Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
C2021-341 - 12/14/2021 - Approved
Agreement 00 52 23 - 1 20267 - Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 7/2020 00 52 23 AGREEMENT This Agreement 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: Holly and Rand Morgan Elevated Storage Tanks Implementation City Project No. 20267 ARTICLE 2 – DESIGNER AND OWNER’S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: CP&Y, Inc. (S. Christopher Schmid, PE) 555 Carancahua Street Corpus Christi, Texas 78401 cschmid@cpyi.com 2.02 The Owner’s Authorized Representative for this Project is: Brett Van Hazel, PMP – Asst. Director of Construction City of Corpus Christi – Engineering Services 4917 Holly Road, Bldg. #5 Corpus Christi, TX 78411 brettvh@cctexas.com ARTICLE 3 – CONTRACT TIMES 3.01 Contract Times A.The Work is required to be substantially completed within 100 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 17.16 of the General Conditions within 160 days after the date when the Contract Times commence to run. B.Performance of the Work is required as shown in Paragraph 7.02 of the General Conditions. DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AE0C7 Agreement 00 52 23 - 2 20267 - Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 7/2020 C. Milestones, and the dates for completion of each, are as defined in Section 01 35 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties 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 $800 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 $400 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 17.16 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 15.03 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 $ 4,669,500.00 ARTICLE 5 – PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 17 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AE0C7 Agreement 00 52 23 - 3 20267 - Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 7/2020 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 the full amount of the total earned value to date for completed Work minus the retainage listed below and properly stored materials will be made prior to Substantial Completion. 1. The standard retainage is 5 percent. 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 17.01 of the General Conditions. D. At the Owner’s option, retainage may be increased to a higher percentage rate, not to exceed ten percent, 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 17.01 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 17.16 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. Invoices must comply with Article 17 of the General Conditions. 6.02 Except as specified in Article 5, 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. DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AE0C7 Agreement 00 52 23 - 4 20267 - Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 7/2020 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; 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. DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AE0C7 Agreement 00 52 23 - 5 20267 - Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 7/2020 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. M. CONTRACTOR SHALL INDEMNIFY, DEFEND AND HOLD HARMLESS THE OWNER’S INDEMNITEES IN ACCORDANCE WITH PARAGRAPH 7.14 OF THE GENERAL CONDITIONS AND THE SUPPLEMENTARY CONDITIONS. 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 15.01 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. Exhibits to this Agreement: a. Contractor’s Bid Form. 2. Specifications, forms, and documents listed in SECTION 00 01 00 TABLE OF CONTENTS. 3. Drawings listed in the Sheet Index. 4. Solicitation documents and Contractor’s response, which are incorporated by reference. 5. Addenda, which are incorporated by reference. 6. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award, which is incorporated by reference. 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 ATTEST CITY OF CORPUS CHRISTI Rebecca Huerta City Secretary Jeff Edmonds, P.E. Director of Engineering Services DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AE0C7 1/6/20221/10/2022 Agreement 00 52 23 - 6 20267 - Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 7/2020 __________________________ AUTHORIZED APPROVED AS TO LEGAL FORM: BY COUNCIL ___________________________ Assistant City Attorney ATTEST (IF CORPORATION) CONTRACTOR Associated Construction Partners, Ltd. (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: 215 W. Bandera Rd., Ste. 114-461 Address Boerne TX 78006 City State Zip (210) 698-8714 Phone Fax jill@acpartners.org EMail END OF SECTION DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AE0C7 President 1/6/2022 12-14-2021 RH/AB M2021-230 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 CONTRACT DOCUMENTS FOR CONSTRUCTION OF HOLLY & RAND MORGAN ELEVATED STORGE TANK IMPLEMENTATION CITY OF CORPUS CHRISTI PROJECT NO. 20267 CP&Y PROJECT NO. CORP2000479 RECORD DRAWING NUMBER WTR-481 13 Sil C. v I yCQ H�pF7r0 1852 S S U E D FOR CONSTRUCTION THE SEAL THAT ORIIGINALLY APPEARED ON THIS THIS ISSUED FOR CONSTRUCTION DOCUMENT INCORPORATES DOCUMENT WAS AUTHORIZED THE ORIGINAL DOCUMENTS SEALED BY THE ENGINEER BY: S. CHRISTOPHER SCHMID ALONG WITH MODIFICATIONS ISSUED BY ADDENDA DURING TEXAS P. E. NO.: 92608 ON THE BID PHASE. IN CASE OF A DISCREPANCY THE DATE 10/08/2021, ORIGINALLY SEALED DOCUMENTS WILL TAKE PRECEDENCE ALTERATION ON A SEALED OVER THE ISSUED FOR CONSTRUCTION SET. DOCUMENT WITHOUT PROPER NOTIIFIICATION OF THE RESPONSIBLE ENGINEER IS AN OFFENSE UNDER THE TEXAS ENGINEERING PRACTICE ACT C P8yt CP&Y, Inc. 555 Carancahua Street Corpus Christi, Texas 78401 F-1741 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 00 01 00 TABLE OF CONTENTS Division / Title Section Division 00 Contracting Requirements 00 5223 Agreement (Rev 8-2019) 00 72 00 General Conditions (Rev s-2019) 00 73 00 Supplementary Conditions (Rev 8-2019) Division 01 General Requirements 01 1100 Summary of Work (Rev 10-2018) 01 23 10 Alternates and Allowances (Rev 10-2018) 01 2901 Measurement and Basis for Payment (Rev 8-2019) 01 33 01 Submittal Register (Rev 10-2018) 01 35 00 Special Procedures (Rev 10-2018) 01 5000 Temporary Facilities and Controls (Rev8-2019) 01 5700 Temporary Controls-(Rev 8-2019) 01 6400 Owner-Furnished Products Part S Standard Specifications Division 02 Existing Conditions 02 1040 Site Grading 02 2100 Select Material 02 2420 Silt Fence 02 5223 Crushed Limestone Flexible Base 0262 10 Polyvinyl Chloride Pipe 02 80 20 Seeding Part T Technical Specifications Division 03 Concrete 03 1000 Concrete Formwork 03 15 19 Cast-in-Place Anchors 03 2000 Concrete Reinforcement 03 3000 Cast-In-Place Concrete 03 6000 Grout Division 05 Metals 05 5000 Miscellaneous Metal Fabrications Division 06 Wood, Plastic and Composites 06 1000 Rough Carpentry Table of Contents 000100- 1 Holly and Rand Morgan EST Implementation CORP2000479 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 Division / Title Section Division 07 Thermal and Moisture Protection 07 22 16 Roof Board Insulation 07 5423 Thermoplastic-Polyolefin Roofing 07 62 00 Sheet Metal Flashing and Trim 07 71 00 Roof Specialties 07 92 00 Joint Sealants Division 08 Openings 08 1100 Metal Doors and Frames 08 71 00 Door Hardware Division 09 Finishes 09 90 00 Painting and Coating Division 10 Specialties 10 1400 Signage 10 44 00 Fire Protection Specialties Division 13 Special Construction 13 34 00 Fabricated Engineering Structures Division 26 Electrical 26 0000 Electrical General Provisions 26 0002 Electrical Safety Equipment 26 05 02 Common Motor Requirements for Process Equipment 2605 19 Low Voltage Electrical Power Conductors and Cables 26 0526 Grounding and Bonding for Electrical Systems 26 0529 Hangers and Supports for Electrical Systems 26 05 33 Raceways for Electrical Systems 26 05 43 Underground System 26 05 53 Identification for Electrical Systems 26 05 73 Power System Studies 26 08 00 Commissioning of Electrical Systems 26 22 13 Low Voltage Transformers 26 24 16 Panelboards 26 2726 Wiring Devices 26 29 23 Variable-Frequency Motor Controllers (100 HP and Less) 26 32 13.13 Diesel Engine Driven Generator Sets 26 36 13 Enclosed Transfer Switches 2643 13 Surge Protective Devices for Low-Voltage Electrical Power Circuit 26 5000 Lighting Division 32 Exterior Improvements 3231 13 Chain Link Fences and Gates Division 33 Utilities 33 01 10.58 Disinfection of Water Utility Piping Systems Division 40 1 Process Interconnections Table of Contents 000100- 2 Holly and Rand Morgan EST Implementation CORP2000479 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 Division / Title Section 40 05 00 Common Work Results for Process Interconnections 40 0506 Couplings, Adapters and Specials for Process Piping 40 0507 Hangers and Supports for Process Piping 40 05 19 Ductile Iron Process Pipe 40 05 24.23 Stainless Steel Pipe and Fittings 40 05 51 Common Requirements for Process Valves 40 0564 Butterfly Valves 40 05 65 Valves for Pump Control and Check Service 40 05 67 Specialized Pressure and Flow-Control Valves 40 05 93 Common Motor Requirements for Process Equipment 40 0597 Identification Devices 40 2300 Plant Piping — General 4042 13 Insulation and Heat Tracing 4061 13 Process Control System General Provisions 40 61 96 Process Control Descriptions 40 67 00 Control System Equipment Panels 40 7000 Instrumentation for Process Systems Division 43 Process Gas and Liquid handling, Purification and Storage Equipment 43 23 21.13 Between-Bearing Impeller, One- and Two-Stage,Axially-Split Centrifugal Pump Drawings Drawings and Other Design Documents Appendix Title END OF SECTION Table of Contents 000100-3 Holly and Rand Morgan EST Implementation CORP2000479 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 HOLLY & RAND MORGAN ELEVATED STORGE TANK IMPLEMENTATION BID SET JULY 2021 Division 00, Division 01, Division 09, Division 26 Division 33, Division 40, Division 43 THE SEAL THAT ORIGINALLY THE SEAL THAT ORIGINALLY APPEARED ON THIS APPEARED ON THIS DOCUMENT WAS AUTHORIZED DOCUMENT WAS AUTHORIZED BY: S. CHRISTOPHER SCHMID BY: GERALD P. ROBINSON, JR TEXAS P. E. NO.: 92608 ON TEXAS P. E. NO.: 112423 ON DATE 10/08/2021, DATE 10/08/2021, ALTERATION ON A SEALED ALTERATION ON A SEALED DOCUMENT WITHOUT PROPER DOCUMENT WITHOUT PROPER NOTIFICATION OF THE NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN RESPONSIBLE ENGINEER IS AN OFFENSE UNDER THE TEXAS OFFENSE UNDER THE TEXAS ENGINEERING PRACTICE ACT ENGINEERING PRACTICE ACT Division 03, Division 05, Division 06, Sections 40 61 131 40 6193, 40 6196, Division 07, Division 08, Division 10, 40 67 00 and 40 70 00 Only. Division 13, Division 31 THE SEAL THAT ORIGINALLY THE SEAL THAT ORIGINALLY APPEARED ON THIS APPEARED ON THIS DOCUMENT WAS AUTHORIZED DOCUMENT WAS AUTHORIZED BY: LIANG LI BY: H. G. DOYLE, JR TEXAS P. E. NO.: 112423 ON TEXAS P. E. NO.: 34028 ON DATE 10/08/2021, DATE 07/30/2021. ALTERATION ON A SEALED ALTERATION ON A SEALED DOCUMENT WITHOUT PROPER DOCUMENT WITHOUT PROPER NOTIFICATION OF THE NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN RESPONSIBLE ENGINEER IS OFFENSE UNDER THE TEXAS AN OFFENSE UNDER THE ENGINEERING PRACTICE ACT TEXAS ENGINEERING PRACTICE ACT HOLLY&RAND MORGAN EST IMPLEMENTATION I JULY 2021 BID SET SEAL SHEETS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 0f 1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2021-835234 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 12/27/2021 being filed. City of Corpus Christi Date Acknowledged: 1-6-2022 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. 20267 Contract No.3817 20267 Contract No. 3817 Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable) Controtling I Intermediary Simpson,JIII Boerne, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is Jill Simpson and my date of birth is 05/29/1983 My address is 215 W Bandera Rd., Ste. 114-461 Boerne TX 78006 USA (street) (city) (state) (zip code) (country) declare under penalty of perjury that the foregoing is true and correct. Executed in KCncjal l County, State of Texas on the 27thday of December 2021 (month) (year) FiAG1-lEL PITCH ETT Notary Public,State of Texas -z = 2024 � '• 'Q? Cornm.F pires0t-18 Notary iQ 128852400 Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.191b5cdc DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 Workers' Compensation and Employers' Liability Policy Named Insured Endorsement Number Insperity Inc.ASSOCIATED CONSTRUCTION PARTNERS, LTD Policy Number Symbol: RWC Number:C70042903 Policy Period Effective Date of Endorsement 10/1/2021 TO 10/1/2022 10/1/2021 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: 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) Copyright 2014 National Council on Compensation Insurance.Inc. All Rights Reserved. DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 7112/27/2021 (MM/DD/YYYY) ACORN° CERTIFICATE OF LIABILITY INSURANCE 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: Mayra Gutierrez IBTX Risk Services PHONE FAX 32335 US Hwy 281 N. A/C No Ext): 12149897100 A/C,No):210-696-8414 Suite 1201 ADDRESS: SerVlce@Ib-tX.com Bulverde TX 78163 INSURER(S)AFFORDING COVERAGE NAIC# INSURERA:Transportation Insurance Company 20494 INSURED INSURER B:The Continental Insurance Company Of New Jersey 42625 Associated Construction Partners, Ltd. 215 W. Bandera Rd. Ste. 114-461 INSURERC: Boerne TX 78006 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:294641820 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 MM/DD A X COMMERCIAL GENERAL LIABILITY 6020651005 10/4/2021 10/4/2022 EACH OCCURRENCE $1,000,000 CLAIMS-MADE OCCUR DAMAGE TO RENTED PREMISES Ea occurrence $100,000 MED EXP(Any one person) $15,000 X XCU PERSONAL&ADV INJURY $1,000,000 GENT AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY jECT RO- LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ B AUTOMOBILE LIABILITY 6020650985 10/4/2021 10/4/2022 COMBINED SINGLE LIMIT $1,000,000 Ea accident X ANY AUTO BODILY INJURY(Per person) $ OWNED X SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS X HIREDX NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident B X UMBRELLA LIAB X OCCUR 6020650999 10/4/2021 10/4/2022 EACH OCCURRENCE $10,000,000 EXCESS LAB CLAIMS-MADE AGGREGATE $10,000,000 DED X RETENTION$1 n nnn $ WORKERS COMPENSATION PEROTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVEF—] E.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 $ A GL-Ltd Pollution Liab Worksites 6020651005 10/4/2021 10/4/2022 Per Occurrence 1,000,000 General Aggregate 2,000,000 Deductible $2,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,maybe attached if more space is required) The General Liability and Auto policies include blanket additional insured endorsements(CNA750791016, CA20481013)as required in a written contract with the Named Insured.The General Liability&Auto policies include a blanket waiver of subrogation endorsement(CNA747050115, CA04441013)as required in a written contract with the Named Insured. Primary Noncontributory wording per attached endorsements(CNA750791016).).Auto Liability includes Broadened Pollution-Transportation Endorsement(G-1 40378-B05-08).Additional Coverage Pollution Endorsement(CNA74844xx 4-15).Cancellation provisions-see attached(CA747021-15,CNA7231502-13). Umbrella is follow form of the General Liability,Auto and Work Compensation policies subject to policy terms and conditions. No exclusion for boom and overload coverage. HOLLY AND RAND MORGAN ELEVATED STORAGE TANKS IMPLEMENTATION 20267 Contract No.3817 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Corpus Christi ACCORDANCE WITH THE POLICY PROVISIONS. 1201 Leopard Street Corpus Christi tx 78401 AUTHORIZED REPRESENTATIVE USA ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 CNA CNA PARAMOUNT 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. WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused in whole or in part by your acts or omissions, or the acts or omissions of those acting on your behalf: A. in the performance of your ongoing operations subject to such written contract; or B. in the performance of your work subject to such written contract, but only with respect to bodily injury or property damage included in the products-completed operations hazard, and only if: 1. the written contract requires you to provide the additional insured such coverage; and 2. this coverage part provides such coverage. II. But if the written contract requires: A. additional insured coverage under the 11-85 edition, 10-93 edition, or 10-01 edition of CG2010, or under the 10- 01 edition of CG2037; or B. additional insured coverage with "arising out of" language; or C. additional insured coverage to the greatest extent permissible by law; then paragraph I.above is deleted in its entirety and replaced by the following: WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of your work that is subject to such written contract. III. Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide N 0 such additional insured with: 0 A. coverage broader than required by the written contract;or 0 B. a higher limit of insurance than required by the written contract. N IV. 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. V. Under COMMERCIAL GENERAL LIABILITY CONDITIONS, the Condition entitled Other Insurance is amended to add the following,which supersedes any provision to the contrary in this Condition or elsewhere in this coverage part: CNA75079XX (10-16) Policy No: 6020651005 Page 1 of 2 Endorsement No: Effective Date: 10/04/2021 Insured Name: ASSOCIATED CONSTRUCTION PARTNERS, LTD. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office;Inc.;with its permission. DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 CNA CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors - with Products-Completed Operations Coverage Endorsement Primary and Noncontributory Insurance With respect to other insurance available to the additional insured under which the additional insured is a named insured, this insurance is primary to and will not seek contribution from such other insurance, provided that a written contract requires the insurance provided by this policy to be: 1. primary and non-contributing with other insurance available to the additional insured; or 2. primary and to not seek contribution from any other insurance available to the additional insured. But except as specified above, this insurance will be excess of all other insurance available to the additional insured. VI. Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: 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. 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 3. make available any other insurance, and 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 3. 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. VII. 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 you 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 (10-16) Policy No: 6020651005 Page 2 of 2 Endorsement No: Effective Date: 10/04/2021 Insured Name: ASSOCIATED CONSTRUCTION PARTNERS, LTD. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office;Inc.;with its permission. NnmArl InciirArl• AccnriatArl f'nnctriirtinn Pnrtnmrc 1.td. DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 P011Cy IVUmDer: ouzoo-IUUD CNA CNA PARAMOUNT 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 0 0 20. Personal And Advertising Injury—Discrimination or Humiliation 0 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) Page 1 of 17 Continental Casualty Company Effective Date: 10/04/2021 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement 1. ADDITIONAL INSUREDS a. WHO IS AN INSURED is amended to include as an Insured any person or organization described in paragraphs A. through H. below whom a Named Insured is required to add as an additional insured on this Coverage Part under a written contract or written agreement, provided such contract or agreement: (1) is currently in effect or becomes effective during the term of this Coverage Part; and (2) was executed prior to: (a) the bodily injury or property damage; or (b) the offense that caused the personal and advertising injury, for which such additional insured seeks coverage. b. However, subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: (1) a higher limit of insurance than required by such contract or agreement; or (2) coverage broader than required by such contract or agreement, and in no event broader than that described by the applicable paragraph A.through H. below. Any coverage granted by this endorsement shall apply only to the extent permissible by law. A. Controlling Interest Any person or organization with a controlling interest in a Named Insured, but only with respect to such person or organization's liability for bodily injury, property damage or personal and advertising injury arising out of: 1. such person or organization's financial control of a Named Insured; or 2. premises such person or organization owns, maintains or controls while a Named Insured leases or occupies such premises; provided that the coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. B. Co-owner of Insured Premises A co-owner of a premises co-owned by a Named Insured and covered under this insurance but only with respect to such co-owner's liability for bodily injury, property damage or personal and advertising injury as co-owner of such premises. C. Lessor of Equipment Any person or organization from whom a Named Insured leases equipment, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused, in whole or in part, by the Named Insured's maintenance, operation or use of such equipment, provided that the occurrence giving rise to such bodily injury, property damage or the offense giving rise to such personal and advertising injury takes place prior to the termination of such lease. D. Lessor of Land Any person or organization from whom a Named Insured leases land but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such land, provided that the occurrence giving rise to such bodily injury, property damage or the offense giving rise to such personal and advertising injury takes place prior to the termination of such lease. The CNA74705XX (1-15) Page 2 of 17 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office;Inc.;with its permission. DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. E. Lessor of Premises An owner or lessor of premises leased to the Named Insured, or such owner or lessor's real estate manager, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such part of the premises leased to the Named Insured, and provided that the occurrence giving rise to such bodily injury or property damage, or the offense giving rise to such personal and advertising injury, takes place prior to the termination of such lease. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. F. Mortgagee, Assignee or Receiver A mortgagee, assignee or receiver of premises but only with respect to such mortgagee, assignee or receiver's liability for bodily injury, property damage or personal and advertising injury arising out of the Named Insured's ownership, maintenance, or use of a premises by a Named Insured. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. G. State or Governmental Agency or Subdivision or Political Subdivisions—Permits A state or governmental agency or subdivision or political subdivision that has issued a permit or authorization but only with respect to such state or governmental agency or subdivision or political subdivision's liability for bodily injury, property damage or personal and advertising injury arising out of: 1. the following hazards in connection with premises a Named Insured owns, rents, or controls and to which this insurance applies: a. the existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoistaway openings, sidewalk vaults, street banners, or decorations and similar exposures; or b. the construction, erection, or removal of elevators; or 0 c. the ownership, maintenance or use of any elevators covered by this insurance; or n N 2. the permitted or authorized operations performed by a Named Insured or on a Named Insured's behalf. 0 0 The coverage granted by this paragraph does not apply to: 0 N O a. Bodily injury, property damage or personal and advertising injury arising out of operations performed for the state or governmental agency or subdivision or political subdivision; or b. Bodily injury or property damage included within the products-completed operations hazard. With respect to this provision's requirement that additional insured status must be requested under a written contract or agreement, the Insurer will treat as a written contract any governmental permit that requires the Named Insured to add the governmental entity as an additional insured. H. Trade Show Event Lessor 1. With respect to a Named Insured's participation in a trade show event as an exhibitor, presenter or displayer, any person or organization whom the Named Insured is required to include as an additional insured, but only with respect to such person or organization's liability for bodily injury, property damage or personal and advertising injury caused by: CNA74705XX (1-15) Page 3 of 17 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office;Inc.;with its permission. DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement a. the Named Insured's acts or omissions; or b. the acts or omissions of those acting on the Named Insured's behalf, in the performance of the Named Insured's ongoing operations at the trade show event premises during the trade show event. 2. The coverage granted by this paragraph does not apply to bodily injury or property damage included within the products-completed operations hazard. 2. ADDITIONAL INSURED- PRIMARY AND NON-CONTRIBUTORY TO ADDITIONAL INSURED'S INSURANCE The Other Insurance Condition in the COMMERCIAL GENERAL LIABILITY CONDITIONS Section is amended to add the following paragraph: If the Named Insured has agreed in writing in a contract or agreement that this insurance is primary and non- contributory relative to an additional insured's own insurance, then this insurance is primary, and the Insurer will not seek contribution from that other insurance. For the purpose of this Provision 2., the additional insured's own insurance means insurance on which the additional insured is a named insured. Otherwise, and notwithstanding anything to the contrary elsewhere in this Condition, the insurance provided to such person or organization is excess of any other insurance available to such person or organization. 3. BODILY INJURY—EXPANDED DEFINITION Under DEFINITIONS, the definition of bodily injury is deleted and replaced by the following: Bodily injury means physical injury, sickness or disease sustained by a person, including death, humiliation, shock, mental anguish or mental injury sustained by that person at any time which results as a consequence of the physical injury, sickness or disease. 4. BROAD KNOWLEDGE OF OCCURRENCE/ NOTICE OF OCCURRENCE Under CONDITIONS, the condition entitled Duties in The Event of Occurrence, Offense, Claim or Suit is amended to add the following provisions: A. BROAD KNOWLEDGE OF OCCURRENCE The Named Insured must give the Insurer or the Insurer's authorized representative notice of an occurrence, offense or claim only when the occurrence, offense or claim is known to a natural person Named Insured, to a partner, executive officer, manager or member of a Named Insured, or an employee designated by any of the above to give such notice. B. NOTICE OF OCCURRENCE The Named Insured's rights under this Coverage Part will not be prejudiced if the Named Insured fails to give the Insurer notice of an occurrence, offense or claim and that failure is solely due to the Named Insured's reasonable belief that the bodily injury or property damage is not covered under this Coverage Part. However, the Named Insured shall give written notice of such occurrence, offense or claim to the Insurer as soon as the Named Insured is aware that this insurance may apply to such occurrence, offense or claim. 5. BROAD NAMED INSURED WHO IS AN INSURED is amended to delete its Paragraph 3. in its entirety and replace it with the following: 3. Pursuant to the limitations described in Paragraph 4. below, any organization in which a Named Insured has management control: a. on the effective date of this Coverage Part; or CNA74705XX (1-15) Page 4 of 17 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office;Inc.;with its permission. DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement b. by reason of a Named Insured creating or acquiring the organization during the policy period, qualifies as a Named Insured, provided that there is no other similar liability insurance, whether primary, contributory, excess, contingent or otherwise, which provides coverage to such organization, or which would have provided coverage but for the exhaustion of its limit, and without regard to whether its coverage is broader or narrower than that provided by this insurance. But this BROAD NAMED INSURED provision does not apply to: (a) any partnership, limited liability company or joint venture; or (b) any organization for which coverage is excluded by another endorsement attached to this Coverage Part. For the purpose of this provision, management control means: A. owning interests representing more than 50% of the voting, appointment or designation power for the selection of a majority of the Board of Directors of a corporation; or B. having the right, pursuant to a written trust agreement, to protect, control the use of, encumber or transfer or sell property held by a trust. 4. With respect to organizations which qualify as Named Insureds by virtue of Paragraph 3. above, this insurance does not apply to: a. bodily injury or property damage that first occurred prior to the date of management control, or that first occurs after management control ceases; nor b. personal or advertising injury caused by an offense that first occurred prior to the date of management control or that first occurs after management control ceases. 5. The insurance provided by this Coverage Part applies to Named Insureds when trading under their own names or under such other trading names or doing-business-as names (dba) as any Named Insured should choose to employ. 6. BROADENED LIABILITY COVERAGE FOR DAMAGE TO YOUR PRODUCT AND YOUR WORK A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusions k. and I.and replace them with the following: This insurance does not apply to: k. Damage to Your Product 0 0 Property damage to your product arising out of it, or any part of it except when caused by or resulting from: 0 (1) fire; (2) smoke; (3) collapse; or (4) explosion. I. Damage to Your Work Property damage to your work arising out of it, or any part of it and included in the products-completed operations hazard. This exclusion does not apply: (1) If the damaged work, or the work out of which the damage arises, was performed on the Named Insured's behalf by a subcontractor; or CNA74705XX (1-15) Page 5 of 17 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office;Inc.;with its permission. DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement (2) If the cause of loss to the damaged work arises as a result of: (a) fire; (b) smoke; (c) collapse; or (d) explosion. B. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5. above, $100,000 is the most the Insurer will pay under Coverage A for the sum of damages arising out of any one occurrence because of property damage to your product and your work that is caused by fire, smoke, collapse or explosion and is included within the product-completed operations hazard. This sublimit does not apply to property damage to your work if the damaged work, or the work out of which the damage arises, was performed on the Named Insured's behalf by a subcontractor. C. This Broadened Liability Coverage For Damage To Your Product And Your Work Provision does not apply if an endorsement of the same name is attached to this policy. 7. CONTRACTUAL LIABILITY—RAILROADS With respect to operations performed within 50 feet of railroad property, the definition of insured contract is replaced by the following: Insured Contract means: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire to premises while rented to a Named Insured or temporarily occupied by a Named Insured with permission of the owner is not an insured contract; b. A sidetrack agreement; c. Any easement or license agreement; d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality; e. An elevator maintenance agreement; f. That part of any other contract or agreement pertaining to the Named Insured's business (including an indemnification of a municipality in connection with work performed for a municipality) under which the Named Insured assumes the tort liability of another party to pay for bodily injury or property damage to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f.does not include that part of any contract or agreement: (1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; (2) Under which the Insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failure to render professional services, including those listed in (1) above and supervisory, inspection, architectural or engineering activities. 