AUTO CA 20 48 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. 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 Covered Autos Liability Coverage in the Business an "insured" for Covered Autos Liability Coverage, but Auto and Motor Carrier Coverage Forms and only to the extent that person or organization qualifies Paragraph D.2. of Section I — Covered Autos as an "insured" under the Who Is An Insured Coverages of the Auto Dealers Coverage Form. provision contained in Paragraph A.1. of Section II — CA 20 48 10 13 Copyright, Insurance Services Office, Inc., 2011 Page 1 of 1 POLICY NUMBER: 6020650985 COMMERCIAL AUTO CA 04 44 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. 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. CA 04 44 10 13 Copyright, Insurance Services Office, Inc., 2011 Page 1 of 1 CNA 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. It is understood and agreed that in the event of cancellation or any material restrictions in coverage during the policy 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. 0 0 0 0 N O O N 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. CNA74702XX(1-15) Policy No: 6020651005 Page 1 of 1 Endorsement No: 23 CONTINENTAL CASUALTY COMPANY Effective Date: 10/04/2016 Insured Name:ASSOCIATED CONSTRUCTION PARTNERS, LTD. Copyright CNA All Rights Reserved. CNA CN Ed. 02/13 NOTICE OF CANCELLATION OR MATERIAL CHANGE - DESIGNATED PERSON OR ORGANIZATION It is understood and agreed that this endorsement amends the BUSINESS AUTO COVERAGE FORM 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 Name: "Per schedule maintained on file" Attention: Street Address: City, State, ZIP: e-mail address: All other terms and conditions of the Policy remain unchanged. 0 0 N O O N O O O N O O N CNA72315XX(02/13) Policy No: 6020650985 Page 1 of 1 Endorsement No: Effective Date: 10/04/2016 Insured Name:ASSOCIATED CONSTRUCTION PARTNERS, LTD. Copyright CNA All Rights Reserved. Workers'Compensation and Employers' Liability Policy Named Insured Endorsement Number Insperity Inc.ASSOCIATED CONSTRUCTION PARTNERS, LTD Policy Number Symbol: RWC Number: C49188948 Policy Period Effective Date of Endorsement 10/1/2016 TO 10/1/2017 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 ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. In the event of cancelation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notices is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of Days Advance Notice 30 2. Notice will be mailed to: URBAN ENGINEERING 2725 SWANTER ST. CORPUS CHRISTI, TX 78404 fp� Authorized Agent WC 42 06 01 (7/84) Ptd, in U.S.A. Acct#: 1179840 Workers' Compensation and Employers' Liability Policy Named Insured Endorsement Number Insperity Inc.ASSOCIATED CONSTRUCTION PARTNERS, LTD Policy Number Symbol: RWC Number:C49188948 Policy Period Effective Date of Endorsement 10/1/2016 TO 10/1/2017 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: URBAN ENGINEERING 2725 SWANTER ST. CORPUS CHRISTI, TX 78404 ( ) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: RE: PROJ. #E12004-STALES STREET PUMP STATION IMPROVEMENTS 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 Authorized Representative WC 42 03 048(06/14) C Copyright 2014 National Council on Compensation Insurance,Inc. All Rights Reserved. Workers'Compensation and Employers' Liability Policy Named Insured Endorsement Number Insperity Inc.ASSOCIATED CONSTRUCTION PARTNERS, LTD Policy Number Symbol: RWC Number: C49188948 Policy Period Effective Date of Endorsement 10/1/2016 TO 10/1/2017 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 ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. In the event of cancelation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notices is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of