8. ELECTRONIC DATA LIABILITY CNA74705XX (1-15) Page 6 of 17 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office;Inc.;with its permission. DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusion p. Electronic Data and replace it with the following: This insurance does not apply to: p. Access Or Disclosure Of Confidential Or Personal Information And Data-related Liability Damages arising out of: (1) any access to or disclosure of any person's or organization's confidential or personal information, including patents, trade secrets, processing methods, customer lists, financial information, credit card information, health information or any other type of nonpublic information; or (2) the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate electronic data that does not result from physical injury to tangible property. However, unless Paragraph (1) above applies, this exclusion does not apply to damages because of bodily injury. This exclusion applies even if damages are claimed for notification costs, credit monitoring expenses, forensic expenses, public relation expenses or any other loss, cost or expense incurred by the Named Insured or others arising out of that which is described in Paragraph (1) or(2) above. B. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5. above, $100,000 is the most the Insurer will pay under Coverage A for all damages arising out of any one occurrence because of property damage that results from physical injury to tangible property and arises out of electronic data. C. The following definition is added to DEFINITIONS: Electronic data means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software (including systems and applications software), hard or floppy disks, CD-ROMS, tapes, drives, cells,data processing devices or any other media which are used with electronically controlled equipment. D. For the purpose of the coverage provided by this ELECTRONIC DATA LIABILITY Provision, the definition of property damage in DEFINITIONS is replaced by the following: N Property damage means: n a. Physical injury to tangible property, including all resulting loss of use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; 0 0 b. Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at the time of the occurrence that caused it; or c. Loss of, loss of use of, damage to, corruption of, inability to access, or inability to properly manipulate electronic data, resulting from physical injury to tangible property. All such loss of electronic data shall be deemed to occur at the time of the occurrence that caused it. For the purposes of this insurance, electronic data is not tangible property. E. If Electronic Data Liability is provided at a higher limit by another endorsement attached to this policy, then the _ $100,000 limit provided by this ELECTRONIC DATA LIABILITY Provision is part of, and not in addition to, that higher limit. 9. ESTATES, LEGAL REPRESENTATIVES, AND SPOUSES The estates, heirs, legal representatives and spouses of any natural person Insured shall also be insured under this policy; provided, however, coverage is afforded to such estates, heirs, legal representatives, and spouses only for CNA74705XX (1-15) Page 7 of 17 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office;Inc.;with its permission. DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement claims arising solely out of their capacity or status as such and, in the case of a spouse, where such claim seeks damages from marital community property, jointly held property or property transferred from such natural person Insured to such spouse. No coverage is provided for any act, error or omission of an estate, heir, legal representative, or spouse outside the scope of such person's capacity or status as such, provided however that the spouse of a natural person Named Insured and the spouses of members or partners of joint venture or partnership Named Insureds are Insureds with respect to such spouses' acts, errors or omissions in the conduct of the Named Insured's business. 10. EXPECTED OR INTENDED INJURY—EXCEPTION FOR REASONABLE FORCE Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Expected or Intended Injury and replace it with the following: This insurance does not apply to: Expected or Intended Injury Bodily injury or property damage expected or intended from the standpoint of the Insured. This exclusion does not apply to bodily injury or property damage resulting from the use of reasonable force to protect persons or property. 11. GENERAL AGGREGATE LIMITS OF INSURANCE- PER PROJECT A. For each construction project away from premises the Named Insured owns or rents, a separate Construction Project General Aggregate Limit, equal to the amount of the General Aggregate Limit shown in the Declarations, is the most the Insurer will pay for the sum of: 1. All damages under Coverage A, except damages because of bodily injury or property damage included in the products-completed operations hazard; and 2. All medical expenses under Coverage C, that arise from occurrences or accidents which can be attributed solely to ongoing operations at that construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations, nor the Construction Project General Aggregate Limit of any other construction project. B. All: 1. Damages under Coverage B, regardless of the number of locations or construction projects involved; 2. Damages under Coverage A, caused by occurrences which cannot be attributed solely to ongoing operations at a single construction project, except damages because of bodily injury or property damage included in the products-completed operations hazard; and 3. Medical expenses under Coverage C caused by accidents which cannot be attributed solely to ongoing operations at a single construction project, will reduce the General Aggregate Limit shown in the Declarations. C. The limits shown in the Declarations for Each Occurrence, for Damage To Premises Rented To You and for Medical Expense continue to apply, but will be subject to either the Construction Project General Aggregate Limit or the General Aggregate Limit shown in the Declarations, depending on whether the occurrence can be attributed solely to ongoing operations at a particular construction project. D. When coverage for liability arising out of the products-completed operations hazard is provided, any payments for damages because of bodily injury or property damage included in the products-completed operations hazard will reduce the Products-Completed Operations Aggregate Limit shown in the Declarations, regardless of the number of projects involved. CNA74705XX (1-15) Page 8 of 17 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office;Inc.;with its permission. DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement E. If a single construction project away from premises owned by or rented to the Insured has been abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. F. The provisions of LIMITS OF INSURANCE not otherwise modified by this endorsement shall continue to apply as stipulated. 12. IN REM ACTIONS A quasi in rem action against any vessel owned or operated by or for the Named Insured, or chartered by or for the Named Insured, will be treated in the same manner as though the action were in personam against the Named Insured. 13. INCIDENTAL HEALTH CARE MALPRACTICE COVERAGE Solely with respect to bodily injury that arises out of a health care incident: A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Insuring Agreement is amended to replace Paragraphs 1.b.(1) and 1.b.(2)with the following: b. This insurance applies to bodily injury provided that the professional health care services are incidental to the Named Insured's primary business purpose, and only if: (1) such bodily injury is caused by an occurrence that takes place in the coverage territory. (2) the bodily injury first occurs during the policy period. All bodily injury arising from an occurrence will be deemed to have occurred at the time of the first act, error, or omission that is part of the occurrence; and B. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to: i. add the following to the Employers Liability exclusion: This exclusion applies only if the bodily injury arising from a health care incident is covered by other liability insurance available to the Insured (or which would have been available but for exhaustion of its limits). ii. delete the exclusion entitled Contractual Liability and replace it with the following: This insurance does not apply to: N O Contractual Liability 0 0 0 the Insured's actual or alleged liability under any oral or written contract or agreement, including but not limited to express warranties or guarantees. iii. add the following additional exclusions: This insurance does not apply to: Discrimination any actual or alleged discrimination, humiliation or harassment, including but not limited to claims based on an individual's race, creed, color, age, gender, national origin, religion, disability, marital status or sexual orientation. Dishonesty or Crime Any actual or alleged dishonest, criminal or malicious act, error or omission. Medicare/Medicaid Fraud CNA74705XX (1-15) Page 9 of 17 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office;Inc.;with its permission. DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement any actual or alleged violation of law with respect to Medicare, Medicaid, Tricare or any similar federal, state or local governmental program. Services Excluded by Endorsement Any health care incident for which coverage is excluded by endorsement. C. DEFINITIONS is amended to: I. add the following definitions: Health care incident means an act, error or omission by the Named Insured's employees or volunteer workers in the rendering of: a. professional health care services on behalf of the Named Insured or b. Good Samaritan services rendered in an emergency and for which no payment is demanded or received. Professional health care services means any health care services or the related furnishing of food, beverages, medical supplies or appliances by the following providers in their capacity as such but solely to the extent they are duly licensed as required: a. Physician; b. Nurse; c. Nurse practitioner; d. Emergency medical technician; e. Paramedic; f. Dentist; g. Physical therapist; h. Psychologist; i. Speech therapist; j. Other allied health professional; or Professional health care services does not include any services rendered in connection with human clinical trials or product testing. iii. delete the definition of occurrence and replace it with the following: Occurrence means a health care incident. All acts, errors or omissions that are logically connected by any common fact, circumstance, situation, transaction, event, advice or decision will be considered to constitute a single occurrence; iii. amend the definition of Insured to: a. add the following: the Named Insured's employees are Insureds with respect to: (1) bodily injury to a co-employee while in the course of the co-employee's employment by the Named Insured or while performing duties related to the conduct of the Named Insured's business; and CNA74705XX (1-15) Paae 10 of 17 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office;Inc.;with its permission. DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement (2) bodily injury to a volunteer worker while performing duties related to the conduct of the Named Insured's business; when such bodily injury arises out of a health care incident. the Named Insured's volunteer workers are Insureds with respect to: (1) bodily injury to a co-volunteer worker while performing duties related to the conduct of the Named Insured's business; and (2) bodily injury to an employee while in the course of the employee's employment by the Named Insured or while performing duties related to the conduct of the Named Insured's business; when such bodily injury arises out of a health care incident. b. delete Subparagraphs (a), (b), (c)and(d) of Paragraph 2.a.(1) of WHO IS AN INSURED. D. The Other Insurance condition is amended to delete Paragraph b.(1) in its entirety and replace it with the following: Otherinsurance b. Excess Insurance (1) To the extent this insurance applies, it is excess over any other insurance, self insurance or risk transfer instrument, whether primary, excess, contingent or on any other basis, except for insurance purchased specifically by the Named Insured to be excess of this coverage. 14. JOINT VENTURES/ PARTNERSHIP/LIMITED LIABILITY COMPANIES WHO IS AN INSURED is amended to delete its last paragraph and replace it with the following: No person or organization is an Insured with respect to the conduct of any current or past partnership,joint venture or limited liability company that is not shown as a Named Insured in the Declarations, except that if the Named Insured was a joint venturer, partner, or member of a limited liability company and such joint venture, partnership or limited liability company terminated prior to or during the policy period, such Named Insured is an Insured with respect to its interest in such joint venture, partnership or limited liability company but only to the extent that: a. any offense giving rise to personal and advertising injury occurred prior to such termination date, and the personal and advertising injury arising out of such offense first occurred after such termination date; b. the bodily injury or property damage first occurred after such termination date; and c. there is no other valid and collectible insurance purchased specifically to insure the partnership, joint venture or N limited liability company; and If the joint venture, partnership or limited liability company is or was insured under a consolidated (wrap-up) insurance program, then such insurance will always be considered valid and collectible for the purpose of paragraph c. above. But this provision will not serve to exclude bodily injury, property damage or personal and advertising injury that would otherwise be covered under the Contractors General Liability Extension Endorsement provision entitled WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS. Please see that provision for the definition of consolidated (wrap-up) insurance program. 15. LEGAL LIABILITY — DAMAGE TO PREMISES / ALIENATED PREMISES / PROPERTY IN THE NAMED INSURED'S CARE, CUSTODY OR CONTROL A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusion j. Damage to Property in its entirety and replace it with the following: This insurance does not apply to: CNA74705XX (1-15) Page 11 of 17 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office;Inc.;with its permission. DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement j. Damage to Property Property damage to: (1) Property the Named Insured owns, rents, or occupies, including any costs or expenses incurred by you, or any other person, organization or entity, for repair, replacement, enhancement, restoration or maintenance of such property for any reason, including prevention of injury to a person or damage to another's property; (2) Premises the Named Insured sells, gives away or abandons, if the property damage arises out of any part of those premises; (3) Property loaned to the Named Insured; (4) Personal property in the care,custody or control of the Insured; (5) That particular part of real property on which the Named Insured or any contractors or subcontractors working directly or indirectly on the Named Insured's behalf are performing operations, if the property damage arises out of those operations; or (6) That particular part of any property that must be restored, repaired or replaced because your work was incorrectly performed on it. Paragraphs (1), (3) and (4) of this exclusion do not apply to property damage (other than damage by fire) to premises rented to the Named Insured or temporarily occupied by the Named Insured with the permission of the owner, nor to the contents of premises rented to the Named Insured for a period of 7 or fewer consecutive days. A separate limit of insurance applies to Damage To Premises Rented To You as described in LIMITS OF INSURANCE. Paragraph (2) of this exclusion does not apply if the premises are your work. Paragraphs (3), (4), (5) and (6) of this exclusion do not apply to liability assumed under a sidetrack agreement. Paragraph (6) of this exclusion does not apply to property damage included in the products-completed operations hazard. Paragraphs (3) and(4) of this exclusion do not apply to property damage to: i. tools, or equipment the Named Insured borrows from others, nor iii. other personal property of others in the Named Insured's care,custody or control while being used in the Named Insured's operations away from any Named Insured's premises. However, the coverage granted by this exception to Paragraphs (3)and (4)does not apply to: a. property at a job site awaiting or during such property's installation, fabrication, or erection; b. property that is mobile equipment leased by an Insured; c. property that is an auto, aircraft or watercraft; d. property in transit; or e. any portion of property damage for which the Insured has available other valid and collectible insurance, or would have such insurance but for exhaustion of its limits, or but for application of one of its exclusions. A separate limit of insurance and deductible apply to such property of others. See LIMITS OF INSURANCE as amended below. CNA74705XX (1-15) Page 12 of 17 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office;Inc.;with its permission. DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement B. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete its last paragraph and replace it with the following: Exclusions c. through n. do not apply to damage by fire to premises while rented to a Named Insured or temporarily occupied by a Named Insured with permission of the owner, nor to damage to the contents of premises rented to a Named Insured for a period of 7 or fewer consecutive days. A separate limit of insurance applies to this coverage as described in LIMITS OF INSURANCE. C. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5. above, $25,000 is the most the Insurer will pay under Coverage A for damages arising out of any one occurrence because of the sum of all property damage to borrowed tools or equipment, and to other personal property of others in the Named Insured's care, custody or control, while being used in the Named Insured's operations away from any Named Insured's premises. The Insurer's obligation to pay such property damage does not apply until the amount of such property damage exceeds $1,000. The Insurer has the right but not the duty to pay any portion of this $1,000 in order to effect settlement. If the Insurer exercises that right, the Named Insured will promptly reimburse the Insurer for any such amount. D. Paragraph 6., Damage To Premises Rented To You Limit, of LIMITS OF INSURANCE is deleted and replaced by the following: 6. Subject to Paragraph 5. above, (the Each Occurrence Limit), the Damage To Premises Rented To You Limit is the most the Insurer will pay under Coverage A for damages because of property damage to any one premises while rented to the Named Insured or temporarily occupied by the Named Insured with the permission of the owner, including contents of such premises rented to the Named Insured for a period of 7 or fewer consecutive days. The Damage To Premises Rented To You Limit is the greater of: a. $500,000; or b. The Damage To Premises Rented To You Limit shown in the Declarations. E. Paragraph 4.b.(1)(a)(ii)of the Other Insurance Condition is deleted and replaced by the following: (ii) That is property insurance for premises rented to the Named Insured, for premises temporarily occupied by the Named Insured with the permission of the owner; or for personal property of others in the Named Insured's care, custody or control; n 16. LIQUOR LIABILITY rn N Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled 0 0 Exclusions is amended to delete the exclusion entitled Liquor Liability. 0 0 0 This LIQUOR LIABILITY provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 17. MEDICAL PAYMENTS A. LIMITS OF INSURANCE is amended to delete Paragraph 7. (the Medical Expense Limit) and replace it with the following: 7. Subject to Paragraph 5. above (the Each Occurrence Limit), the Medical Expense Limit is the most the Insurer will pay under Coverage C — Medical Payments for all medical expenses because of bodily injury sustained by any one person. The Medical Expense Limit is the greater of: (1) $15,000 unless a different amount is shown here: $N,NNN,NNN,NNN; or (2) the amount shown in the Declarations for Medical Expense Limit. CNA74705XX (1-15) Page 13 of 17 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office;Inc.;with its permission. DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement B. Under COVERAGES, the Insuring Agreement of Coverage C — Medical Payments is amended to replace Paragraph 1.a.(3)(b)with the following: (b) The expenses are incurred and reported to the Insurer within three years of the date of the accident; and 18. NON-OWNED AIRCRAFT Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended as follows: The exclusion entitled Aircraft, Auto or Watercraft is amended to add the following: This exclusion does not apply to an aircraft not owned by any Named Insured, provided that: 1. the pilot in command holds a currently effective certificate issued by the duly constituted authority of the United States of America or Canada, designating that person as a commercial or airline transport pilot; 2. the aircraft is rented with a trained, paid crew to the Named Insured; and 3. the aircraft is not being used to carry persons or property for a charge. 19. NON-OWNED WATERCRAFT Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete subparagraph (2) of the exclusion entitled Aircraft, Auto or Watercraft, and replace it with the following. This exclusion does not apply to: (2) a watercraft that is not owned by any Named Insured, provided the watercraft is: (a) less than 75 feet long; and (b) not being used to carry persons or property for a charge. 20. PERSONAL AND ADVERTISING INJURY—DISCRIMINATION OR HUMILIATION A. Under DEFINITIONS, the definition of personal and advertising injury is amended to add the following tort: Discrimination or humiliation that results in injury to the feelings or reputation of a natural person. B. Under COVERAGES, Coverage B — Personal and Advertising Injury Liability, the paragraph entitled Exclusions is amended to: 1. delete the Exclusion entitled Knowing Violation Of Rights Of Another and replace it with the following: This insurance does not apply to: Knowing Violation of Rights of Another Personal and advertising injury caused by or at the direction of the Insured with the knowledge that the act would violate the rights of another and would inflict personal and advertising injury. This exclusion shall not apply to discrimination or humiliation that results in injury to the feelings or reputation of a natural person, but only if such discrimination or humiliation is not done intentionally by or at the direction of: (a) the Named Insured; or (b) any executive officer, director, stockholder, partner, member or manager (if the Named Insured is a limited liability company) of the Named Insured. 2. add the following exclusions: CNA74705XX (1-15) Page 14 of 17 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office;Inc.;with its permission. DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement This insurance does not apply to: Employment Related Discrimination Discrimination or humiliation directly or indirectly related to the employment, prospective employment, past employment or termination of employment of any person by any Insured. Premises Related Discrimination discrimination or humiliation arising out of the sale, rental, lease or sub-lease or prospective sale, rental, lease or sub-lease of any room,dwelling or premises by or at the direction of any Insured. Notwithstanding the above, there is no coverage for fines or penalties levied or imposed by a governmental entity because of discrimination. The coverage provided by this PERSONAL AND ADVERTISING INJURY —DISCRIMINATION OR HUMILIATION Provision does not apply to any person or organization whose status as an Insured derives solely from Provision 1. ADDITIONAL INSURED of this endorsement; or attachment of an additional insured endorsement to this Coverage Part. This PERSONAL AND ADVERTISING INJURY —DISCRIMINATION OR HUMILIATION Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 21. PERSONAL AND ADVERTISING INJURY-CONTRACTUAL LIABILITY A. Under COVERAGES, Coverage B —Personal and Advertising Injury Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Contractual Liability. B. Solely for the purpose of the coverage provided by this PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY provision, the following changes are made to the section entitled SUPPLEMENTARY PAYMENTS—COVERAGES A AND B: 1. Paragraph 2.d. is replaced by the following: d. The allegations in the suit and the information the Insurer knows about the offense alleged in such suit are such that no conflict appears to exist between the interests of the Insured and the interests of the indemnitee; n 2. The first unnumbered paragraph beneath Paragraph 2.f.(2)(b) is deleted and replaced by the following: N O 0 So long as the above conditions are met, attorneys fees incurred by the Insurer in the defense of that indemnitee, necessary litigation expenses incurred by the Insurer, and necessary litigation expenses incurred by the indemnitee at the Insurer's request will be paid as defense costs. Such payments will not be deemed to be damages for personal and advertising injury and will not reduce the limits of insurance. C. This PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY Provision does not apply if Coverage B —Personal and Advertising Injury Liability is excluded by another endorsement attached to this Coverage Part. This PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 22. PROPERTY DAMAGE—ELEVATORS A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended such that the Damage to Your Product Exclusion and subparagraphs (3), (4) and (6) of the Damage to Property Exclusion do not apply to property damage that results from the use of elevators. CNA74705XX (1-15) Page 15 of 17 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office;Inc.;with its permission. DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement B. Solely for the purpose of the coverage provided by this PROPERTY DAMAGE — ELEVATORS Provision, the Other Insurance conditions is amended to add the following paragraph: This insurance is excess over any of the other insurance, whether primary, excess, contingent or on any other basis that is Property insurance covering property of others damaged from the use of elevators. 23. SUPPLEMENTARY PAYMENTS The section entitled SUPPLEMENTARY PAYMENTS—COVERAGES A AND B is amended as follows: A. Paragraph 1.b. is amended to delete the $250 limit shown for the cost of bail bonds and replace it with a $5,000. limit;and B. Paragraph 1.d. is amended to delete the limit of $250 shown for daily loss of earnings and replace it with a $1,000. limit. 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 CNA74705XX (1-15) Page 16 of 17 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office;Inc.;with its permission. DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement 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: 1. single or multifamily housing, apartments, condominiums, townhouses, co-operatives or planned unit developments; and 2. the common areas and structures appurtenant to the structures in paragraph 1. (including pools, hot tubs, detached garages, guest houses or any similar structures). However, when there is no individual ownership of units, residential structure does not include military housing, college/university housing or dormitories, long term care facilities, hotels or motels. Residential structure also does not include hospitals or prisons. This WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. All other terms and conditions of the Policy remain unchanged. n This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect N 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. N O O O CNA74705XX (1-15) Page 17 of 17 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office;Inc.;with its permission. DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 POLICY NUMBER INSURED NAME AND ADDRESS C 6020650985 ASSOCIATED CONSTRUCTION PARTNERS, LTD. 215 W BANDERA RD STE 114-461 BOERNE, TX 78006-2820 POLICY CHANGES CA 2048 DESIGNATED INSURED BLANKET This Change Endorsement changes the Policy. Please read it carefully. This Change Endorsement is a part of your Policy and takes effect on the effective date of your Policy, unless another effective date is shown. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED BLANKET 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. C V Secretary Chairman of the Board G-56015-B (ED. 11/91) DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 Named Insured: Associated Construction Partners, Ltd. 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 Effective Date: 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. 0 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 4410 13 Copyright, Insurance Services Office, Inc., 2011 Page 1 of 1 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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: N/A Name of person or organization to whom notice will be sent: PER SCHEDULE ON FILE. CANCELLATION NOTICE WILL NOT BE SENT WHEN THE REASON IS FOR NONPAYMENT OF PREMIUM. Address: PER SCHEDULE ON FILE If no entry appears above, the number of days notice for nonpayment of premium will be 10 days. N 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 V 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: 28 CONTINENTAL CASUALTY COMPANY Effective Date: 10/04/2021 Insured Name:Associated Construction Partners, Ltd. Copyright CNA All Rights Reserved. DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 CNA Business Auto Policy &,y Feu%jrsernent i i ` i ` i � ` i i i i i i • 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 List on file Attention: Street Address: City, State, ZIP: E-mail address: 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 Policy Effective date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy. Form No: CNA72315XX (02-2013) Policy No.: 6020650985 Endorsement Effective Date: Endorsement Expiration Date: Policy Effective ate: 10/04/2021 Endorsement No: 17; Page: 1 of 1 _ Underwriting Company: The Continental Insurance Company, 151 N Franklin St, Chicago, IL 60606 0 Copyright CNA All Rights Reserved. DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 CNA Business Auto Policy gement BROADENED POLLUTION LIABILITY COVERAGE THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A. Liability Coverage is changed as follows: 1. Paragraph a. of the Pollution Exclusion applies only to liability assumed under a contract or agreement. 2. With respect to the coverage afforded by Paragraph A.1 above, Exclusion B.6 Care, Custody Or Control does not apply. B. Changes In Definitions For the purpose of this endorsement, Paragraph D. of the Definitions Section is replaced by the following: D. "Covered pollution cost or expense" means any cost or expense arising out of: 1. Any request, demand, order or statutory or regulatory requirement; or 2. Any claim or "suit" by or on behalf of a governmental authority demanding that the "insured" or others test for, monitor, clean up, remove, contain, treat, detoxify or neutralize, or in any way respond to, or assess the effects of "pollutants." "Covered pollution cost or expense" does not include any cost or expense arising out of the actual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of "pollutants": a. Before the "pollutants" or any property in which the "pollutants" are contained are moved from the place where they are accepted by the "insured" for movement into or onto the covered "auto"; or b. After the "pollutants" or any property in which the "pollutants" are contained are moved from the covered "auto" to the place where they are finally delivered, disposed of or abandoned by the " insured." Paragraphs a. and b. above do not apply to "accidents" that occur away from premises owned by or rented to an "insured" with respect to "pollutants" not in or upon a covered "auto" if: (1) The "pollutants" or any property in which the "pollutants" are contained are upset, overturned or damaged as a result of the maintenance or use of a covered "auto"; and (2) The discharge, dispersal, seepage, migration, release or escape of the "pollutants" is caused directly by such upset, overturn or damage. C. Property Damage Liability Coverage Deductible The damages that would otherwise be payable under Liability Coverage for "property damage" and " covered pollution cost or expense" caused in any one "accident" will be reduced by the "Property Damage" and "Covered Pollution Cost or Expense" Per "Accident" Deductible shown in the Broadened Pollution Liability Coverage Schedule prior to the application of the Limit Of Insurance provision. Form No: G-140378-B (05-2008) Policy No.: 6020650985 Endorsement Effective Date: Endorsement Expiration Date: Policy Effective ate: 10/04/2021 Endorsement No: 19; Page: 1 of 2 Underwriting Company: The Continental Insurance Company, 151 N Franklin St, Chicago, IL 60606 Copyright CNA All Rights Reserved. DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 CNA Business Auto Policy D. Our Right To Reimbursement To settle any claim or "suit" we may pay all or any part of the deductible shown in the Broadened Pollution Liability Coverage Schedule. If this happens, you must reimburse us for the deductible or the part of the deductible we paid. E. Limit Of Insurance The following is added to Section II, Paragraph C., Limit Of Insurance: Regardless of the number of covered "autos," "insureds," premiums paid, claims made or "suits" brought or persons or organizations making claims or bringing "suits," the most we will pay for the sum of all damages and "covered pollution cost or expense" involving the additional insurance provided by this endorsement is the Aggregate Limit shown in the Broadened Pollution Liability Coverage Schedule. The Aggregate Limit shown in the Broadened Pollution Liability Coverage Schedule applies separately to each consecutive annual period and to any remaining period of less than 12 months, starting with the beginning of the policy period shown in the Declarations, unless the policy period is extended after issuance for an additional period of less than 12 months. In that case, the additional period will be deemed part of the last preceding period for purposes of determining the Aggregate Limit. F. EXCESS COVERAGE The additional insurance provided by this endorsement is in excess of any automobile pollution coverage required by your state and provided for in the Insurance Services Office, Inc. state Changes endorsement attached to this Coverage Form. However, the additional insurance provided by this endorsement does not increase the each "accident" limit of this Coverage Form. Any claim paid for automobile pollution coverage as provided by the Insurance Services Office, Inc. state Changes endorsement attached to this Coverage Form will not be charged against the annual Aggregate Limit shown in the Broadened Pollution Liability Coverage Schedule. All other terms and conditions of the policy remain unchanged This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy. Form No: G-140378-B (05-2008) Policy No.: 6020650985 Endorsement Effective Date: Endorsement Expiration Date: Endorsement No: 19; Page: 2 of 2 Policy Effective Date: 10/04/2021 Underwriting Company: The Continental Insurance Company, 151 N Franklin St, Chicago, IL 60606 Copyright CNA All Rights Reserved. DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 CNA CNA PARAMOUNT Additional Coverage Limited Pollution Liability Coverage - Worksites Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Limited Pollution Liability Aggregate Limit $2, 000, 000 Each Limited Pollution Incident Limit $1, 000, 000 Pollution Deductible Amount $2, 000 Each Limited Pollution Incident Information required to complete this Schedule, if not shown above, will be shown in the Declarations. It is understood and agreed as follows: I. Under COVERAGES,the following additional coverage is added: LIMITED POLLUTION INCIDENT COVERAGE 1. Insuring Agreement Subject to the Limited Pollution Liability Limits and the Pollution Deductible Amount, the Insurer will pay those sums the Insured becomes legally obligated to pay as damages because of bodily injury or property damage that directly results from a limited pollution incident within the coverage territory, provided that: a. the first emission, discharge, release or escape of the pollutants from which such bodily injury or property damage arises is demonstrable as having occurred during the policy period; and b. such bodily injury or property damage does not qualify for coverage under Coverage A— Bodily Injury and Property Damage Liability, whether or not any Coverage A limits remain; and c. such limited pollution incident happens on or from a worksite. The Insurer will have the right and duty to defend any suit seeking those damages, even if the allegations of the suit are groundless, false or fraudulent. The Insurer may at its discretion investigate any limited pollution incident and settle any claim that may result. But: (1) The Insurer's right and duty to defend end when the Insurer has used up the applicable limit of insurance in the payment of judgments or settlements; and 0 0 (2) The Insurer has no duty to defend suits seeking damages not covered by this insurance. 0 0 No other obligation or liability to pay sums or perform acts or services is covered unless explicitly provided for under SUPPLEMENTARY PAYMENTS—COVERAGES A AND B, which hereby also apply to LIMITED POLLUTION INCIDENT COVERAGE. 2. Exclusions A. Under Coverage A— Bodily Injury And Property Damage Liability,the paragraph entitled Exclusions hereby also applies to LIMITED POLLUTION INCIDENT COVERAGE subject to the following changes, which apply only with respect to the coverage provided by this endorsement: 1. the following exclusions are deleted: a. the exclusions entitled Pollution, Electronic Data and War; b. exclusions attached by endorsement to exclude fungi, microbes, or silica; and C. the endorsement entitled Respirable dust Exclusion Endorsement, if attached to this policy. CNA74844XX (4-15) Policy No: 6020651005 Page 1 of 6 Endorsement No: CONTINENTAL CASUALTY COMPANY Effective Date 10/04/2021 Insured Name: Associated Construction Partners, Ltd. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office;Inc.;with its permission. DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 CNA CNA PARAMOUNT Additional Coverage Limited Pollution Liability Coverage - Worksites Endorsement 2. the following entitled exclusions: • Damage To Property • Damage to Your Product; • Damage to Your Work; • Damage to Impaired Property or Property Not Physically Injured; • Recall of Products, Work Or Impaired Property, are deleted and replaced by the following: This insurance does not apply to: • Damage To Property Property Damage to: (1) property at any time owned, rented, or occupied by the Named Insured, including any costs or expenses incurred by the Named Insured, or by any other person, organization or entity,for repair, replacement, enhancement, restoration or maintenance of such property for any reason, including prevention of injury to a person or damage to another's property; (2) premises the Named Insured sells, gives away or abandons if the property damage arises out of any part of those premises; (3) property loaned to an Insured; (4) personal property in the care,custody or control of an Insured; or • Products or Completed Operations bodily injury or property damage included within the products-completed operations hazard. B. With respect only to the coverage provided by this endorsement, the following additional exclusions apply: This insurance does not apply to: • Acid Rain bodily injury or property damage arising out of acid rain. • Cleanup or Monitoring Costs any loss,cost or expense arising out of any: (1) request, demand, order or statutory or regulatory requirement that any Insured or others test for, monitor, clean up, remove, contain, treat, detoxify or neutralize, or in any way respond to or assess the effects of, pollutants: or (2) claim by or on behalf of a governmental authority for damages because of testing for, monitoring, cleaning up, removing, containing, treating, detoxifying or neutralizing, or in any way responding to or assessing the effects of, pollutants. But this exclusion does not apply to liability for damages for property damage that is otherwise covered by this LIMITED POLLUTION INCIDENT COVERAGE. • Failure to Comply With Environmental Statutes bodily injury or property damage arising out of a limited pollution incident which results from, or is directly or indirectly attributable to, failure to comply with any applicable statute, regulation, ordinance, CNA74844XX (4-15) Policy No: 6020651005 Page 2 of 6 Endorsement No: 7 CONTINENTAL CASUALTY COMPANY Effective Date: 10/04/2021 Insured Name:Associated Construction Partners, Ltd. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office;Inc.;with its permission. DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 CNA CNA PARAMOUNT Additional Coverage Limited Pollution Liability Coverage - Worksites Endorsement directive or order relating to the protection of the environment and promulgated by any governmental body, provided that failure to comply is a willful or deliberate act or omission of: (1) the Insured; or (2) the Named Insured or any of the Named Insured's executive officers (if a corporation), members or managers (if a limited liability corporation), or members or partners (if a joint venture or partnership). • Natural Resources any loss,cost or expense arising out of any request, demand, order or suit by a designated natural resource trustee or other person vested with the authority under any federal or state statute to make such claims, that any Insured or others assess, replace, restore or rehabilitate natural resources, or in any way provide compensation for property damage to natural resources due to the effects of pollutants. • Offshore Facilities And Deepwater Ports bodily injury or property damage arising out of the ownership or operation of any offshore facility as defined in the Outer Continental Shelf Lands Act Amendment of 1978 or the Clean Water Act of 1977 as amended 1978 or any deepwater port as defined in the Deepwater Port Act of 1974 as amended or as may be amended. • PrioritV Clean-up Sites any loss,cost or expense arising out of any request, demand or order by a governmental authority that any Insured or others test for, monitor, clean-up, remove, contain, treat, detoxify or neutralize, or in any way respond to, or assess the effects of pollutants at any site which is included on an EPA or state environmental agency priority clean-up list prior to the limited pollution incident. • Punitive Damages any punitive or exemplary damages nor the multiplied portion of multiplied damages. This exclusion does not apply if such exclusions are not permitted in the state where the Named Insured is domiciled. • Rolling Stock bodily injury or property damage arising out of the ownership, maintenance, use or entrustment to others of any rolling stock owned or operated by, or rented or loaned to, or loaded or unloaded by any 0 Insured. N 0 • Waste Facilities 0 (1) bodily injury or property damage arising out of a limited pollution incident at or from a waste facility which is a worksite. (2) bodily injury at or from, or property damage to, a waste facility to which waste from the operations of an Insured are consigned. • Wells bodily injury or property damage arising out of the emission, discharge, release or escape of drilling fluid, oil, gas or other fluids from any oil,gas, mineral, water or geothermal well. This exclusion applies without regard to whether vehicle-mounted well servicing equipment contributed to causing the limited pollution incident. II. Under WHO IS AN INSURED, and solely with respect to the coverages provided by this endorsement, the following changes apply: A. paragraph 3. is amended to add the following paragraph d.: CNA74844XX (4-15) Policy No: 6020651005 Page 3 of 6 Endorsement No: CONTINENTAL CASUALTY COMPANY Effective Date: 10/04/2021 Insured Name: Associated Construction Partners, Ltd. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office;Inc.;with its permission. DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 CNA CNA PARAMOUNT Additional Coverage Limited Pollution Liability Coverage - Worksites Endorsement d. LIMITED POLLUTION INCIDENT COVERAGE does not apply to: (1) bodily injury or property damage that first occurred; nor (2) limited pollution incidents that first commenced, before the Named Insured acquired or formed the organization. B. the following paragraph is added: No person or organization qualifying as an Insured on any endorsement attached to this Coverage Part is an Insured with respect to bodily injury or property damage arising out of limited pollution incidents other than the Named Insured and the Named Insured's employees. However, with respect to such bodily injury or property damage, if the Named Insured is required under a written contract or written agreement to add a person or organization as an additional insured, then such person or organization is an Insured with respect to the coverage provided by the LIMITED POLLUTION LIABILITY COVERAGE endorsement, but: a. only with respect to such person or organization's liability for acts or omissions of the Named Insured; and b. only if such contract or agreement is currently in effect and was executed prior to the limited pollution incident that caused the bodily injury or property damage. Furthermore, and subject always to the terms and conditions of this Coverage Part, including the limits of insurance, the Insurer will not provide such person or organization with (1) coverage broader than required by such contract or agreement; or (2) a higher limit of insurance than required by such contract or agreement. Any coverage granted by this provision shall apply only to the extent permissible by law. III. LIMITS OF INSURANCE is amended as follows: A. the following paragraphs are added: The Limited Pollution Liability Aggregate Limit shown in the Schedule of the LIMITED POLLUTION LIABILITY COVERAGE endorsement is the most the Insurer will pay under LIMITED POLLUTION LIABILITY COVERAGE for the total of all damages because of bodily injury and property damage resulting from limited pollution incidents. Subject to the Limited Pollution Liability Aggregate Limit described above, the Each Limited Pollution Incident Limit is the most the Insurer will pay under LIMITED POLLUTION LIABILITY COVERAGE for the total of all damages because of bodily injury and property damage resulting from any one limited pollution incident. B. with respect only to property damage arising out of a limited pollution incident the following Deductible provision is added: 1. The Insurer's obligation under LIMITED POLLUTION LIABILITY COVERAGE to pay damages for property damage on the Insured's behalf applies only to the amount of damages in excess of any Pollution Deductible amount stated in the LIMITED POLLUTION LIABILITY COVERAGE endorsement as applicable to Each Limited Pollution Incident. Neither the Each Limited Pollution Incident Limit nor the Limited Pollution Liability Aggregate Limit will be reduced by the application of such deductible amount. 2. The terms of this insurance, including those with respect to: a. the Insurer's right and duty to defend any suits seeking those damages; and b. the Named Insured's duties in the event of an occurrence or claim, apply irrespective of the application of the deductible amount. CNA74844XX (4-15) Policy No: 6020651005 Page 4 of 6 Endorsement No: 7 CONTINENTAL CASUALTY COMPANY Effective Date: 10/04/2020 Insured Name:Associated Construction Partners, Ltd. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office;Inc.;with its permission. DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 CNA CNA PARAMOUNT Additional Coverage Limited Pollution Liability Coverage - Worksites Endorsement 3. The Insurer may pay any part or all of the deductible amount to effect settlement of any claim, and, upon notification of the action taken,the Named Insured shall promptly reimburse the Insurer for such part of the deductible amount as the Insurer has paid. IV. Under CONDITIONS, and with respect only to the coverage provided by this endorsement, paragraph a. of the condition entitled Duties In The Event of Pollution Incident, Claim or Suit is deleted and replaced by the following: Duties In The Event of Pollution Incident, Claim or Suit. a. The Named Insured must see to it that the Insurer is notified as soon as practicable of an occurrence or offense which may result in a claim. To the extent possible, notice should include: (1) how, when, and where the occurrence or offense took place; (2) the names and addresses of any injured persons and witnesses; and (3) the nature and location of: i. any injury or damage arising out of the occurrence or offense; and iii. any limited pollution incident, and of the pollutants that escaped or were emitted, discharged or released in the limited pollution incident. V. Solely with respect to the coverage granted by this Endorsement, and notwithstanding anything to the contrary in any endorsement attached to this Coverage Part, the section entitled Definitions is amended as follows,: A. the following definitions are added: Above-ground means on or above: a. the surface of the land; b. the basement floor of any building; or c. any navigable or surface body of water. Limited pollution incident means an accidental emission, discharge, release, or escape of pollutants that results in the injurious presence of pollutants in or upon land,the atmosphere, interior of a building or any water 0 course, body of water or ground water. A series of emissions, discharges, releases or escapes of pollutants that are logically or causally connected by any common fact, circumstance, situation, transaction, event, advice or decision will be deemed to be one limited pollution incident. All bodily injury and property damage resulting from one limited pollution incident shall be deemed to have occurred only at the commencement date of the 0 limited pollution incident. Waste facility means any site to which waste is delivered for storage, disposal, processing or treatment, whether or not such site is licensed by a governmental authority to perform such storage, disposal, processing or treatment. Worksite means any site or location on which any Insured or any contractors or subcontractors working directly or indirectly on any Insured's behalf are performing operations, including sites temporarily borrowed or rented in support of a single worksite for storage of construction equipment. Worksite does not include any premises, site or location: (1) which is or was at any time owned by, rented or loaned to any Insured; nor (2) occupied by any Insured for any purpose other than performing construction operations for others. B. the following definitions are amended: 1. The definition of damages is amended to add the following: CNA74844XX (4-15) Policy No: 6020651005 Page 5 of 6 Endorsement No: CONTINENTAL CASUALTY COMPANY Effective Date: 10/04/2021 Insured Name: Associated Construction Partners, Ltd. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office;Inc.;with its permission. DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 CNA CNA PARAMOUNT Additional Coverage Limited Pollution Liability Coverage - Worksites Endorsement Damages also do not include fines or penalties. 2. the first sentence of paragraph f. of the definition of insured contract is deleted and replaced by the following: f. That part of any other written contract or written agreement pertaining to the Named Insured's business (including an indemnification of a municipality in connection with work performed for a municipality) under which the Named Insured assumes the tort liability of another party to pay for bodily injury or property damage to a third person or organization, provided the bodily injury or property damage is entirely caused by the Named Insured or by those acting on the Named Insured's behalf. However, such part of a contract or agreement shall only be considered an insured contract to the extent the Named Insured's assumption of the tort liability is permitted by law. This amendment does not apply if paragraph f. has been deleted without replacement by another endorsement attached to this Coverage Part. 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. CNA74844XX (4-15) Policy No: 6020651005 Page 6 of 6 Endorsement No: 7 CONTINENTAL CASUALTY COMPANY Effective Date: 10/04/2021 Insured Name:Associated Construction Partners, Ltd. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office;Inc.;with its permission. DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 00 61 13 PERFORMANCE BOND BOND No.2322924 Contractor as Principal Surety Name: Associated Construction Partners, LTD Name: North American Specialty Insurance Company Mailing address (principal place of business): Mailing address (principal place of business): 215 W. Bandera Rd. Ste. 114-461 1200 Main Street#800 Boerne.TX 78006 Kansas City MO 64105 Physical address (principal place of business): Owner Same Name: City of Corpus Christi,Texas Mailing address (principal place of business): Contracts and Procurement Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: New Hampshire 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): Holly and Rand Morgan Elevated Storage Tank 816.235.3700 Implementation, 20267 Telephone (for notice of claim): 800.338.0753 Local Agent for Surety Name: Acrisure, LLC dba IBTX-Andrew Addison Award Date of the Contract: 12/14/2021 Address: 32335 US Highway N, Suite 1201 Bulverde, TX 78163 Contract Price: 51&L9,500 Bond Telephone: 210.697.2230 y Email Address: aaddison@ib-tx.com Date of Bond: 7 The address of the surety company to which any notice of claim should be sent may be obtained (Date of Bond 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 006113- 1 Proj Titie--Proj No 7-8-2014 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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 hull 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 2259 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. J Contractor s kincipal Surety Signature: M VIL Signature: ` Name: I Name: Betty eeh Title: 1 01-0 Title: Attorney-in-Fact Email Address: �� &ROINAY) Email Address: breeh@ib-tx.com Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond 006113-2 Proj Title--Proj No 7-8-2014 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 00 61 16 PAYMENT BOND BOND No.2322924 Contractor as Principal Surety Name: Associated Construction Partners, LTD Name: North American Specialty Insurance Company Mailing address (principal place of business): Mailing address (principal place of business): 215 W. Bandera Rd. Ste. 114-461 1200 Main Street#800 Boerne,TX 78006 Kansas City MO 64105 Physical address (principal place of business): Owner Same Name: City of Corpus Christi,Texas Mailing address (principal place of business): Contracts and Procurement Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: New Hampshire Corpus Christi,Texas 78401 By submitting this Bond, Surety offirms 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): Holly and Rand Morgan Elevated Storage Tank 816.235.3700 Implementation Telephone (for notice of claim): 800.338.0753 Local Agent for Surety Name: Acrisure, LLC dba IBTX-Andrew Addison Award Date of the Contract: Address: 35335 US Hwy 281 N#1201 Bulverde,TX 78163 Contract Price: 4 669 500 Bond Telephone: 210.697.2230 y Email Address: aaddison ib-tx.com Date of Bond: I 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 Rept. of Insurance by calling the following toll-free number,1-800-252-3439 Payment Bond Form 006116-1 Holly and Rand Morgan Elevated Storage Tank Implementation, 20267 2021 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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, s cipal Surety Signatu re: r Signature: Name: Name: Betty J. Re Title: �- Title: Attorney-in-Fact Email Address: (� ,(,�✓S Email Address: bree ib-tx com (Attach Power of Attorney and place surety seal below) l END OF SECTION Payment Bond Form 006116-2 Holly and Rand Morgan Elevated Storage Tank Implementation,20267 2021 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SWISS RE CORPORATE SOLUTIONS NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOWALL MEN BY THESE PRESENTS,THAT North American Specialty Insurance Company,a corporation duly organized and existing under laws of the State of New Hampshire,and having its principal office in the City of Kansas City,Missouri,and Washington International Insurance Company,a corporation organized and existing underthe laws of the State of New Hampshire and having its principal office in the City of Kansas City,Missouri,each does hereby make,constitute and appoint: GARY W.WHEATLEY,BETTY J. REEH,CLARK D.FRESHER,BRYAN K.MOORE, ANDREW ADDISON, ELIZABETH ORTIZ,ANA TOMES,PATRICK COYLE,PATRICIA ANN LY`I 'LE AND MICHAEL D.HENDRICKSON JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed, bonds or otherwritings obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of; FIFTY MILLION($50,000,000.00)DOLLARS ------------------------------------------------------- ---------- ------- - — - This Power of Attomey is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meeti ngs duly called and held on the 9''of May,2012: 'RESOLVED,that any two of the Presidents,any Managing Director,any SenlorVice President,any Vice President,aryAssistantVice President, the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or arty of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURT H E R R E50LV E D,that the signature of such officers and the seal of the Company,may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsinnile seal shall be binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached._ ,o'ke(AL7Y�'" �` 7 0NA(/y }.r+ cb�poSG''• BY ..........._-- `I ------------------ A+ i Sleren P.Andeesan,Senior Vice President of{VashinKtan International Insurance Cornpan} SEAL �y� jj� +• Ca &Senior Vice President of north American Specialty Insurance Company 90t jm= 1973 �sw.'b� yKas a r� 4 y---- --- -- ---------____W_...._____--_—_------------ �'^c.,srcax°eta !•wN�*rrMs„s+` Erik Janssens,Senior Vice President of W ashi ngton International Insurance Company &Senior Vice President of North American Specialty insurance Company IN WITNESS WHEREOF, North A n-)eri can S pecialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this 30th-day of _NOVEMBER 12021— N or th 2021 .North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook ss: On this 30th day of_NOVEMBER ,2021before me,a Notary Public personally appeared Steven P.Anderson ,Senior Vice President of W ash!ngton Intemational Insurance Company and Senior V ice President of North A merican 5 pecialty Insurance Company and Erik Janssens, Senior V ice President of W ash!ngton International Insurance Company and Senior V ice President of North A meri can Specialty Insurance Company,personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of the!r respective companies. YASMIN A.PATEL OFric?AL SEAL 10 noury Puhnc.5ure ar frJas My comm sYion ErP res Yasinin A.Patel,Notary Aioy 18,1013 I, 1 effrey Goldberg , the duly elected Senior Vice President and Assistant Secretary of N orth A meri can Specialty Insurance Compary and W ash!ngton Internati onal Insurance C ompany,do hereby certify that the above and foregoi ng is a true and correct copy of a Power of A ttorney given by said North American Specialty Insurance Company and Washington International Insurance Company,which is still !n full force and effect. IN WITNESS WHEREOF,IhavesetnryhandandaffixedthesealsoftheCompaniesthistLl dayof Jeffrey Galdhcr&Senior Vice President&A ssiAant S ecretary of Washington Intemauonal Insurance Company&Nath American Specialty Insurance Compaq DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 IMPORTANT NOTICE AVISO IMPORTANTE In order to obtain information or make a complaint: Para obtener informacion o para someter un queja: You may contact Jeffrey Goldberg, Vice President- Puede comunicarse con Jeffrey Goldberg, Vice Claims,at 1-800-338-0753. President- Claims,al 1-800-338-0753. You may call Washington International Insurance Usted puede llanu al numero de telefono gratis de Company and/or North American Specialty Washington International Insurance Company Insurance Company's toll-free number for and/or North American Specialty Insurance information or to make a complaint at: Company's para information o para someter una queja al: 1-800-338-0753 1-800-338-0753 You may also write to Washington International Usted tambien puede escribir a Washington Insurance Company and/or North American International Insurance Company andlor North Specialty Insurance Company at the following American Specialty Insurance Company al: address: 1450 American Lane, Suite 1100 1450 American Lane, Suite 1100 Schaumburg,IL 60173 Schaumburg, IL 60173 You may contact the Texas Department of Insurance Puede escribir al Departmento de Seguros de Texas to obtain information on companies, coverages, rights para obtener information acerca de companias, or complaints at: coberturas, derechos o quejas al: 1- 800-252-3439 1- 800-252-3439 You may write the Texas Department of Insurance: Puede escribir al Departmento de Seguros de Texas: P.O. Box 149104 P.O. Box 149104 Austin,TX 78714-9104 Austin, TX 78714-9104 Fax: (512) 475-1771 Fax: (512)475-1771 Web: httnw ://-,vw.tdi.state.tx.us Web: http://ww-%v.tdi.state.tx.us E-mail:ConsumerProtection( tdi.state.tx.us E-mail:ConsumerProtection(a,tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS O RECLAMOS: Should you have a dispute concerning your premium or Si tiene una disputa concerniente a su prima o a un about a claim you should first contact the Washington reclamo, debe comunicarse con el Washington International Insurance Company and/or North International Insurance Company and/or North American Specialty Insurance Company. If the American Specialty Insurance Company primero. Si dispute is not resolved, you may contact the Texas no se resuelve la disputa, puede entonces comunicarse Department of Insurance. con el Departmento de Seguros de Texas. ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA: This notice is for information only and does not become Este aviso es solo para proposito de infromacion y no se a part or condition of the attached document. converte en parte o condition del documento adjunto. DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SC Go 0� H U yea na o n n+�� 1$52 00 52 23 AGREEMENT This Agreement 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: Holly and Rand Morgan Elevated Storage Tanks Implementation City Prosect No. 20267 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: CP&Y, Inc. (S. Christopher Schmid, PE) 555 Carancahua Street Corpus Christi,Texas 78401 cschmid@cpvi.com 2.02 The Owner's Authorized Representative for this Project is: Brett Van Hazel, PMP—Asst. Director of Construction City of Corpus Christi—Engineering Services 4917 Holly Road,HolIy Road, Bldg.#5 Corpus Christi,TX 78411#5 Corpus Christi,TX 78411 brettvh@cctexas.com ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 100 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 17.16 of the General Conditions within 160 days after the date when the Contract Times commence to run. B. Performance of the Work is required as shown in Paragraph 7.02 of the General Conditions. Agreement 005223- 1 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 7/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 C. 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 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$800 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$400 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 17.16 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 15.03 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 $ 4,669,500.00 ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 17 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. Agreement 005223- 2 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 7/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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 the full amount of the total earned value to date for completed Work minus the retainage listed below and properly stored materials will be made prior to Substantial Completion. 1. The standard retainage is 5 percent. C. Payment will be made for the amount determined per Paragraph 5.02.13, less the total of payments previously made and less set-offs determined in accordance with Paragraph 17.01 of the General Conditions. D. At the Owner's option, retainage may be increased to a higher percentage rate, not to exceed ten percent, 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 17.01 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 17.16 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. Invoices must comply with Article 17 of the General Conditions. 6.02 Except as specified in Article 5, 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. Agreement 005223-3 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 7/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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; 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. Agreement 005223-4 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 7/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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. M. CONTRACTOR SHALL INDEMNIFY, DEFEND AND HOLD HARMLESS THE OWNER'S INDEMNITEES IN ACCORDANCE WITH PARAGRAPH 7.14 OF THE GENERAL CONDITIONS AND THE SUPPLEMENTARY CONDITIONS. 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 15.01 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. Exhibits to this Agreement: a. Contractor's Bid Form. 2. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 3. Drawings listed in the Sheet Index. 4. Solicitation documents and Contractor's response,which are incorporated by reference. 5. Addenda, which are incorporated by reference. 6. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award,which is incorporated by reference. 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 ATTEST CITY DQTuQOffyUS CHRISTI DocuSigned by: 1/10/2022 1/6/2022 EaaE4EE93f:E Q Rebecca Huerta Jeff Edmonds, P.E. City Secretary Director of Engineering Services Agreement 005223-5 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 7/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 M2021-230 AUTHORIZED 12-14-2021 APPROVED AS TO LEGAL FORM: BY COUNCIL Ik DocuSigned by: a44 MdLyw.4 1/6/2022 RH/AB S E99 95ECI.,.QEB_4.FC. Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR Associat cIn TV§iVrefL1Non Partners, Ltd. ,�l�iw,psaln, (Seal Below) By: 76A3A9.Z3-7F�.C46rT Note: Attach copy of authorization to sign if Title: President person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief 215 W. Bandera Rd., Ste. 114-461 Financial Officer Address Boerne TX 78006 City State Zip (210) 698-8714 Phone Fax jill@acpartners.org EMail END OF SECTION Agreement 005223-6 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 7/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 iks Implementation, Proje... Report Created On: 11/17/21 8:04:26 PM BID TOTALS BASE BID Total PART A-GENERAL(ITEMS Al THRU A6) $364,500.00 PART B- HOLLY EST IMPROVEMENTS(ITEMS B1 THRU 132) $1,850,000.00 PART C- RAND MORGAN EST IMPROVEMENTS(ITEMS C1 THRU C3) $2,455,000.00 Total $4,669,500.00 PART A-GENERAL(ITEMS Al THRU A6) No. Description Unit Qty Unit Price Ext Price Al Holly EST Mobilization(Max 5%of Part B LS 1 $75,000.00 $75,000.00 Total) A2 Rand MorganEST Mobilization(Max 5% LS 1 $100,000.00 $100,000.00 of Part C Total) A3 Bonds and Insurance AL 1 $67,500.00 $67,500.00 A4 Allowances for Unanticipated Work AL 1 $92,000.00 $92,000.00 A5 Permits AL 1 $10,000.00 $10,000.00 A6 Demolition of Tower Crane Slab AL 1 $20,000.00 $20,000.00 Subtotal:$364,500.00 PART B-HOLLY EST IMPROVEMENTS(ITEMS B1 THRU B2) No. Description Unit Qty Unit Price Ext Price B1 Holly EST Demolition LS 1 $150,000.00 $150,000.00 B2 Holly EST Improvements(all work at the LS 1 $1,700,000.00 $1,700,000.00 Holly EST for the improvements included in the Contract Documents that are not specivially described in another Bid Item) Subtotal: $1,850,000.00 PART C-RAND MORGAN EST IMPROVEMENTS(ITEMS C1 THRU C3) No. Description Unit Qty Unit Price Ext Price C1 Rand Morgan EST Site Work LS 1 $175,000.00 $175,000.00 C2 Rand Morgan EST Demolition LS 1 $180,000.00 $180,000.00 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 iks Implementation, Proje... Report Created On: 11/17/21 8:04:26 PM C3 Rand Morgan EST Improvements(all LS 1 $2,100,000.00 $2,100,000.00 work at the Rand Morgan EST for the improvements included in the Contract Documents that are not specifically described in another Bid Item) Subtotal: $2,455,000.00 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 iks Implementation, Proje... Report Created On: 11/17/21 8:04:26 PM ACKNOWLEDGE ADDENDA NAME ACKNOWLEDGEMENT DATE Addendum 1 11/15/2021 16:23:22 PM Addendum 2 11/15/2021 16:23:23 PM RFB 3817 Addendum 3 11/15/2021 16:23:23 PM DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 iks Implementation, Proje... Report Created On: 11/17/21 8:04:26 PM REQUIRED DOWNLOADS TYPE NAME DOWNLOAD DATE Plans RFB 3817 Drawings 10/18/21 3:19:04 PM Addenda Addendum 1 10/20/21 1:21:42 PM Addenda Addendum 2 11/2/21 11:56:44 AM Addenda RFB 3817 Addendum 3 11/11/21 11:08:03 AM Invitation To Bid RFB 3817 Specifications 10/18/21 3:19:03 PM DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 00 30 01 BID FORM Project Holly and Rand Morgan Elevated Storage Tanks Implementation Name: Project 20267 Number: Owner: City of Corpus Christi OAR: Designer: CP&Y, Inc. By its signature below, Bidder accepts all of the terms and conditions of the Bid Acknowledgement, acknowledges receipt of all Addenda to the Bid and agrees, if this Bid is accepted,to enter into a Contract with the Owner and complete the Work in accordance with the Contract Documents for the Bid price. Bidder: Associated Construction Partners, Ltd. (full legal name of Bidder) Signature: C — (signature of person with authority to bind the Bidder) VT Name: Jill Simpson (printed name of person signing Bid Form) Title: President (title of person signing Bid Form) Attest: (signature) State of Residency: Texas Federal Tx 1D No. 26-2197773 Address for Notices: 215 W Bandera Rd., Ste_. 114_-4_6_1_ Boerne, TX 78006 Phone: 210-698-8714 Email: jiil ac artners.or Bid Form 00 30 01- Page 1 of 2 Folly and Rand Morgan Elevated Storage Tanks Implementation- Project No,20267 Rev 8/2019 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 00 72 00 GENERAL CONDITIONS Table of Contents Page Article 1—Definitions and Terminology.....................................................................................................10 1.01 Defined Terms.............................................................................................................................10 1.02 Terminology................................................................................................................................15 Article 2—Preliminary Matters...................................................................................................................16 2.01 Delivery of Bonds and Evidence of Insurance.............................................................................16 2.02 Copies of Documents..................................................................................................................16 2.03 Project Management System......................................................................................................16 2.04 Before Starting Construction ......................................................................................................17 2.05 Preconstruction Conference; Designation of Authorized Representatives................................17 Article 3—Contract Documents: Intent, Requirements, Reuse.................................................................17 3.01 Intent...........................................................................................................................................17 3.02 Reference Standards...................................................................................................................18 3.03 Reporting and Resolving Discrepancies......................................................................................19 3.04 Interpretation of the Contract Documents.................................................................................20 3.05 Reuse of Documents...................................................................................................................20 Article 4—Commencement and Progress of the Work..............................................................................20 4.01 Commencement of Contract Times; Notice to Proceed.............................................................20 4.02 Starting the Work........................................................................................................................20 4.03 Progress Schedule.......................................................................................................................21 4.04 Delays in Contractor's Progress..................................................................................................21 Article 5—Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions...................................................................................................................................................22 5.01 Availability of Lands ....................................................................................................................22 5.02 Use of Site and Other Areas........................................................................................................22 5.03 Subsurface and Physical Conditions............................................................................................23 5.04 Differing Subsurface or Physical Conditions...............................................................................24 5.05 Underground Facilities................................................................................................................25 5.06 Hazardous Environmental Conditions at Site.............................................................................26 Article 6—Bonds and Insurance .................................................................................................................28 6.01 Performance, Payment, and Other Bonds..................................................................................28 General Conditions 007200- 1 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 6.02 Licensed Sureties ........................................................................................................................29 6.03 Required Minimum Insurance Coverage....................................................................................29 6.04 General Insurance Provisions......................................................................................................29 6.05 Contractor's Insurance................................................................................................................30 6.06 Property Insurance......................................................................................................................33 6.07 Waiver of Rights..........................................................................................................................34 6.08 Owner's Insurance for Project....................................................................................................34 6.09 Acceptable Evidence of Insurance..............................................................................................35 6.10 Certificate of Insurance...............................................................................................................35 6.11 Insurance Policies........................................................................................................................35 6.12 Continuing Evidence of Coverage...............................................................................................35 6.13 Notices Regarding Insurance ......................................................................................................35 6.14 Texas Workers' Compensation Insurance Required Notice .......................................................36 Article 7-Contractor's Responsibilities.....................................................................................................38 7.01 Supervision and Superintendence..............................................................................................38 7.02 Labor; Working Hours.................................................................................................................38 7.03 Services, Materials, and Equipment ...........................................................................................39 7.04 Concerning Subcontractors, Suppliers, and Others....................................................................39 7.05 Patent Fees and Royalties...........................................................................................................40 7.06 Permits........................................................................................................................................41 7.07 Taxes ...........................................................................................................................................41 7.08 Laws and Regulations..................................................................................................................41 7.09 Safety and Protection .................................................................................................................42 7.10 Safety Representative.................................................................................................................43 7.11 Hazard Communication Programs..............................................................................................43 7.12 Emergencies................................................................................................................................43 7.13 Contractor's General Warranty and Guarantee .........................................................................43 7.14 INDEMNIFICATION......................................................................................................................44 7.15 Delegation of Professional Design Services................................................................................45 Article 8-Other Work at the Site...............................................................................................................46 8.01 Other Work.................................................................................................................................46 8.02 Coordination ...............................................................................................................................47 8.03 Legal Relationships......................................................................................................................47 General Conditions 007200- 2 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 Article 9—Owner's and OPT's Responsibilities...........................................................................................48 9.01 Communications to Contractor ..................................................................................................48 9.02 Replacement of Owner's Project Team Members......................................................................48 9.03 Furnish Data................................................................................................................................48 9.04 Pay When Due.............................................................................................................................48 9.05 Lands and Easements; Reports and Tests...................................................................................48 9.06 Insurance.....................................................................................................................................48 9.07 Modifications..............................................................................................................................48 9.08 Inspections,Tests, and Approvals...............................................................................................48 9.09 Limitations on OPT's Responsibilities .........................................................................................48 9.10 Undisclosed Hazardous Environmental Condition......................................................................49 9.11 Compliance with Safety Program................................................................................................49 Article 10—OAR's and Designer's Status During Construction ..................................................................49 10.01 Owner's Representative..........................................................................................................49 10.02 Visits to Site.............................................................................................................................49 10.03 Resident Project Representatives...........................................................................................49 10.04 Rejecting Defective Work........................................................................................................49 10.05 Shop Drawings, Modifications and Payments.........................................................................50 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work...................50 10.07 Limitations on OAR's and Designer's Authority and Responsibilities.....................................50 Article 11—Amending the Contract Documents; Changes in the Work ....................................................50 11.01 Amending and Supplementing the Contract Documents.......................................................50 11.02 Owner-Authorized Changes in the Work................................................................................51 11.03 Unauthorized Changes in the Work........................................................................................51 11.04 Change of Contract Price ........................................................................................................52 11.05 Change of Contract Times.......................................................................................................52 11.06 Change Proposals....................................................................................................................52 11.07 Execution of Change Orders ...................................................................................................53 11.08 Notice to Surety......................................................................................................................54 Article 12—Change Management ..............................................................................................................54 12.01 Requests for Change Proposal................................................................................................54 12.02 Change Proposals....................................................................................................................54 12.03 Designer Will Evaluate Request for Modification...................................................................55 General Conditions 007200- 3 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 12.04 Substitutions...........................................................................................................................55 Article13—Claims.......................................................................................................................................56 13.01 Claims......................................................................................................................................56 13.02 Claims Process.........................................................................................................................57 Article 14—Prevailing Wage Rate Requirements.......................................................................................58 14.01 Payment of Prevailing Wage Rates.........................................................................................58 14.02 Records....................................................................................................................................58 14.03 Liability; Penalty; Criminal Offense.........................................................................................59 14.04 Prevailing Wage Rates.............................................................................................................59 Article 15—Cost of the Work; Allowances; Unit Price Work......................................................................59 15.01 Cost of the Work.....................................................................................................................59 15.02 Allowances..............................................................................................................................63 15.03 Unit Price Work.......................................................................................................................63 15.04 Contingencies..........................................................................................................................64 Article 16—Tests and Inspections; Correction, Removal, or Acceptance of Defective Work....................65 16.01 Access to Work........................................................................................................................65 16.02 Tests, Inspections and Approvals............................................................................................65 16.03 Defective Work .......................................................................................................................65 16.04 Acceptance of Defective Work................................................................................................66 16.05 Uncovering Work....................................................................................................................66 16.06 Owner May Stop the Work.....................................................................................................67 16.07 Owner May Correct Defective Work.......................................................................................67 Article 17—Payments to Contractor; Set-Offs; Completion; Correction Period........................................67 17.01 Progress Payments..................................................................................................................67 17.02 Application for Payment.........................................................................................................69 17.03 Schedule of Values..................................................................................................................71 17.04 Schedule of Anticipated Payments and Earned Value............................................................72 17.05 Basis for Payments..................................................................................................................73 17.06 Payment for Stored Materials and Equipment.......................................................................73 17.07 Retainage and Set-Offs ...........................................................................................................74 17.08 Procedures for Submitting an Application for Payment.........................................................74 17.09 Responsibility of Owner's Authorized Representative...........................................................75 17.10 Contractor's Warranty of Title................................................................................................76 General Conditions 007200-4 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 17.11 Substantial Completion...........................................................................................................76 17.12 Partial Utilization.....................................................................................................................77 17.13 Final Inspection.......................................................................................................................77 17.14 Final Application for Payment.................................................................................................77 17.15 Final Payment..........................................................................................................................78 17.16 Waiver of Claims.....................................................................................................................78 17.17 Correction Period....................................................................................................................78 Article 18-Suspension of Work and Termination.....................................................................................79 18.01 Owner May Suspend Work.....................................................................................................79 18.02 Owner May Terminate for Cause............................................................................................79 18.03 Owner May Terminate For Convenience................................................................................80 Article 19-Project Management...............................................................................................................81 19.01 Work Included.........................................................................................................................81 19.02 Quality Assurance ...................................................................................................................81 19.03 Document Submittal...............................................................................................................81 19.04 Required Permits ....................................................................................................................81 19.05 Safety Requirements...............................................................................................................82 19.06 Access to the Site....................................................................................................................82 19.07 Contractor's Use of Site..........................................................................................................82 19.08 Protection of Existing Structures and Utilities........................................................................83 19.09 Pre-Construction Exploratory Excavations..............................................................................83 19.10 Disruption of Services/Continued Operations........................................................................84 19.11 Field Measurements ...............................................................................................................84 19.12 Reference Data and Control Points.........................................................................................84 19.13 Delivery and Storage...............................................................................................................85 19.14 Cleaning During Construction.................................................................................................86 19.15 Maintenance of Roads, Driveways, and Access......................................................................86 19.16 Area Access and Traffic Control..............................................................................................87 19.17 Overhead Electrical Wires.......................................................................................................87 19.18 Blasting....................................................................................................................................87 19.19 Archeological Requirements...................................................................................................87 19.20 Endangered Species Resources...............................................................................................88 19.21 Cooperation with Public Agencies..........................................................................................88 General Conditions 007200-5 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 Article 20—Project Coordination................................................................................................................88 20.01 Work Included.........................................................................................................................88 20.02 Document Submittal...............................................................................................................88 20.03 Communication During Project...............................................................................................89 20.04 Project Meetings.....................................................................................................................89 20.05 Requests for Information........................................................................................................91 20.06 Decision and Action Item Log..................................................................................................91 20.07 Notification By Contractor......................................................................................................92 20.08 Record Documents..................................................................................................................92 Article 21—Quality Management...............................................................................................................94 21.01 Contractor's Responsibilities ..................................................................................................94 21.02 Quality Management Activities by OPT..................................................................................95 21.03 Contractor's Use of OPT's Test Reports..................................................................................96 21.04 Documentation.......................................................................................................................96 21.05 Standards ................................................................................................................................97 21.06 Delivery and Storage...............................................................................................................97 21.07 Verification Testing for Corrected Defects..............................................................................97 21.08 Test Reports............................................................................................................................97 21.09 Defective Work.......................................................................................................................98 21.10 Limitation of Authority of Testing Laboratory........................................................................98 21.11 Quality Control Plan................................................................................................................98 21.12 Implement Contractor's Quality Control Plan ......................................................................100 Article 22—Final Resolution of Disputes..................................................................................................101 22.01 Senior Level Negotiations .....................................................................................................101 22.02 Mediation..............................................................................................................................101 Article 23—Minority/MBE/DBE Participation Policy................................................................................102 23.01 Policy.....................................................................................................................................102 23.02 Definitions.............................................................................................................................102 23.03 Goals......................................................................................................................................103 23.04 Compliance............................................................................................................................104 Article 24—Document Management........................................................................................................104 24.01 Work Included.......................................................................................................................104 24.02 Quality Assurance .................................................................................................................104 General Conditions 007200-6 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 24.03 Contractor's Responsibilities ................................................................................................104 24.04 Document Submittal.............................................................................................................105 24.05 Document Numbering ..........................................................................................................105 24.06 Document Requirements......................................................................................................106 Article25—Shop Drawings.......................................................................................................................107 25.01 Work Included.......................................................................................................................107 25.02 Quality Assurance .................................................................................................................107 25.03 Contractor's Responsibilities ................................................................................................107 25.04 Shop Drawing Requirements ................................................................................................109 25.05 Special Certifications and Reports........................................................................................109 25.06 Warranties and Guarantees..................................................................................................110 25.07 Shop Drawing Submittal Procedures....................................................................................110 25.08 Sample and Mockup Submittal Procedures..........................................................................112 25.09 Equal Non Specified Products...............................................................................................113 25.10 Requests for Deviation..........................................................................................................113 25.11 Designer Responsibilities ......................................................................................................114 25.12 Resubmission Requirements.................................................................................................116 Article26—Record Data ...........................................................................................................................117 