Days Advance Notice 30 2. Notice will be mailed to: CITY OF CORPUS CHRISTI-ENGINEERING SERVICES 1201 LEOPARD STREET CORPUS CHRISTI, TX 78401 fp� Authorized Agent WC 42 06 01 (7/84) Ptd, in U.S.A. Acct#: 1179840 Workers' Compensation and Employers' Liability Policy Named Insured Endorsement Number Insperity Inc.ASSOCIATED CONSTRUCTION PARTNERS, LTD Policy Number Symbol: RWC Number:C49188948 Policy Period Effective Date of Endorsement 10/1/2016 TO 10/1/2017 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 LEOPARD 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: PROJ. #E12004-STALES STREET PUMP STATION IMPROVEMENTS 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 Authorized Representative WC 42 03 048(06/14) C Copyright 2014 National Council on Compensation Insurance,Inc. All Rights Reserved. 006116 PAYMENT BOND BOND NO.1014513 Contractor as Principal Surety Name: Associated Construction Partners,Ltd. Name: Mid-Continent Casualty Company Mailing address(principal place of business): Mailing address(principal place of business): 215 W.Bandera Rd.,Ste.224-461 PO Box 1409 Boerne,TX 78006 Tulsa,OK 74101 Physical address(principal place of business): Owner 1437 South Boulder,Suite 200 Name: City of Corpus Christi,Texas Tulsa,OK 74119 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: Ohio Corpus Christi,Texas 78469 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone(main number): E12004 Staples Street Pump Station 915.587.7221 _Improvements Telephone(for notice of claim): 915.587.7221 Local Agent for Surety Name: Jason Grove Award Date of the Contract: January 10, 2017 Address: Grove&Davis Insurance Agency 4646 Corona Dr.,Suite 270 Contract Price: S1.923,430.00 Corpus Christi,TX 48411 Bond Telephone: 361.851.0577 Email Address:igrove@groverdavisins.com Date of Bond: January 17,2017 The address of the surety company to which any (Date of Bond cannot be earlier than Award Date notice of claim should be sent may be obtained of Contract) from the Texas Dept.of Insurance by calling the following toll-free number.1-800-252-3439 Payment Bond Form 00 6116-1 E12004 Staples St Pump Station Improvements 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer,agent or representative. The Principal and Surety bind themselves,and their heirs, administrators, executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect.Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the some extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for aT legal action. Contractor p ' ipal Surety Signature: Signature: Name: l/�- Name: Be tya.Reeh Title: / ) / Title: Attorney in Fact Email Address: mail Address: breeh@ib-tx.com (Attach Power of Attorney and place surety seal below) 44,,' END OF SECTION Payment Bond Form 006116-2 E12004 Staples St Pump Station Improvements 7-8-2014 •t ; :�.;�-.f:. 'iii. - ..':(.'�: � •. ... . . .. 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 r1Jorpl",% ��:•' •+fit. tie's'.•Pp nP,,�•,l-^� :� .. MID-CONTINENT CASUALTY COMPANY ATTEST: +rrer� SHARON HACKL Secretary TODD BAZATA VICE PRESIDENT On this 22 day of August 1 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. e+ + 'G q� ALL 'o, + y Commission# 11005253 STATE OF OKLAHOMA SS `�ti`v•0qR +9,y� 'S. My C ion Expires: 0%-08-19 COUNTY OF TULSA p1#Bt-fog �g4"9 tE ofR.•.�`� r',,e9,6NEFt G�+>' JULIE AL HAN Notary Public ��rrerr+r 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 ac�re now in full force and effect. Signed and sealed this/ day ofQgr imf Z01 - ,",I CASE,", oR zo: SEAL •;= 7� SHARON HACKL Secretary . OH40 c+ '''�urrrrra VOID IF BOX IS EMPTY _ '_ a a ,. ,;.,; ,. .. .. ' e ��: ., _ � ��v • � -.� �. `::. _' �� �� = �, _ _ ; . __ \4\ ��_ - ,� i �' �� �` .