26.01 Work Included.......................................................................................................................117 26.02 Quality Assurance .................................................................................................................117 26.03 Contractor's Responsibilities ................................................................................................117 26.04 Record Data Requirements...................................................................................................118 26.05 Special Certifications and Reports........................................................................................118 26.06 Warranties and Guarantees..................................................................................................119 26.07 Record Data Submittal Procedures.......................................................................................119 26.08 Designer's Responsibilities....................................................................................................120 Article 27—Construction Progress Schedule............................................................................................121 27.01 Requirements........................................................................................................................121 27.02 Document Submittal.............................................................................................................121 27.03 Schedule Requirements........................................................................................................121 27.04 Schedule Revisions................................................................................................................123 27.05 Float Time..............................................................................................................................123 Article 28—Video and Photographic documentation ..............................................................................124 General Conditions 007200-7 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 28.01 Work Included.......................................................................................................................124 28.02 Quality Assurance .................................................................................................................124 28.03 Document Submittal.............................................................................................................124 28.04 Photographs..........................................................................................................................125 28.05 Video Recording....................................................................................................................125 Article 29-Execution and Closeout.........................................................................................................125 29.01 Substantial Completion.........................................................................................................125 29.02 Final Inspections....................................................................................................................126 29.03 Reinspection Fees .................................................................................................................126 29.04 Closeout Documents Submittal ............................................................................................127 29.05 Transfer of Utilities ...............................................................................................................127 29.06 Warranties, Bonds and Service Agreements.........................................................................127 Article30-Miscellaneous........................................................................................................................128 30.01 Computation of Times...........................................................................................................128 30.02 Owner's Right to Audit Contractor's Records.......................................................................128 30.03 Independent Contractor.......................................................................................................129 30.04 Cumulative Remedies ...........................................................................................................129 30.05 Limitation of Damages..........................................................................................................129 30.06 No Waiver .............................................................................................................................129 30.07 Severability............................................................................................................................129 30.08 Survival of Obligations ..........................................................................................................129 30.09 No Third Party Beneficiaries .................................................................................................130 30.10 Assignment of Contract.........................................................................................................130 30.11 No Waiver of Sovereign Immunity........................................................................................130 30.12 Controlling Law.....................................................................................................................130 30.13 Conditions Precedent to Right to Sue...................................................................................130 30.14 Waiver of Trial by Jury...........................................................................................................130 30.15 Attorney Fees........................................................................................................................130 30.16 Compliance with Laws...........................................................................................................130 30.17 Enforcement..........................................................................................................................131 30.18 Subject to Appropriation.......................................................................................................131 30.19 Contract Sum.........................................................................................................................131 30.20 Contractor's Guarantee as Additional Remedy....................................................................131 General Conditions 007200-8 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 30.21 Notices. .................................................................................................................................131 General Conditions 007200-9 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 ARTICLE 1—DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Terms with initial capital letters, including the term's singular and plural forms, have the meanings 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 Documents. 7. Bidding Documents — The solicitation documents, the proposed Contract Documents and Addenda. 8. Bidder—An individual or entity that submits a Bid to Owner. 9. Bonds - Performance Bond, Payment Bond, Maintenance Bond, and other Surety instruments executed by Surety. When in singular form, refers to individual instrument. 10. Change Order-A document issued on or after the Effective Date of the Contract,which modifies the Work, Contract Price, Contract Times, or terms and conditions of the Contract. 11. 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. 12. City Engineer - The Corpus Christi City Engineer and/or designee as identified at the preconstruction conference or in the Notice to Proceed. General Conditions 007200- 10 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 13. 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. Claims must be initiated by written notice, signed and sworn to be an authorized corporate officer, verifying the truth and accuracy of the Claim. 14. 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. §§5101 et seq.; c. The Resource Conservation and Recovery Act, 42 U.S.C. §§6901 et seq. ("RCRA"); d. The Toxic Substances Control Act, 15 U.S.C. §§2601 et seq.; e. The Clean Water Act, 33 U.S.C. §§1251 et seq.; f. The Clean Air Act, 42 U.S.C. §§7401 et seq.; or g. Any other Laws or Regulations regulating, relating to, or imposing liability or standards of conduct concerning hazardous, toxic, or dangerous waste, substance, or material. 15. Contract -The entire integrated set of documents concerning the Work and describing the relationship between the Owner and Contractor. 16. 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. 17. Contract Documents - Those items designated as Contract Documents in the Agreement. 18. 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. 19. 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. 20. Contractor-The individual or entity with which Owner has contracted for performance of the Work. General Conditions 007200- 11 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 21. 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. 22. Cost of the Work - The sum of costs incurred for the proper performance of the Work as allowed by Article 15. 23. Defective - When applied to Work, refers to Work that is unsatisfactory, faulty, or deficient in that it: a. Does not conform to the Contract Documents; b. Does not meet the requirements of applicable inspections, reference standards, tests, or approvals referred to in the Contract Documents; or C. Has been damaged or stolen prior to OAR's recommendation of final payment unless responsibility for the protection of the Work has been assumed by Owner at Substantial Completion 24. 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, Registered Architects or Registered Landscape Architects qualified to practice their profession in the State of Texas. 25. 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. 26. Effective Date of the Contract -The date indicated in the Agreement on which the City Manager or designee has signed the Contract. 27. 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. 28. 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. 29. Indemnified Costs-All costs, losses,damages,and legal or other dispute resolution costs resulting from claims or demands against Owner. These costs include fees for engineers, architects, attorneys, and other professionals. 30. 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. 31. Liens - Charges, security interests, or encumbrances upon Contract related funds, real property, or personal property. General Conditions 007200- 12 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 32. 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. 33. 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. 34. Notice of Award-The notice of Owner's intent to enter into a contract with the Selected Bidder. 35. Notice to Proceed - A notice to Contractor of the Contract Times and the date Work is to begin. 36. 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 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. 37. 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. 38. 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. 39. 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. 40. 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. The Progress Schedule must be a Critical Path Method (CPM) Schedule. 41. Project - The total undertaking to be accomplished for Owner under the Contract Documents. 42. Project Manual — That portion of the Contract Documents that may include the following: introductory information,solicitation requirements and responses, proposal, Contract forms and General and Supplementary Conditions, General Requirements, Specification, Drawings, Project Safety Manual and Addenda. 43. 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. General Conditions 007200- 13 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 44. 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. 45. Schedule of Documents -A schedule of required documents, prepared and maintained by Contractor. 46. 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. 47. 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. 48. 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. 49. 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. 50. 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. 51. 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. 52. Supplementary Conditions - The part of the Contract that amends or supplements the General Conditions. 53. 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. 54. Technical Data-Those items expressly identified as Technical Data in the Supplementary Conditions with respect to either: a. Subsurface conditions at the Site; b. Physical conditions relating to existing surface or subsurface structures at the Site, except Underground Facilities; or C. Hazardous Environmental Conditions at the Site. 55. 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. 56. Unit Price Work- Work to be paid for on the basis of unit prices. General Conditions 007200- 14 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 57. Work - The construction of the Project or its component parts as required by the Contract Documents. 58. 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. 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 General Conditions 007200- 15 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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. 2.02 Copies of Documents A. OPT is to furnish one fully executed Agreement (either electronic or printed) and one copy of the executed Contract Documents in electronic portable document format (PDF). This document is the Project Record Copy of the Contract Documents. 2.03 Project Management System A. Owner shall administer its design and construction management through an internet-based project management system known as e-Builder. B. Contractor shall conduct all communication through and perform all project-related functions utilizing this project management system. This includes all correspondence, General Conditions 007200- 16 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 submittals, requests for information, payment requests and processing, contract amendments, change orders, delivery orders and other administrative activities. C. Owner shall administer the software and provide training to Contractor's Team. 2.04 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, which must be a Critical Path Method (CPM) Schedule; 2. Schedule of Documents; and 3. Schedule of Values and projected cash flow information. 2.05 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 and Supplementary Conditions 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 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. General Conditions 007200- 17 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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. 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. General Conditions 007200- 18 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 2. No provision of referenced standard specifications, manuals, reference standards, codes, or instructions of a Supplier changes the duties or responsibilities of OPT or Contractor from those described in the Contract Documents or assigns a duty to or gives authority to the OPT to supervise or direct the performance of the Work or undertake responsibilities inconsistent with the Contract Documents. 3. The provisions of the Contract Documents take precedence over standard specifications, manuals, reference standards, codes, or instructions of a Supplier unless specifically stated otherwise in the Contract Documents. B. Comply with applicable construction industry standards, whether referenced or not. 1. Standards referenced in the Contract Documents govern over standards not referenced but recognized as applicable in the construction industry. 2. Comply with the requirements of the Contract Documents if they produce a higher quality of Work than the applicable construction industry standards. 3. Designer determines whether a code or standard is applicable, which of several are applicable, or if the Contract Documents produce a higher quality of Work. C. Make copies of reference standards available if requested by OAR. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Carefully study the Drawings and verify pertinent figures and dimensions with respect to actual field measurements before undertaking the Work. Immediately report conflicts, errors, ambiguities, or discrepancies that Contractor discovers or has actual knowledge of to the OAR. Do not proceed with affected Work until the conflict, error, ambiguity, or discrepancy is resolved by a clarification or interpretation from the OAR or by a Modification to the Contract Documents issued pursuant to Paragraph 11.01. 2. The exactness of existing grades, elevations, dimensions or locations given on any Drawings issued by Designer, or the work installed by other contractors, is not guaranteed by Owner. Contractor shall,therefore, satisfy itself as to the accuracy of all grades, elevations, dimensions and locations. Any errors due to Contractor's failure to verify at the site all such grades, elevations, dimensions or locations relating to such existing or other work shall be rectified by Contractor without any additional cost to Owner. 3. Immediately notify the OAR of conflicts, errors, ambiguities, or discrepancies in the Contract Documents or discrepancies between the Contract Documents and: a. Applicable Laws or Regulations; b. Actual field conditions; c. Standard specifications, manuals, reference standards, or codes; or d. Instructions of Suppliers. 4. Do not proceed with affected Work until the conflict,error, ambiguity, or discrepancy is resolved by a clarification or interpretation from the OAR or by a Modification to the General Conditions 007200- 19 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 Contract Documents issued pursuant to Paragraph 11.01, except in an emergency as required by Paragraph 7.12. 5. 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. 6. Contractor is deemed to have included the most expensive item, system, procedure, etc. in the Contract Price if a conflict, error, ambiguity, or discrepancy in components of the Contract Documents was known, but not reported prior to submitting the Bid or when Contractor negotiates the Contract Price. 3.04 Interpretation of the Contract Documents A. Submit questions concerning the non-technical or contractual/administrative requirements of the Contract Documents to the OAR immediately after those questions arise. OAR is to provide an interpretation of the Contract Documents regarding these questions and will coordinate the response of the OPT to Contractor. B. Submit questions regarding the design of the Project described in the Contract Documents to the OAR immediately after those questions arise. OAR is to request an interpretation of the Contract Documents from the Designer. Designer is to respond to these questions by providing an interpretation of the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OPT may initiate a Modification to the Contract Documents through the OAR if a response to the question indicates that a change in the Contract Documents is required. Contractor may appeal Designer's or OAR's interpretation by submitting a Change Proposal. 3.05 Reuse of Documents A. Contractor's Team has no rights to the Contract Documents and may not use the Contract Documents, or copies or electronic media editions of the Contract Documents, other than for the construction of this Project. This provision survives final payment or termination of the Contract. B. Contractor is allowed to retain a copy of the Contract Documents for record purposes, unless specifically prohibited by the Owner for security reasons. Surrender paper and digital copies of the Contract Documents and other related documents and remove these documents from computer equipment or storage devices as a condition of final payment if the Owner so directs. ARTICLE 4—COMMENCEMENT AND PROGRESS OF THE WORK 4.01 Commencement of Contract Times; Notice to Proceed A. The Contract Times commence to run on the date indicated in the Notice to Proceed. 4.02 Starting the Work A. Begin performing the Work on the date indicated in the Notice to Proceed. Do not begin Work prior to having the insurance required in Article 6 in force or before the date indicated in the Notice to Proceed. General Conditions 007200- 20 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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. 4.04 Delays in Contractor's Progress A. No Damages for Delay: Contractor shall receive no compensation for delays or hindrances to the Work,except in the case of direct interference with means and methods by the Owner. In no event shall the Contractor be entitled to any compensation or recovery of any special damages in connection with any delays, including without limitation: consequential damages, lost opportunity costs, impact damages, or other similar damages. Owner's exercise of any of its rights or remedies under the Contract Documents (including without limitation ordering changes in the Work, or directing suspension, rescheduling, or correction of the Work), regardless of the extent or frequency of Owner's exercise of such rights or remedies, shall not be construed as active interference in the Contractor's performance of the Work. An extension of Contract Time, to the extent permitted, shall be the sole remedy of the Contractor for any acknowledged delays.Contractor 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, 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 adjustments in Contract Times are the Contractor's sole and exclusive remedy for the delays, disruption, and interference described in this paragraph. 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 performing other work at or adjacent to the Site; 3. Acts of war or terrorism; and 4. Rain days in excess of the number specified in a calendar year. General Conditions 007200- 21 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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 3. Hazardous Environmental Conditions. 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. Claims for adjustment to the Contract Price or Contract Times that do not comply with Article 13 are waived. 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 General Conditions 007200- 22 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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 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 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. General Conditions 007200- 23 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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 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 to the subsurface or physical condition; 3. Determine if the subsurface or physical condition falls within one or more of the differing Site condition categories in Paragraph 5.04.A; 4. Prepare recommendations to OPT regarding the Contractor's resumption of Work in connection with the subsurface or physical condition in question; 5. Determine the need for changes in the Drawings or Specifications; and 6. Advise OPT of Designer's findings, conclusions, and recommendations. C. OAR is to issue a statement to Contractor regarding the subsurface or physical condition in question and recommend action as appropriate after review of Designer's findings, conclusions, and recommendations. D. Possible Contract Price and Contract Times Adjustments: 1. Contractor is entitled to an equitable adjustment in Contract Price or Contract Times to the extent that a differing subsurface or physical condition causes a change in Contractor's cost or time to perform the Work provided the condition falls within one or more of the categories described in Paragraph 5.04.A. Any adjustment in Contract Price for Work that is paid for on a unit price basis is subject to the provisions of Paragraph 15.03. General Conditions 007200- 24 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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. 4. A Change Order is to be issued by the OAR if Owner and Contractor agree that Contractor is entitled to an adjustment in the Contract Price or Contract Times and agree to the amount or extent of adjustments in the Contract Price or Contract Times. 5.05 Underground Facilities A. The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or adjacent to the Site is based on information and data furnished to OPT by the owners of these Underground Facilities or by others. OPT is not responsible for the accuracy or completeness of information or data provided by others that OPT makes available to Contractor. The Contractor is responsible for: 1. Investigating and field-verifying the location of underground facilities before beginning Work; 2. Reviewing and checking available information and data regarding existing Underground Facilities at the Site; 3. Complying with Laws and Regulations related to locating Underground Facilities before beginning Work; 4. Locating Underground Facilities shown or indicated in the Contract Documents; 5. Coordinating the Work with the owners, including Owner, of Underground Facilities during construction; and 6. 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, but in no event later than 3 days, 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. General Conditions 007200- 25 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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 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 15.03. F. Contractor is not entitled an adjustment in the Contract Price or Contract Times with respect to an existing Underground Facility at the Site if: 1. Contractor knew of the existence of the existing Underground Facility at the Site at the time Contractor made an offer to Owner with respect to Contract Price and Contract Times; 2. The existence of the existing Underground Facility at the Site could have been discovered or revealed as a result of examinations, investigations, explorations, tests, or studies of the Site and contiguous areas expressly required by the Bidding Requirements or Contract Documents prior to when Contractor's Bid is submitted or when Contractor negotiates the Contract Price; or 3. Contractor failed to give notice as required by Paragraph 5.05.B. G. Contractor may submit a Change Proposal regarding its entitlement to or the amount or extent of adjustments in the Contract Price or Contract Times no later than 30 days after OAR's issuance of OPT's statement to Contractor regarding the Underground Facility. 5.06 Hazardous Environmental Conditions at Site A. The Supplementary Conditions identify: 1. Those reports and drawings known to OPT relating to Hazardous Environmental Conditions that have been identified at or adjacent to the Site; and 2. Technical Data contained in these reports and drawings. B. Contractor may rely upon the accuracy of the Technical Data contained in reports and drawings relating to Hazardous Environmental Conditions identified in the Supplementary General Conditions 007200- 26 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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 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 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. General Conditions 007200- 27 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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. 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. General Conditions 007200- 28 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 G. Owner may exclude the Contractor from the Site and exercise Owner's termination rights under Article 18 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. 6.03 Required Minimum Insurance Coverage A. Obtain and maintain insurance as required in this Article and in the Supplementary Conditions. B. Deliver evidence of insurance in accordance with the Supplementary Conditions 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. 6.04 General Insurance Provisions A. Provide insurance coverages and limits meeting the requirements for insurance in accordance with this Article 6 and the Supplementary Conditions. B. Provide endorsements to the policies as outlined in this Article. 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 General Conditions 007200- 29 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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 18 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 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. 6.05 Contractor's Insurance A. Purchase and maintain workers' compensation and employer's liability insurance for: 1. Claims under workers' compensation, disability benefits, and other similar employee benefit acts. Obtain workers' compensation coverage through a licensed insurance company in accordance with Texas law and written on a policy and endorsements approved by the Texas Department of Insurance. Provide insurance in amounts to meet all workers' compensation obligations. Provide an "All Other States" endorsement if Contractor is not domiciled in Texas and policy is not written in accordance with Texas Department of Insurance rules. 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 General Conditions 007200-30 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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 Article and the Supplementary Conditions. Insurance is to remain in effect 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 the Supplementary Conditions, provide and maintain Installation Floater insurance for property under the care, custody, or control of Contractor. Provide Installation Floater insurance that is a broad form or "All Peril" policy providing coverage for all materials, supplies, machinery, fixtures, and equipment which will be incorporated into the Work. 1) Provide coverage under the Contractor's Installation Floater that includes: a) Faulty or Defective workmanship, materials, maintenance, or construction; b) Cost to remove Defective or damaged Work from the Site or to protect it from loss or damage; c) Cost to cleanup and remove pollutants; d) Coverage for testing and startup; e) Any loss to property while in transit; f) Any loss at the Site; 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, fixtures, 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, 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. General Conditions 007200-31 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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 Owner as defined in Article 1; and 4. Provide primary coverage for all claims covered by the policies, including those arising from both ongoing and completed operations. G. Purchase and maintain insurance coverage for third-party injury and property damage claims, including clean-up costs that result from Hazardous Environmental Conditions which result from Contractor's operations and completed operations. Provide Contractor's pollution liability insurance that includes long-term environmental impacts for the disposal of pollutants/contaminants and is not limited to sudden and accidental discharge. The completed operations coverage is to remain in effect for 3 years after final payment. The 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 Article must: 1. Include at least the specific coverages and be written for not less than the limits of liability provided in this Article or the Supplementary Conditions 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, General Conditions 007200-32 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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. 6.06 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 Article and the Supplementary Conditions or those required by Laws and Regulations and must comply with the requirements of Paragraph 6.09. This insurance shall: 1. Include the OPT,Contractor,and all Subcontractors,and any other individuals or entities identified in the Supplementary Conditions, as named insureds. 2. Be written on a builder's risk "all risk" policy form that includes insurance for physical loss or damage to the Work, temporary buildings, falsework, and materials and equipment in transit, and insures against at least the following perils or causes of loss: fire; lightning; windstorm; riot; civil commotion; terrorism; vehicle impact; aircraft; smoke; theft; vandalism and malicious mischief; mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; flood; collapse; explosion; debris removal; demolition occasioned by enforcement of Laws and Regulations; water damage (other than that caused by flood); and such other perils or causes of loss as may be specifically required by this Section. If insurance against mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; or flood, are not commercially available under builder's risk, by endorsement or otherwise, this insurance may be provided through other insurance policies acceptable to Owner and Contractor. 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. General Conditions 007200-33 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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. 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 Article and the Supplementary Conditions. 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. 6.07 Waiver of Rights A. Insurance shall include a waiver of subrogation in favor of the additional insureds identified in the Supplementary Conditions. B. All policies purchased in accordance with this Article are to contain provisions to the effect that the insurers have no rights of recovery against OPT, named insureds or additional insureds in the event of a payment for loss or damage. Contractor and insurers waive all rights against the Owner's Indemnities for losses and damages created by or resulting from any of the perils or causes of loss covered by these policies and any other applicable property insurance. None of these waivers extend to the rights Contractor has to the proceeds of insurance as trustee. C. Contractor is responsible for assuring that agreements with Subcontractors contain provisions that the Subcontractor waive all rights against Owner,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. 6.08 Owner's Insurance for 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. General Conditions 007200-34 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 6.09 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. 6.10 Certificate of Insurance A. Submit Certificates of Insurance meeting the following requirements: 1. Form has been filed with and approved by the Texas Department of Insurance under Texas Insurance Code §1811.101; or 2. Form is a standard form deemed approved by the Department under Texas Insurance Code §1811.101. 3. No requirements of this Contract may be interpreted as requiring the issuance of a certificate of insurance on a certificate of insurance form that has not first been filed with and approved by the Texas Department of Insurance. B. Include the name of the Project in the description of operations box on the certificate of insurance. 6.11 Insurance Policies A. If requested by the Owner, make available for viewing 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. 6.12 Continuing Evidence of Coverage A. Provide updated, revised, or new evidence of insurance in accordance this Article and the Supplementary Conditions prior to the expiration of existing policies. B. Provide evidence of continuation of insurance coverage at final payment and for the following 3 years. 6.13 Notices Regarding Insurance A. Notices regarding insurance are to be sent to the Owner at the following address: General Conditions 007200-35 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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. 6.14 Texas Workers' Compensation Insurance Required Notice A. Definitions: 1. Certificate of coverage ("certificate") -A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC- 81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the Project. 2. Duration of the Project-includes the time from the beginning of the Work on the Project until the Contractor's/person's Work on the Project has been completed and accepted by the governmental entity. 3. Persons providing services on the Project ("Subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the Project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the Project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the Project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the Project, for the duration of the Project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the Contract. D. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the Project,the Contractor must, prior to the end of the coverage period,file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: 1. A certificate of coverage, prior to that person beginning Work on the Project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the Project; and General Conditions 007200-36 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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; 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 this section, 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 General Conditions 007200-37 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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. 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. Regular working hours are between sunrise and sundown Monday through Saturday unless other times are specifically authorized in writing by OAR. C. Do not perform Work on a 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 Martin Luther King Jr Day Third Monday in January Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Thanksgiving Day Fourth Thursday in November General Conditions 007200-38 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 Holiday Date Observed Friday after Thanksgiving Friday after Thanksgiving Christmas Day December 25 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 17.01.13 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 Documents. 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. Under no circumstances shall any Subcontractor debarred under Chapter 41 of The Code of Ordinances, City of Corpus Christi, be deemed acceptable to Owner. 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. General Conditions 007200-39 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 F. Contractor maybe 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 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, General Conditions 007200-40 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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. B. Contractor's obligation to indemnify Owner 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. This Project is not exempt from City permits and fees unless expressly stated otherwise. 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. General Conditions 007200-41 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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. D. Contractor may submit a Change Proposal or Owner may initiate a Claim within 30 days of this notice if Owner and Contractor are unable to agree on entitlement to or on the amount or extent of adjustments in Contract Price or Contract Times resulting from these changes. 7.09 Safety and Protection A. Contractor is solely responsible for initiating, maintaining,and supervising safety precautions and programs in connection with the Work. This responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. B. Take necessary precautions for the safety of persons on the Site or who may be affected by the Work, and provide the necessary protection to prevent damage, injury, or loss to: 1. Work and materials and equipment to be incorporated in the Work, whether stored on or off Site; and 2. Other property at or adjacent to the Site, including trees, shrubs, lawns, walks, pavements, roadways, structures, other work in progress, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. C. Comply with applicable Laws and Regulations relating to the safety and protection of persons or property. Erect and maintain necessary safeguards for safety and protection. Notify Owner; the owners of adjacent property, Underground Facilities, and other utilities; and other contractors and utility owners performing work at or adjacent to the Site when prosecution of the Work may affect them. Cooperate with them in the protection, removal, relocation, and replacement of their property or work in progress. 1. Comply with requirements of Underground Facility Damage Prevention and Safety Act, Texas Utilities Code Chapter 251. 2. Comply with all applicable safety rules and regulations of the Federal Occupational Health and Safety Act of 1970 and subsequent amendments (OSHA). D. Remedy damage, injury, or loss to property referred to in Paragraph 7.09.B caused by Contractor's Team. Pay remediation costs unless the damage or loss is: 1. Attributable to the fault of the Contract Documents; 2. Attributable to acts or omissions of OPT; or 3. Not attributable to the actions or failure to act of the Contractor's Team. E. Contractor's duties and responsibilities for safety and protection of persons or the Work or property at or adjacent to the Site continues until Work is completed and resumes whenever Contractor's Team returns to the Site to fulfill warranty or correction obligations or to conduct other tasks. General Conditions 007200-42 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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. 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 to pay 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 General Conditions 007200-43 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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 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, Contractor shall indemnify, defend, and hold harmless the Owner 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 and/or failure to comply with the terms and conditions of the contract, violations of Laws or Regulations, or bodily injury, death or destruction of tangible property caused by the acts, omissions or negligence of the Contractor's Team, regardless of whether such claim, damage, loss or expense is alleged to be caused in part by an Owner 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 against a claim, loss, damage or expense caused by the sole negligence of an Owner. B. To the fullest extent permitted by law, Contractor shall indemnify, defend, and hold harmless the Owner 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 from the consequences of the Owner's sole negligence. c. To the fullest extent permitted by law, Contractor shall indemnify, defend, and hold harmless the Owner from and against Indemnified Costs resulting from infringement on patent rights or copyrights by Contractor's Team. General Conditions 007200-44 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 D. The indemnification obligations of this Paragraph 7.14 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 by an employee or the survivor or personal representative of employee of Contractor's Team. The indemnification obligations of this Paragraph 7.14 shall not be deemed to be released,waived or modified in any respect by reason of any surety or insurance provided by Contractor. 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 from later asserting a different basis for indemnification or a different amount of indemnified loss than that indicated in the initial notice. Owner does 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 as to its defense of the claim within 10 days after being notified of the indemnification request. Owner may assume and control the defense if Contractor does not assume the defense. Pay all defense expenses of the Owner as an indemnified loss. 2. Owner 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 to comply with restrictions or limitations that adversely affect Owner; b. Would require Owner to pay amounts that Contractor does not fund in full; or c. Would not result in Owner's 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 General Conditions 007200-45 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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. 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. General Conditions 007200-46 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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 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 or other contractor retained by the City: 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 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 if damages, delays, disruptions, or interference occur. General Conditions 007200-47 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 E. Contractor's obligation to indemnify Owner for claims arising out of or related to 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 Article 17. 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 16.02. 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 007200-48 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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. 9.12 Plans and Specifications A. Owner does not warrant the plans and specification. 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 16. OAR is to issue a Defective Work Notice to Contractor and document when Defective Work has been corrected or accepted in accordance with Article 16. General Conditions 007200-49 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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. C. OAR and Designer's authority related to Modifications is described in Article 11. D. OAR's authority related to Applications for Payment is described in Articles 15 and 17. 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 16.04 if Work does not conform to the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. 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 007200-50 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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 will be incorporated in a subsequently issued Change Order following negotiations on the Contract Price and Contract Times. If negotiations under the terms of the Contract Documents governing adjustments, expressly including Paragraphs 11.04 and 11.05 are unsuccessful, 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. 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 16.05. General Conditions 007200-51 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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 for authorized Work 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 13. 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 15.03, 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 15.01 plus a Contractor's fee for overhead and profit determined as provided in Paragraph 15.05 when the Work involved is not covered by unit prices in the Contract Documents and 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, whichever is greater. Owner may decrease the Work by up to 25 percent of the Contract Price. 11.05 Change of Contract Times A. The Contract Times for authorized Work 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 13. 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 in accordance with Article 12 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. General Conditions 007200-52 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 B. Notify the OAR within 3 days 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. 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; 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 16.04 or Owner's correction of Defective Work under Paragraph 16.07, 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 13. B. Acceptance of a Change Order by Contractor constitutes a full accord and satisfaction for any and all claims and costs of any kind, whether direct or indirect, including but not limited to impact, delay or acceleration damages arising from the subject matter of the Change Order. Each Change Order must be specific and final as to prices and extensions of time, with no reservations or other provisions allowing for future additional money or time as a result of the particular changes identified and fully compensated in the Change Order. The execution of a Change Order by Contractor constitutes conclusive evidence of Contractor's agreement to the ordered changes in the Work. This Contract, as amended, forever releases any claim against Owner for additional time or compensation for matters relating to or arising out of or resulting from the Work included within or affected by the executed Change Order. This release applies to claims related to the cumulative impact of all Change Orders and to any claim related to the effect of a change on unchanged Work. C. All Change Orders require approval by either the City Council or Owner by administrative action. The approval process requires a minimum of 45 days after submission in final form with all supporting data. Receipt of Contractor's submission by Owner constitutes neither acceptance nor approval of a Change Order, nor a warranty that the Change Order 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. If the Contractor refuses to execute a Change Order that is required to be executed under the terms of this Paragraph 11.07, the Change Order is deemed to be in full force as if executed by Contractor. Contractor may file a Claim for payment and/or time, pursuant to Article 13. General Conditions 007200-53 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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. ARTICLE 12—CHANGE MANAGEMENT 12.01 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 12.02 to the Designer for evaluation by the OPT. 12.02 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. A Change Proposal must be submitted to the OAR no later than 30 days after the event initiating the Change Proposal. 1. Use the Change Proposal form provided. 2. Assign a number to the Change Proposal when issued. 3. Include with the Change Proposal: a. A complete description of the proposed Modification if Contractor initiated or proposed changes to the OPT's description of the proposed Modification. b. The reason the Modification is requested, if not in response to a Request for a Change Proposal. c. A detailed breakdown of the cost of the change if the Modification requires a change in Contract Price. The itemized breakdown is to include: 1) List of materials and equipment to be installed; 2) Man hours for 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; and 9) Other items of cost. General Conditions 007200-54 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 d. Provide the level of detail outlined 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 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 15 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 OAR 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 Article 25. 12.03 Designer Will Evaluate Request for Modification A. 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 13. 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. 12.04 Substitutions 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 these procedures for a substitution. B. 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 12.02 along with a Shop Drawing as required by Article 25 to request approval of a substitution. General Conditions 007200-55 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 C. 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. D. 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. 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. E. Pay for review of substitutions in accordance with Article 25. ARTICLE 13—CLAIMS 13.01 Claims A. Follow the Claims process described in this Article for the following disputes between Owner and Contractor: 1. Seeking an adjustment of Contract Price or Contract Times; 2. Contesting an initial decision by OAR concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; 3. Appealing OAR's decision regarding a Change Proposal; 4. Seeking resolution of a contractual issue that OAR has declined to address; or 5. Seeking other relief with respect to the terms of the Contract. B. Contractor shall be entitled to an extension of Contract Time for delays or disruptions due to unusually severe weather in excess of weather normally experienced at the job site, as determined from climatological data set forth by the National Weather Service and which affects the Project's critical path. Contractor shall bear the entire economic risk of all weather delays and disruptions. Contractor shall not be entitled to any increase in the Contract Price by reason of such delays or disruptions. Upon Contractor reaching Substantial Completion, Owner and Contractor shall look back at the entire duration of the calendar day Project and review the totality of what Contractor claims were unusually severe weather disruptions. If the Project was delayed or disrupted due to unusually severe weather in General Conditions 007200-56 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 excess of weather normally experienced over the entire duration of the Project, Contractor may make a Claim for an extension of the Contract Time for delays or disruptions due to unusually severe weather in excess of weather normally experienced at the job site, as determined from climatological data set forth by the National Weather Service and which affects the Project's critical path. Anytime extension granted shall be non-compensatory. 13.02 Claims Process A. Claims must be initiated by written notice. Notice must conspicuously state that it is a notice of a Claim in the subject line or first sentence. Notice must also list the date of first occurrence of the claimed event. B. Except for Claims resulting from unusually severe weather, notice of a Claim by Contractor must be in writing and delivered to the Owner, Designer and the OAR within 14 days after the start of the event giving rise to the Claim. Failure by Contractor to submit written notice of a Claim within 14 days shall constitute a waiver of such Claim. C. Submit the complete Claim with supporting documentation to Owner no later than 60 days after the start of the event giving rise to the Claim (unless Designer allows additional time for claimant to submit additional or more accurate data in support of such Claim). The Claim must be signed and sworn to by Contractor, certifying 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 relief requested accurately reflects the full compensation to which Contractor is entitled. Failure by Contractor to submit the Claim within 60 days shall constitute a waiver of such Claim. D. Any Claims by Contractor that are not brought within 90 days following the termination of the Contract are waived and shall be automatically deemed denied. E. Claims by Owner must be submitted by written notice to Contractor. F. The responsibility to substantiate a Claim rests with the entity making the Claim. Claims must contain sufficient detail to allow the other party to fully review the Claim. 1. Claims seeking an adjustment of Contract Price must include the Contractor's job cost report. Provide additional documentation as requested by OAR or Designer. 2. Claims seeking an adjustment of Contract Time must include a Time Impact Analysis and native schedule files in Primavera or MS Project digital format. Provide additional documentation as requested by OAR or Designer. G. Claims by Contractor against Owner and Claims by Owner against Contractor, including those alleging an error or omission by Designer but excluding those arising under Section 7.12,shall be referred initially to Designer for consideration and recommendation. H. Designer will review a Claim by Contractor within 30 days of receipt of the Claim and take one or more of the following actions: 1. Request additional supporting data from the party who made the Claim; 2. Issue a recommendation; 3. Suggest a compromise; or General Conditions 007200-57 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 4. Advise the parties that Designer is not able to make a recommendation due to insufficient information or a conflict of interest. I. If the Designer does not take any action, the Claim shall be deemed denied 30 days after receipt of the Claim. J. Following receipt of Designer's initial recommendation regarding a Claim,the Contractor and the Owner shall seek to resolve the Claim through the exchange of information and direct negotiations. If no agreement is reached within 90 days, the Claim shall be deemed denied. The Owner and Contractor may extend the time for resolving the Claim by mutual agreement. Notify OAR of any actions taken on a Claim. K. If the entity receiving a Claim approves the Claim in whole or in part or denies it in whole or in part, this action is final and binding unless the other entity invokes the procedure described in Article 22 for final resolution of disputes by filing a notice of appeal within 30 days after this action. L. If the Owner and Contractor reach a mutual agreement regarding a Claim, the results of the agreement or action on the Claim will be incorporated in a Change Order by the OAR to the extent they affect the Contract Documents, the Contract Price, or the Contract Times. M. Both parties shall continue to perform all obligations under the Agreement during the pendency of any dispute or disagreement relating to this Agreement, unless performance would be impracticable or impossible under the circumstances. N. Any failure of Contractor to comply with any of the foregoing conditions precedent with regard to any such Claim shall constitute a waiver of any entitlement to submit or pursue such Claim. O. Receipt and review of a Claim by City shall not be construed as a waiver of any defenses to the Claim available to the City under the Contract Documents or at law. ARTICLE 14—PREVAILING WAGE RATE REQUIREMENTS 14.01 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 and its Subcontractors are required to pay Davis-Bacon Wage Rates. C. Contractor and its Subcontractors are required to pay laborers and mechanics an overtime rate of not less than one and one-half times the basic rate for all hours worked in excess of forty hours in a given workweek. 14.02 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. General Conditions 007200-58 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 B. The record shall be open at all reasonable hours to inspection by the officers and agents of the Owner. 14.03 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 §2258.023(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 on 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. 14.04 Prevailing Wage Rates A. Use the Prevailing Wage Rates specified in the Supplementary Conditions. ARTICLE 15—COST OF THE WORK;ALLOWANCES; UNIT PRICE WORK 15.01 Cost of the Work A. The Cost of the Work is the sum of costs described in this Paragraph 15.01, except those excluded in Paragraph 15.01.D, necessary for the proper performance of the Work. The provisions of this Paragraph 15.01 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. General Conditions 007200-59 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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 15.01.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, 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 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 15.01 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; General Conditions 007200-60 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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. For Contractor-and Subcontractor-owned machinery,trucks, power tools or other equipment, use the FHWA rental rates found in the Rental Rate Blue Book ("Blue Book") multiplied by the regional adjustment factor and the rate adjustment factor to establish hourly rates. Use the rates in effect for each section of the Blue Book at the time of use. Payment will be made for the actual hours used in the Work. 1) Standby costs will be paid at 50% of the FHWA rental rates found in the Blue Book if Contractor is directed by Owner in writing to standby. Standby costs will not be allowed during periods when the equipment would otherwise have been idle. For a six-day work week, no more than eight hours per a 24-hour day, no more than 48 hours per week and no more than 208 hours per month shall be paid of standby time. Operating costs shall not be charged by Contractor. e. 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; 1) The hourly rate shall be determined by dividing the actual invoice cost by the actual number of hours the equipment is involved in the Work. Owner reserves the right to limit the hourly rate to comparable Blue Book rates. 2) If Contractor is directed to standby in writing by Owner, standby costs will be paid at the invoice daily rate excluding operating costs, which includes fuel, lubricants, repairs and servicing. f. 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; g. Deposits lost for causes other than negligence of Contractor's Team; h. Royalty payments and fees for permits and licenses; i. Cost of additional utilities, fuel, and sanitary facilities at the Site; j. Minor expense items directly required by the Work; and k. 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 General Conditions 007200-61 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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 15.01.C.1 or specifically covered by Paragraph 15.01.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. 7. Other overhead or general expense costs and the costs of items not described in Paragraphs 15.01.C. E. The Contractor's fee for profit and overhead is determined as follows: 1. In accordance with the Agreement when the Work is performed on a cost-plus basis; 2. A mutually acceptable fixed fee; or 3. 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 15.01.C.1, 15.01.C.2 and 15.01.C.4; b. The Contractor's fee is 5 percent for costs incurred under Paragraph 15.01.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 15.01.C.1 and 15.01.C.2 for the Subcontractor that actually performs the Work at whatever tier; 2) The Subcontractor's fee is 5 percent for costs incurred under Paragraph 15.01.C.4 for the Subcontractor that actually performs the Work at whatever tier; and 3) 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 Paragraph 15.01.D; General Conditions 007200-62 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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 4. The adjustment in Contractor's fee is based on the net change in accordance with Paragraphs 15.05.13.1 through 15.05.13.5, inclusive when both additions and credits are involved in any one change. F. Establish and maintain records in accordance with generally accepted accounting practices and submit these records, including an itemized cost breakdown together with supporting data, in a form and at intervals acceptable to OAR whenever the Cost of the Work is to be determined pursuant to this Paragraph 15.01. 15.02 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 15.02.13.1 and 15.02.13.2 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. 15.03 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 Contract. 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 15.03.E. General Conditions 007200-63 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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 15.03.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 Contract; 2. There is no corresponding adjustment with respect to other items of Work; and 3. Contractor believes it has incurred additional expense as a result of this condition or Owner believes that the quantity variation entitles Owner to an adjustment in the Contract Price. 15.04 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 Contract. 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 15.01. 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 Contract. 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. General Conditions 007200-64 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 ARTICLE 16—TESTS AND INSPECTIONS;CORRECTION,REMOVAL,OR ACCEPTANCE OF DEFECTIVE WORK 16.01 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. 16.02 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 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. ork;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. 16.03 Defective Work A. It is Contractor's obligation to ensure 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. General Conditions 007200-65 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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. 16.04 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 17 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 17 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. 16.05 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 resulting from the Defective Work if it is found that the uncovered Work is Defective. General Conditions 007200-66 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 16.06 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 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. 16.07 Owner May Correct Defective Work A. Owner may remedy deficiencies in the Work 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 16.07. D. All claims, costs, losses, and damages incurred or sustained by Owner in exercising the rights and remedies under this Paragraph 16.07 are to be charged against Contractor as a set-off against payments due under Article 17. 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 16.07. ARTICLE 17—PAYMENTS TO CONTRACTOR; SET-OFFS;COMPLETION; CORRECTION PERIOD 17.01 Progress Payments A. Progress payment requests are to be submitted to the OAR on the Application for Payment form provided by the OAR following procedures in this Article 17. General Conditions 007200-67 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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 17.03. 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 15.03. 