-. - � '�� . .. _ y � � .. �• � ._• ,�, �` �.N...1�''��,. MID-CONTINENT CASUALTY COMPANY OKLAHOMA SURETY COMPANY STATE OF TEXAS CLAIM NOTICE ENDORSEMENT In accordance with Section 2253.021 (0 of the Texas Government Code and Section 53.202(6) of the Texas Property Code, any notice of claim to the named surety under this bond(s)should be sent to: MaiTmg: MID-CONTINENT CASUALTY COMPANY OKLAHOMA SURETY COMPANY P.O. BOX 1409 TULSA, OK 74101 TELEPHONE NO. 918-587-7221 Physical: 1437 S. BOULDER SUITE 200 TULSA, OKLAHOMA 74119 ATTACH THIS NOTICE TO YOUR BOND 006123 PERFORMANCE BOND BOND NO.1014513 Contractor as Principal Surety Name: Associated Construction Partners,Ltd. Name: Mid-Continent Casualty Company Mailing address(principal place of business): Mailing address(principal place of business): 215 W.Bandera Rd.,Ste.114-461 PO Box 1409 Boerne,TX 78006 Tulsa,OK 74101 Physical address(principal place of business): Owner 1437 South Boulder,Suite 200 Name: City of Corpus Christi,Texas Tulsa,OK 74119 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: Ohio Corpus Christi,Texas 78469 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bands in the State of Texas. Project name and number: Telephone(main number): E12004 Staples Street Pump Station 918.587.7221 Improvements Telephone(for notice of claim): 918.587.7221 Local Agent for Surety Name: Jason Grove Grove&Davis Insurance Agency Award Date of the Contract:January 10,2017 Address: 4646 Corona Dr.,Suite 270 Contract Price: $1,923,430.00 Corpus Christi,TX 78411 Bond Telephone: 361.851.0577 Email Address: igrove@grovedavisins.com Date of Bond: 2A I The address of the surety company to which any notice of claim should be sent may be obtained (Date of Band cannot be earlier than Award Date from the Texas Dept.of Insurance by calling the of the Contract) following toll-free number.1-800-252-3439 Performance Bond 00 6113-1 E12004 Staples St Pump Station Improvements 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 Trull 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 band shall be determined in accordance with the provisions of said Chapter to the some extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor incipal Surety Signature: Signature: Name: Name: Betty J.Re 14 7/ Title: Title: Attorney in Fact Email Address: Email Address: breeh@ib-tx.com (Attach PowerofAttorney and place surety seal below) _ 1 END OF SECTION Performance Band 006113-2 E12004 Staples St Pump Station Improvements 7-8-2014 ZZ r '���lY/fs��t�ra• ' • 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 pop mss•. ,. , MID-CONTINENT CASUALTY COMPANY QN40t,r ATTEST: rte`'"�,•+''` SHARON HACKL Secretary 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 herlhis office under the By-Laws of said Company,and that s/he signed his name thereto by like authority. GrALL;�,y Commission# 11008253 STATE OF OKLAHOMA �,�'�k:•'' ,q�''•?'y, SS -3:'20a.���' My C ion Expires: 09,-08-19 COUNTY OF TULSA +� p1�F3t-F 0 aS td Of -�G''•• G JULIE AL HAN Notary Public R ONEA• Pr'` X01!/iii-lllrr 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 t 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 reffvo--ked and are now in full force and effect Signed and sealed this'+ day of`dan fJttl(Z,0 1 r] CAS(", a p SEALm = /1 SHARON HACKL Secretary VOID IF BOX IS EMPTY i CIOr • ti Mm-CONTINENT CASUALTY COMPANY OKAxOM SURETY COMPANY STATE OF TEXAS CLAIM NOTICE ENDORS EVENT In accordance with Section 2253.021 (1}of the Texas Government Code and Section 53.202(6) of the Texas Property Code, any notice of claim to the named surety under this bond(s)should be sent to. Mailing: MID-CONTINENT CASUALTY COMPANY OKLAHOMA SURETY COMPANY P.O. BOX 1409 TULSA, OK 74101 TELEPHONE NO. 918-587-7221 Physical: 1437 S. BOULDER SUITE 200 TULSA, OKLAHOMA 74119 ATTACH THIS NOTICE TO YOUR BOND