3. Progress payments for Work to be paid on the basis of the Cost of the Work per Paragraphs 15.01, 15.02 and 15.04 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 16.07; e. The Contract Price has been reduced by Change Orders; f. Events have occurred that would constitute a default by Contractor justifying a termination for cause; g. Liquidated damages have accrued as a result of Contractor's failure to achieve Milestones, Substantial Completion, or completion of the Work; h. Liens have been filed in connection with the Work, except where Contractor has delivered a specific Bond satisfactory to Owner to secure the satisfaction and discharge of these Liens; i. Failure to submit up-to-date record documents as required by the Contract Documents; j. Failure to submit monthly Progress Schedule updates or revised schedules as requested by the OAR; k. Failure to provide Project photographs required by the Contract Documents; I. Failure to provide Certified Payroll required by the Contract Documents; General Conditions 007200-68 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 m. 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; n. Costs for tests performed by the Owner to verify that Work previously tested and found to be Defective has been corrected; o. 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. Other items entitling Owner to a set-off against the amount recommended; or q. 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. 17.02 Application for Payment A. Submit Applications for Payment for completed Work and for materials and equipment in accordance with the Supplementary Conditions, the Agreement, and this Article 17. 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; General Conditions 007200-69 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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; 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; General Conditions 007200-70 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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. 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. Record Documents per Article 20. 2. Progress Schedule per Article 27. 3. Project photographs per Article 28. 4. Documentation required to comply with Owner's Minority / MBE / DBE Participation Policy. 5. Documentation required to substantiate any approved Project deviation, including overruns of Designer's estimated quantity. 6. Documentation required by funding agency, if applicable. 17.03 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 attached to the Application for Payment - 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. If unit prices are included in the Contract, use each unit price line item in the Contract 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. General Conditions 007200-71 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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 costs associated with the item in the Contract. 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. 17.04 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. General Conditions 007200-72 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 17.05 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 17.03 will be made for the measured number of units. 4. Payment for stored materials and equipment will be made per Paragraph 17.06. 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 Contract. b. Payment for stored materials and equipment will be made per Paragraph 17.06. 2. Measure the Work described in the Contract 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. 17.06 Payment for Stored Materials and Equipment A. Store materials and equipment properly at the Site. 1. Payment will be made for the invoice amount less the specified retainage. 2. Payment for materials and equipment shown in the Application for Payment and attachments will be made for the invoice amount, up to the value shown 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 the Application for Payment and attachments. Include invoice numbers so that a comparison can be made between invoices and amounts included on the Application for Payment and attachments. 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 General Conditions 007200-73 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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 that Contractor provides 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. 17.07 Retainage and Set-Offs A. Retainage will be withheld from each Application for Payment per the Agreement. Retainage will be released per the General Conditions. B. Reduce payments for set-offs per the General Conditions. Include the appropriate attachment to the Application for Payment. 17.08 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 Contract 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. General Conditions 007200-74 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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 items 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. 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. 17.09 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. General Conditions 007200-75 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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; 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. 17.10 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. 17.11 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 within 30 days after Contractor's notification to determine if the Work is substantially complete. OAR, within 120 days after receipt of Contractor's notification, 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 007200-76 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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. 17.12 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 17.11 forthis part ofthe 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. 17.13 Final Inspection A. OPT is to make a final inspection upon notice from Contractor that the entire Work or portion to be accepted 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. 17.14 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. General Conditions 007200-77 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 17.15 Final Payment A. Make final Application for 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. 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. 17.16 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; 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 22 and specifically noted in the Certificate of Final Completion. 17.17 Correction Period A. Promptly correct Defective Work without cost to Owner for 1 year after the date of Substantial Completion or, in the event of a latent defect, within 1 year after discovery thereof by City. 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 17.17.A and 17.17.B corrected if Contractor does not comply with the terms of OAR's instructions, or in an emergency where delay would cause serious risk of loss or damage. General Conditions 007200-78 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 D. Contractor's obligation to indemnify Owner 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 system is 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. Contractor's obligations under this Paragraph 17.17 are in addition to other obligations or warranties. The provisions of this Paragraph 17.17 are not a substitute for, or a waiver of, the provisions of applicable statutes of limitation or repose. ARTICLE 18—SUSPENSION OF WORK AND TERMINATION 18.01 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. 18.02 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; 6. Contractor's repeated disregard of the authority of OPT; 7. Contractor's failure to prosecute the work with diligence; or General Conditions 007200-79 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 8. Contractor's other material breach of the contract. 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 18.02.A.4. Owner may terminate Contractor's performance under this Contract if Contractor and surety fail to provide adequate documentation satisfactory to Owner within 10 days of OAR's request for this information. C. Owner may declare Contractor to be in default, give notice to Contractor and surety that Contractor's performance under 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 18.02.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 Contractor's performance under the Contract for cause. E. Owner may elect not to proceed with termination of Contractor's performance under the Contract under this Paragraph 18.02 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 18.02. 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. The 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. Owner is not required to obtain the lowest price for the Work performed when exercising its rights or remedies under this paragraph. G. Termination of Contractor's performance 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. H. In the event the Owner terminates the contract for cause, and it is later determined that cause for termination was lacking, the termination will be deemed a termination without cause under Paragraph 18.03. 18.03 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 15.05; and 3. Reasonable expenses directly attributable to termination, including costs incurred to prepare a termination for convenience cost proposal. General Conditions 007200-80 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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. ARTICLE 19— PROJECT MANAGEMENT 19.01 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. 19.02 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. 19.03 Document Submittal A. Provide documents in accordance with Article 24. 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 Data. 19.04 Required 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. General Conditions 007200-81 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 19.05 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 Article 26. 19.06 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. 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 Article 26. 19.07 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. 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. General Conditions 007200-82 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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. 19.08 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 and coordinate Work with local utility companies 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. 19.09 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. General Conditions 007200-83 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 C. Prepare a Plan of Action 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 OAR. E. Unless specifically indicated otherwise in the Bid Form, no separate payment will be made for pre-construction exploratory excavations. Include the cost for pre-construction exploratory excavations in the unit price for the pipe construction or other applicable feature. When necessary, pavement repairs associated with exploratory excavations that are beyond the limits of the new pavement will be paid for at the unit prices for pavement repair when an item is included in the Bid Form. When an item for pavement repair is not included in the Bid Form, the cost should be included in the unit price for the pipe construction or other applicable feature. 19.10 Disruption of Services/Continued Operations A. Existing facilities are to continue in service as usual during the construction unless noted otherwise. Owner of 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 if facilities must be taken out of operation. 19.11 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 Data as required in Article 26. 19.12 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. General Conditions 007200-84 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 Notify OAR when the reference point is lost, destroyed, or requires relocation. Replace Project control points on the basis of the original survey. C. Provide complete engineering layout of the Work needed for construction. 1. Provide competent personnel. Provide equipment including accurate surveying instruments, stakes, platforms,tools, and materials. 2. Provide surveying with accuracy meeting the requirements established for Category 5 Construction Surveying as established in the Manual of Practice of Land Surveying in Texas published by the Texas Society of Professional Surveyors, latest revision. 3. Record Data and measurements per standards. 19.13 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 precautionsto preventthe pipefrom 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. General Conditions 007200-85 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 4. Provide surface drainage to prevent erosion and ponding of water. 5. Prevent mixing of refuse or chemically injurious materials or liquids with stored materials. 6. Pipes and conduits stored outdoors are to have open ends sealed to prevent the entrance of dirt, moisture, and other injurious materials. Protect PVC pipe from ultraviolet light exposure. 7. Store light weight products to prevent wind damage. I. Maintain storage facilities. Inspect stored products on a weekly basis and after periods of severe weather to verify that: 1. Storage facilities continue to meet specified requirements; 2. Supplier's required environmental conditions are continually maintained; and 3. Products that can be damaged by exposure to the elements are not adversely affected. J. Replace any stored item damaged by inadequate protection or environmental controls. K. Payment may be withheld for any products not properly stored. 19.14 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. 19.15 Maintenance of Roads, Driveways, and Access A. Maintain roads and streets in a manner that is suitable for safe operations of public vehicles during all phases of construction unless the Owner approves a street closing. Do not close public roads overnight. B. Submit a Notification by Contractor for Owner's approval of a street closing. The request shall state: General Conditions 007200-86 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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. 19.16 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. 19.17 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. 19.18 Blasting A. Blasting is not allowed for any purpose. 19.19 Archeological Requirements A. Cease operations immediately and contact the Owner for instructions if historical or archaeological artifacts are found during construction. B. Conduct all construction activities to avoid adverse impact on the Sites where significant historical or archaeological artifacts are found or identified as an area where other artifacts could be found. 1. Obtain details for Working in these areas. 2. Maintain confidentiality regarding the Site. General Conditions 007200-87 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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. 19.20 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. 19.21 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. ARTICLE 20—PROJECT COORDINATION 20.01 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. 20.02 Document Submittal A. Provide documents in accordance with Article 24. General Conditions 007200-88 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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. 20.03 Communication During Project A. The OAR is to be the first point of contact for all parties on matters concerning this Project. B. The OAR 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. 20.04 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 Article 27. b. Schedule of Values and anticipated Schedule of Payments per Article 17. C. List of Subcontractors and Suppliers. General Conditions 007200-89 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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. 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 20.07 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. General Conditions 007200-90 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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. 20.05 Requests for Information A. Submit Request for Information (RFI) to the OAR 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. OAR 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 Article 12 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 20.06. E. Use the Action Item Log to document assignments for actions to be taken in accordance with Paragraph 20.06. 20.06 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 20.04 to allow OAR to update the log prior to the Progress meetings. 3. Be prepared to discuss the status at each meeting. General Conditions 007200-91 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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 item if appropriate. The Contract Documents can only be changed by a Modification. 20.07 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. 20.08 Record Documents A. Maintain at the Site one complete set of printed Record Documents including: 1. Drawings. 2. Specifications. 3. Addenda. 4. Modifications. 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. General Conditions 007200-92 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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. 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. General Conditions 007200-93 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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. ARTICLE 21—QUALITY MANAGEMENT 21.01 Contractor's Responsibilities A. Review the OPT's Quality Management Program and prepare and submit the Contractor's Quality Control Plan. B. Implementthe 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; General Conditions 007200-94 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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; 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 through 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 OAR and the Designer. F. Provide an update on quality control activities at monthly progress meetings. 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. Owner will withhold payment for additional testing fees incurred due to Contractor noncompliance with OPT's Quality Control Program, including retesting fees, standby time, cancellation charges, and trip fees for retesting or cancellations. I. 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. 21.02 Quality Management Activities by 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 21.01. B. Quality assurance testing performed by the OPT will be paid for by the Owner, except for verification testing required per Paragraph 21.07. 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: General Conditions 007200-95 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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; 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. 21.03 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 test 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 implement the Contractor's Quality Control Plan resulting from these deviations. 21.04 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 Article 25. 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, General Conditions 007200-96 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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 Documents and why it does not comply. Submit these test reports as part of a Shop Drawings submitted per Article 25. 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 and why it does not comply. Submit these test reports on forms provided per Article 24. 21.05 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. 21.06 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, and processing test specimens as required by test standard to maintain the integrity of Samples. 21.07 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. 21.08 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; General Conditions 007200-97 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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; 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 sample 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. 21.09 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. 21.10 Limitation of Authority of 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. 21.11 Quality Control Plan A. Submit the Contractor's Quality Control Plan for approval as a Shop Drawing per Article 25. Use Contractor's Quality Control Plan Checklist provided to review the document before General Conditions 007200-98 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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 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 21.11.13.5 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 21.04. 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. General Conditions 007200-99 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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. 21.12 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. Include the following phases for each definable Work task. A definable Work task is one which is separate and distinct from other tasks, has separate control requirements, may be provided by different trades or disciplines, or may be Work by the same trade in a different environment. 1. Planning Phase: Perform the following before beginning each definable Work task: a. Review the Contract Drawings. b. Review documents and determine that they are complete in accordance with the Contract Documents. c. Check to assure that all materials and/or equipment have been tested, submitted, and approved. d. Examine the work area to assure that all required preliminary Work has been completed and complies with the Contract Documents. e. Examine required materials, equipment, and Sample Work to assure that they are on hand, conform to Shop Drawings and Record Data, and are properly stored. f. Review requirements for quality control inspection and testing. g. Discuss procedures for controlling quality of the Work. Document construction tolerances and workmanship standards for the Work task. h. Check that the portion of the plan for the Work to be performed incorporates document review comments. i. Discuss results of planning phase with the OAR. Conduct a meeting attended by the Quality Control Manager, the OAR, superintendent, other quality control personnel as applicable, and the foreman responsible for the Work task. Instruct applicable workers as to the acceptable level of workmanship required in order to meet the requirements of the Contract Documents. Document the results of the preparatory phase actions by separate meeting minutes prepared by the Quality Control Manager and attached to the quality control report. j. Do not move to the next phase unless results of investigations required for the planning phase indicate that requirements have been met. 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. General Conditions 007200- 100 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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 with the OPT one month prior to the expiration of the correction period. 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. ARTICLE 22—FINAL RESOLUTION OF DISPUTES 22.01 Senior Level Negotiations A. Each party is required to continue to perform its obligations under the Contract pending the final resolution of any dispute arising out of or relating to the Contract, unless it would be impossible or impracticable under the circumstances then present. B. All negotiations pursuant to Article 22 are confidential and shall be treated as compromise and settlement negotiations for purposes of applicable rules of evidence. C. Before invoking mediation, Owner and Contractor agree that they first shall try to resolve any dispute arising out of or related to this Contract through discussions directly between those senior management representatives within their respective organizations who have overall managerial responsibility for similar projects. Both Owner and Contractor agree that this step shall be a condition precedent to use of any other alternative dispute resolution process. If the parties' senior management representatives cannot resolve the dispute within 45 calendar days after a party delivers a written notice of such dispute to the other, then the parties shall proceed with mediation. 22.02 Mediation A. In the event that Owner and/or Contractor contend that the other has committed a material breach of the Contract or the parties cannot reach a resolution of a claim or dispute pursuant General Conditions 007200- 101 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 to Article 13, as a condition precedent to filing a lawsuit, either party shall request mediation of the dispute with the following requirements: 1. The request for mediation shall be in writing and shall request that the mediation commence not less than 30 calendar days or more than 90 calendar days following the date of the request, except upon agreement of the parties. 2. In the event Owner and Contractor are unable to agree to a date for the mediation or to the identity of the mediator within 30 calendar days following the date of the request for mediation, all conditions precedent shall be deemed to have occurred. 3. Owner and Contractor are to each pay one-half of the mediator's fees and costs. Venue for any mediation or lawsuit filed under this Contract shall be in Nueces County, Texas. Any agreement reached in mediation shall be enforceable as a settlement in any court having jurisdiction thereof. 4. Nothing in this Contract shall be construed as consent to a lawsuit. No provision of the Contract shall waive any immunity or defense. ARTICLE 23—MINORITY/MBE/DBE PARTICIPATION POLICY 23.01 Policy A. It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women, low income persons and Minority/Disadvantaged Business Enterprises (M/DBE) to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives. 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. 23.02 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 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/Disadvantaged Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s) or socially and economically disadvantaged individual(s). Minority/Disadvantaged 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). General Conditions 007200- 102 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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. 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. Socially and economically disadvantaged individual: Any individual who is a citizen (or lawfully admitted permanent resident) of the United States and who has been subjected to racial or ethnic prejudice or cultural bias within American society because of his or her identity as a member of a group and without regard to his or her individual qualities. The social disadvantage must stem from circumstances beyond the individual's control. F. 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. G. 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. 23.03 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 1. Minority participation goal is 45%. 2. Minority Business Enterprise participation goal is 15%. 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 General Conditions 007200- 103 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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. 23.04 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. ARTICLE 24—DOCUMENT MANAGEMENT 24.01 Work Included A. Submit documentation as required by the Contract Documents and as reasonably requested by the OPT. 24.02 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. 24.03 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 Article 27. 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. General Conditions 007200- 104 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 24.04 Document Submittal 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). a. Create PDF documents from native format files unless files are only available from scanned documents. b. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. c. 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. d. Submit color PDF documents where color is required to interpret the document. e. 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. f. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. g. Use software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. h. Add footers to each document with the Project name. 24.05 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 General Conditions 007200- 105 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 Prefix Description Originator RCP Request for a Change Proposal OAR RD Record Data Contractor RFI Request for Information Contractor SD Shop Drawing Contractor SCH Schedule of Progress Contractor 2. Issue sequence numbers in chronological order for each type of document. 3. Issue numbers for resubmittals that have the same number as the original document followed by an alphabetical suffix indicating the number of times the same document has been sent to the Designer for processing. For example: SD 025 A represents Shop Drawing number 25 and the letter "A" designates that this is the second time this document has been sent for review. 4. Clearly note the document number on each page or sheet of the document. 5. Correct assignment of numbers is essential since different document types are processed in different ways. B. Include reference to 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. 24.06 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 Section Application for Payment Article 17 Change Proposal Article 12 Certified Test Report Article 25 for approval of product Article 21 to demonstrate compliance Notification by Contractor Article 20 Photographic Documentation Article 28 Progress Schedules Article 27 Record Data Article 26 Request for Information Article 20 Shop Drawing Article 25 Schedule of Values Article 17 Substitutions Article 12 General Conditions 007200- 106 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 Document Type Section Suppliers and Subcontractors Articles 20 and 26 ARTICLE 25—SHOP DRAWINGS 25.01 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. 25.02 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 25.10 are approved. C. Furnish and install products that fully comply with the information included in the document submittal. 25.03 Contractor's Responsibilities A. Provide Shop Drawings as required by Paragraph 25.03 of the Supplementary Conditions. B. Include Shop Drawings in the Schedule of Documents required by Article 24 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 Article 27. 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 General Conditions 007200- 107 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 a Shop Drawing is submitted for review unless a longer period of time is indicated in the Contract Documents. 3. Schedule document submittals to provide all information for interrelated Work at one time. 4. Allow adequate time for ordering, fabricating, delivering, and installing product so construction of the Project is not delayed. D. Complete the following before submitting a Shop Drawing or Sample: 1. Prepare Shop Drawing Review and coordinate the Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials,catalog numbers,and similar information with respect to Shop Drawings and Samples; 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and 4. Determine and verify information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. E. Determine and verify: 1. Accurate field measurements, quantities, and dimensions are shown on the Shop Drawings; 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 Drawings are complete for their intended purpose; and 5. Conflicts between the Shop Drawings 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 25.09. 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. General Conditions 007200- 108 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 25.04 Shop Drawing Requirements A. Provide adequate information in Shop Drawings and Samples so Designer can: 1. Assist the Owner in selecting colors, textures, or other aesthetic features. 2. Compare the proposed features of the product with the specified features and advise Owner that the product does, in general, conform to the Contract Documents. 3. Compare the performance features of the proposed product with those specified and advise the Owner that the product does, in general,conform to the performance criteria specified in the Contract Documents. 4. Review required certifications, guarantees, warranties, and service agreements for compliance with the Contract Documents. B. Include a complete description of the product to be furnished, including: 1. Type, dimensions, size, arrangement, and operational characteristics of the product; 2. Weights,gauges, materials of construction,external connections,anchors,and supports required; 3. All applicable standards such as ASTM or Federal specification numbers; 4. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 5. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 6. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document submittal that the measurements represent actual dimensions obtained at the Site. C. Submit Shop Drawings that require coordination with other Shop Drawings at the same time. Shop Drawings requiring coordination with other Shop Drawings will be rejected until a complete package is submitted. 25.05 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 General Conditions 007200- 109 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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. 25.06 Warranties and Guarantees A. Provide all required warranties, guarantees, and related documents with the Shop Drawing. The effective date of warranties and guarantees will be the date of acceptance of the Work by the Owner. B. Identify all Extended Warranties, defined as any guarantee of performance for the product or system beyond the 1-year correction period described in the General Conditions. Issue the warranty certificate in the name of the Owner. Provide a Warranty Bond for Extended Warranties if required by Specification Sections. C. Provide a copy of all warranties in a separate document in accordance with Article 29. 25.07 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 documents from native format files unless files are only available from scanned documents. b. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. c. 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. d. Submit color PDF documents where color is required to interpret the Shop Drawing. Submit Samples and color charts per Paragraph 25.08.A. e. 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. f. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. g. Use software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. h. Add footers to each document with the Project name. General Conditions 007200- 110 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 3. Submit each specific product or class of material separately so these can be tracked and processed independently. Do not submit Shop Drawings for more than one product in the same Shop Drawing. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Shop Drawings. a. Use terms and symbols in Shop Drawings consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Shop Drawings. C. Provide a legend for symbols used on Shop Drawings. 6. Mark Shop Drawings to reference: a. Related Specification Sections, b. Drawing number and detail designation, C. Product designation or name, d. Schedule references, e. System into which the product is incorporated, and f. Location where the product is incorporated into the Project. B. Use the following conventions to markup Shop Drawings for review: 1. Make comments and corrections in the color blue. Add explanatory comments to the markup. 2. Highlight items in black that are not being furnished when the Supplier's standard drawings or information sheets are provided so that only the products to be provided are in their original color. 3. Make comments in the color yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. 4. Make comments in the color orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Include explanatory comments in the Shop Drawing Deviation Request form. 5. Mark dimensions with the prefix FD to indicate field verified dimensions on the Shop Drawings. C. Submit a Change Proposal per Article 12 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 General Conditions 007200- 111 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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 25.03. 25.08 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. General Conditions 007200- 112 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 7. Dispose of mockups when related Work has been completed and disposal is approved by the Designer. 25.09 Equal Non Specified Products A. 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 this article 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. 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. 25.10 Requests for Deviation A. Submit requests for deviation from the Contract Documents for any product that does not fully comply with the Contract Documents. B. Submit requests for deviation using the Shop Drawing Deviation Request form provided. Identify each deviation request as a separate item. Include all requested deviations that must be approved as a group together and identify them as a single item. C. Include a description of why the deviation is required and the impact on Contract Price or Contract Times. Include the amount of any cost savings to the Owner for deviations that result in a reduction in cost. D. Submit as a Change Proposal prior to submitting the Shop Drawing if the deviation will result in a change in Contract Price or Contract Times. General Conditions 007200- 113 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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. 25.11 Designer Responsibilities A. Shop Drawings will be received by the Designer. Designer will log the documents and review per this Article for general conformance with the Contract Documents. 1. Designer's review and approval will be only to determine if the products described in the Shop Drawing or Sample will, after installation or incorporation into the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. Designer's review and approval will not extend to means, methods, techniques, sequences, or procedures of construction or to safety precautions or programs incident thereto. 3. Designer's review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. B. Comments will be made on items called to the attention of the Designer for review and comment. Any marks made by the Designer do not constitute a blanket review of the document submittal or relieve the Contractor from responsibility for errors or deviations from the Contract requirements. 1. Designer will respond to Contractor's markups by either making markups directly in the Shop Drawings file using the color green or by attaching a Document Review Comments form with review comments. 2. Shop Drawings that are reviewed will be returned with one or more of the following status designations: a. Approved: Shop Drawing is found to be acceptable as submitted. b. Approved as Noted: Shop Drawing is Approved so long as corrections or notations made by Designer are incorporated into the Show Drawing. C. Not Approved: Shop Drawing or products described are not acceptable. 3. Shop Drawing will also be designated for one of the following actions: a. Final distribution: Shop Drawing is acceptable without further action and has been filed as a record document. b. Shop Drawing not required: A Shop Drawing was not required by the Contract Documents. Resubmit the document per Article 26. c. Cancelled: This action indicates that for some reason, the Shop Drawing is to be removed from consideration and all efforts regarding the processing of that document are to cease. General Conditions 007200- 114 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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. 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 a change in Contract Price or Contract Times as a Change Proposal for approval prior to resubmitting the Shop Drawing. General Conditions 007200- 115 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 E. Contractor is to resubmit the Shop Drawing until it is acceptable and marked Approved or Approved as Noted and is assigned an action per Paragraph 25.11 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. 25.12 Resubmission Requirements A. Make all corrections or changes in the documents required by the Designer and resubmit to the Designer until approved. 1. Revise initial drawings or data and resubmit as specified for the original document. 2. Highlight or cloud in green those revisions which have been made in response to the previous reviews by the Designer. This will include changes previously highlighted or clouded in yellow to direct attention to Designer to items requiring selections or decisions by the Designer or highlighted or clouded in orange for a requested deviation from the Contract Documents. 3. Highlight and cloud new items in yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. 4. Highlight and cloud new items in orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Numbering for these new items is to start with the next number following the last Shop Drawing deviation requested. Include explanatory comments in the Shop Drawing Deviation Request form. B. Pay for excessive review of Shop Drawings. 1. Excessive review of Shop Drawings is defined as any review required after the original review has been made and the first resubmittal has been checked to see that corrections have been made. 2. Review of Shop Drawings or Samples will be an additional service requiring payment by the Contractor if the Contractor submits a substitution for a product for which a Shop Drawing or Sample has previously been approved, unless the need for such change is beyond the control of Contractor. 3. Cost for additional review time will be billed to the Owner by the Designer for the actual hours required for the review of Shop Drawings by Designer and in accordance with the rates listed in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. 4. A Set-off will be included in each Application for Payment to pay costs 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. General Conditions 007200- 116 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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. ARTICLE 26—RECORD DATA 26.01 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 require for record purposes. 26.02 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. 26.03 Contractor's Responsibilities A. Submit Record Data in accordance with SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. B. Include Record Data in the Schedule of Documents required by Article 24 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 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. General Conditions 007200- 117 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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. 26.04 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. 26.05 Special Certifications and Reports A. Provide all required certifications with the Record Data as specified in the individual Specification Sections: 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product when installed will meet the requirements and is part of the Record Data. Field tests may be performed by the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Record Data. General Conditions 007200- 118 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 26.06 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. C. Provide a copy of all warranties in a separate document in accordance with Article 29. 26.07 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 documents from native format files unless files are only available from scanned documents. b. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. c. 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. d. Submit color PDF documents where color is required to interpret the Record Data. e. 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. f. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. g. Use software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. h. 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. General Conditions 007200- 119 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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 Article 12 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 26.03. 26.08 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 26.02 may be rejected as unacceptable. 2. Record Data is not reviewed for compliance with the Contract Documents. Comments may be returned if deviations from the Contract Documents are noted during the cursory review performed to see that the information is adequate. 3. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the review of Record Data. Contract modifications can only be approved by a Modification. B. Designer may take the following action in processing Record Data: 1. File Record Data as received if the cursory review indicates that the document meets the requirements of Paragraph 26.02. Document will be given the status of "Filed as Received" and no 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 Article 25. General Conditions 007200- 120 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 b. The cursory review indicates that the document does not meet the requirements of Paragraph 26.02. 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 the Record Data 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." ARTICLE 27—CONSTRUCTION PROGRESS SCHEDULE 27.01 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. Schedule Work based upon a six day work week. 27.02 Document Submittal A. Submit Progress Schedules in accordance with Article 24. 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 Schedule 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. 27.03 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 General Conditions 007200- 121 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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. 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 revised 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 Article 24 indicating: 1. Specific date each document is to be delivered to the Designer. 2. Specific date each document must be received in order to meet the proposed schedule. General Conditions 007200- 122 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 3. Allow a reasonable time to review documents, taking into consideration the size and complexity of the document, other documents being processed, and other factors that may affect review time. 4. Allow time for re-submission of each document. Contractor is responsible for delays associated with additional time required to review incomplete or erroneous documents and for time lost when documents are submitted for products that do not meet Specification requirements. 27.04 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. 27.05 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. General Conditions 007200- 123 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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. ARTICLE 28—VIDEO AND PHOTOGRAPHIC DOCUMENTATION 28.01 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. 28.02 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. 28.03 Document Submittal A. Submit photographic documentation as Record Data in accordance with Article 24. B. Submit two DVDs of the video recording as Record Data in accordance with Article 24. General Conditions 007200- 124 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 28.04 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 photographs 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. 28.05 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. H. Pipeline projects should be recorded linearly from beginning to end. ARTICLE 29—EXECUTION AND CLOSEOUT 29.01 Substantial Completion A. Notify the OAR 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. General Conditions 007200- 125 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 B. OPT will visit the Site to observe the Work within 30 days after notification is received to determine the status of the Project. C. OAR will notify the Contractor, within 120 days after notification, that the Work is either substantially complete or that additional Work must be performed before the Project will be considered substantially complete. 1. OAR 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 OAR when the items of Work in the OAR's notice have been completed. 4. OPT will revisit the Site and repeat the process. 5. OAR 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 OAR of any objections to items on the list within 10 days after receiving the Certificate of Substantial Completion. 29.02 Final Inspections A. Notify the OAR 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 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 30 days 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 been corrected. OPT will visit the Site to determine if the Project is complete and the Work is acceptable. OAR 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 29.04 if notified that the Project is complete, and the Work is acceptable. 29.03 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. General Conditions 007200- 126 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 29.04 Closeout Documents Submittal A. Record Documents per Article 20. 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 Article 28. 29.05 Transfer of Utilities A. If applicable to the Project,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. 29.06 Warranties, Bonds and Service Agreements A. Provide warranties, bonds, and service agreements required by the Contract Documents. B. The date for the start of warranties, bonds, and service agreements is established per the Contract Documents. C. Compile warranties, bonds, and service agreements and review these documents for compliance with the Contract Documents. 1. Provide a log of all equipment covered under the 1-year correction period specified in the Contract Documents 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 service agreement; e. Indicate the start date for the correction period specified in the Contract Documents 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; General Conditions 007200- 127 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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 service agreements within 10 days after equipment or components are placed in service. ARTICLE 30—MISCELLANEOUS 30.01 Computation of Times A. Exclude the first day and include the last day when determining dates for a period of time referred to in the Contract Documents by days. The last day of this period is to be omitted from the determination if it falls on a 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. 30.02 Owner's Right to Audit Contractor's Records A. By execution of the Contract, Contractor grants Owner the right to audit, examine, inspect and/or copy, at Owner's election at all reasonable times during the term of this Contract and for a period of four (4) years following the completion or termination of the Work, all of Contractor's written and electronically stored records and billings relating to the performance of the Work under the Contract Documents. The audit, examination or inspection may be performed by an Owner designee,which may include its internal auditors or an outside representative engaged by Owner. Contractor agrees to retain its records for a minimum of four(4)years following termination of the Contract, unless there is an ongoing dispute under the Contract,then, such retention period must extend until final resolution of the dispute. As used in these General Conditions, "Contractor written and electronically stored records" include any and all information, materials and data of every kind and character generated as a result of the work under this Contract. Examples of Contractor written and electronically stored records include, but are not limited to:accounting data and reports, billings, books, general ledgers, cost ledgers, invoices, production sheets, documents, correspondence, 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, have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any Contract 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 General Conditions 007200- 128 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 appropriate work space necessary for Owner or its designees to conduct such audits, inspections or examinations. C. Contractor must include this Paragraph 30.02 in any Subcontractor, supplier or vendor contract. 30.03 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. 30.04 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 30.04 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. 30.05 Limitation of Damages A. Owner is not liable to Contractor for claims, costs, losses or damages sustained by Contractor's Team associated with other projects or anticipated projects. 30.06 No Waiver A. The failure of Owner or Contractor to enforce any provision of this Contract does not constitute a waiver of that provision or affect the enforceability of that provision or the remainder of this Contract. 30.07 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. 30.08 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. General Conditions 007200- 129 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 30.09 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. 30.10 Assignment of Contract A. This Contract may not be assigned in whole or in part by the Contractor without the prior written consent of the Owner. 30.11 No Waiver of Sovereign Immunity A. The Owner has not waived its sovereign immunity by entering into and performing its obligations under this Contract. B. This Contract is to perform a governmental function solely for the public benefit. 30.12 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. Cases must be filed and tried in Nueces County and cannot be removed from Nueces County,Texas. 30.13 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. 30.14 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. 30.15 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. 30.16 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. B. No qualified person shall on the basis of race, color, religion, national origin, gender, age or disability be excluded from participation in, be denied the benefits of, or be subjected to General Conditions 007200- 130 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 discrimination under any program or activity which receives or benefits from federal financial assistance. C. Comply with all applicable federal, state and city laws, rules and regulations. D. Each applicable provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein,and the Contract shall be read and enforced as though each were physically included herein. 30.17 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. 30.18 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 demo bilization/remobiIization 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. 30.19 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. 30.20 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. 30.21 Notices. A. Any notice required to be given to Owner under any provision in this Contract must include a copy to OAR by mail or e-mail. END OF SECTION General Conditions 007200- 131 Corpus Christi Standards Rev 12/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 00 73 00 SUPPLEMENTARY CONDITIONS These Supplementary Conditions amend or supplement SECTION 00 72 00 GENERAL CONDITIONS and other provisions of the Contract Documents. All provisions not amended or supplemented in these Supplementary Conditions remain in effect. The terms used in these Supplementary Conditions have the meanings stated in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings stated below. ARTICLE 1—DEFINITIONS AND TERMINOLOGY SC-1.01 DEFINED TERMS A. The members of the OPT as defined in Paragraph 1.01.A.41 consists of the following organizations: City of Corpus Christi, Texas CP&Y, Inc. B. Paragraph 1.01.A.54"Substantial Completion" is more specifically defined for this Project as: 1. The following items are fully functional and suitable for operation in accordance with the Contract Documents: a. All project components included in the Plans and Specifications. 2. Only the following items not yet complete in accordance with the Contract Documents: a. Final Review punchlist items b. Site clean-up and seeding 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 Supplementary Conditions 007300- 1 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 2/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 February 3 August 4 March 2 September 7 April 3 October 4 May 4 November 3 June 4 December 3 3. A total of 47-22 rain days have been set for this Project. An extension of time due to rain days will be considered only after 47-22 rain days have been exceeded within the project timeframe in a calendar year and the OAR has determined that a detrimental 3 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-5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.06 which describe Hazardous Environmental Conditions that have been identified at or adjacent to the Site. 1. Environmental Reports include the following: a. Radius Report — Target Property: Leopard at Rand Morgan, 9359 Leopard St., Corpus Christi, Nueces County, Texas 78409, Geosearch, January 27, 2015 - The Contractor may rely on the following Technical Data in using this document: 1) This document reports the findings of searches in numerous Federal,State and Tribal environmental databases. b. Radius Report—Target Property: Holly Pump Station, 4917 Holly Road., Corpus Christi,Nueces County,Texas 78411,Geosearch,August 15,2015 -The Contractor may rely on the following Technical Data in using this document: 1) This document reports the findings of searches in numerous Federal,State and Tribal environmental databases. 2. Drawings of physical conditions relating to known Hazardous Environmental Conditions at the Site include the following: None ARTICLE 6—BONDS AND INSURANCE SC-6.03 REQUIRED MINIMUM INSURANCE COVERAGE Supplementary Conditions 007300- 2 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 2/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 INSURANCE REQUIREMENTS CONTRACTOR'S INSURANCE AMOUNTS 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 $1,000,000 Per Occurrence 6. Contractual Liability $2,000,000 Aggregate 7. Broad Form Property Damage 8. Independent Contractors 9. Personal &Advertising Injury Business Automobile Liability-Owned, Non- $1,000,000 Combined Single Limit Owned, Rented and Leased Workers' Compensation Statutory Employer's Liability $500,000/500,000/ 500,000 Excess Liability/Umbrella Liability $1,000,000 Per Occurrence Required if Contract Price>$5,000,000 Contractor's Pollution Liability / $1,000,000 Per Claim Environmental Impairment Coverage Not limited to sudden and accidental ❑ Required ✓❑ Not Required discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. Required if excavation>3 ft Builder's Risk(All Perils including Collapse) Equal to Full Replacement Cost of Structure and Contents Required for vertical structures and bridges ✓❑ Required ❑ Not Required Installation Floater Equal to Contract Price Required if installing city-owned equipment ❑ Required ✓❑ Not Required Supplementary Conditions 007300-3 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 2/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 ARTICLE 7—CONTRACTOR'S RESPONSIBILITIES SC-7.02 LABOR; WORKING HOURS A. Perform Work at the Site during regular working hours except as otherwise required for the safety or protection of person or the Work or property at the Site or adjacent to the Site and except as otherwise stated in the Contract Documents. Regular working hours are between sunrise and sunset, unless other times are specifically authorized in writing by OAR. 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." ARTICLE 14— PREVAILING WAGE RATE REQUIREMENTS SC-14.04 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 TX21 Heavy Heavy Construction Projects (including Sewer and Water Line Construction and Drainage Projects) TX288 Building Building Construction Projects (does not include single family homes or apartments up to and including 4 stories) "General Decision Number: TX20210021 01/01/2021 Superseded General Decision Number: TX20200021 State: Texas Construction Type: Heavy Counties: Nueces and San Patricio Counties in Texas. HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line Construction and Drainage Projects) Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10. 95 for calendar year 2021 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded Supplementary Conditions 007300-4 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 2/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 (and any 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 $10 . 95 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2021. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5 (a) (1) (ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate) . The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5. 1 (a) (2) - (60) . Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/01/2021 * SUTX1987-001 12/01/1987 Rates Fringes CARPENTER (Excluding Form Setting) . . . . . . . . . . . . . . . . . . . . . . . . .$ 9. 05 Concrete Finisher. . . . . . . . . . . . . . . .$ 7.56 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 13.37 2 .58 Laborers: Common. . . . . . . . . . . . . . . . . . . . . .$ 7 .25 Utility. . . . . . . . . . . . . . . . . . . . .$ 7 . 68 Power equipment operators: Backhoe. . . . . . . . . . . . . . . . . . . . .$ 9.21 Motor Grader. . . . . . . . . . . . . . . .$ 8. 72 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Supplementary Conditions 007300-5 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 2/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 ---------------------------------------------------------------- Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii) ) . ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type (s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local) , a survey rate (weighted average rate) or a union average rate (weighted union average rate) . Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e. , Plumbers Local 0198 . The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the Supplementary Conditions 007300- 6 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 2/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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, 1000 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. Supplementary Conditions 007300-7 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 2/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2 . ) and 3. ) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2 . ) If the answer to the question in 1 . ) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1 .8 and 29 CFR Part 7) . Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party' s position and by any information (wage payment data, project description, area practice material, etc. ) that the requestor considers relevant to the issue. 3. ) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4 . ) All decisions by the Administrative Review Board are final. ---------------------------------------------------------------- Supplementary Conditions 007300-8 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 2/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 END OF GENERAL DECISION if "General Decision Number: TX20210288 01/01/2021 Superseded General Decision Number: TX20200288 State: Texas Construction Type: Building Counties: Aransas, Nueces and San Patricio Counties in Texas. BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories) . Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10. 95 for calendar year 2021 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any 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 $10 . 95 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2021. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5 (a) (1) (ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate) . The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5. 1 (a) (2) - (60) . Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/01/2021 BOIL0074-003 01/01/2017 Rates Fringes Supplementary Conditions 007300-9 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 2/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 BOILERMAKER. . . . . . . . . . . . . . . . . . . . . .$ 28. 00 22 .35 ---------------------------------------------------------------- * ELECO278-002 03/20/2020 Rates Fringes ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 26.25 8.24 ---------------------------------------------------------------- * ENGI0178-005 06/01/2020 Rates Fringes POWER EQUIPMENT OPERATOR (1) Tower Crane. . . . . . . . . . . . .$ 32 . 85 13. 10 (2) Cranes with Pile Driving or Caisson Attachment and Hydraulic Crane 60 tons and above. . . . .$ 28. 75 10. 60 (3) Hydraulic cranes 59 Tons and under. . . . . . . . . . . . . .$ 32 .35 13. 10 ---------------------------------------------------------------- * IRON0084-011 06/01/2020 Rates Fringes IRONWORKER, ORNAMENTAL. . . . . . . . . . .$ 25.26 7. 13 ---------------------------------------------------------------- SUTX2014-068 07/21/2014 Rates Fringes BRICKLAYER. . . . . . . . . . . . . . . . . . . . . . .$ 20. 04 0 . 00 CARPENTER. . . . . . . . . . . . . . . . . . . . . . . .$ 15.21 0 . 00 CEMENT MASON/CONCRETE FINISHER. . .$ 15.33 0. 00 INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation) . . . . . . . . . . . . . . .$ 19. 77 7. 13 IRONWORKER, REINFORCING. . . . . . . . . .$ 12 .27 0. 00 IRONWORKER, STRUCTURAL. . . . . . . . . . .$ 22 . 16 5.26 LABORER: Common or General. . . . . .$ 9. 68 0. 00 LABORER: Mason Tender - Brick. . .$ 11 . 36 0 . 00 LABORER: Mason Tender - Cement/Concrete. . . . . . . . . . . . . . . . . .$ 10.58 0. 00 Supplementary Conditions 007300- 10 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 2/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 LABORER: Pipelayer. . . . . . . . . . . . . .$ 12 . 49 2 . 13 LABORER: Roof Tearoff. . . . . . . . . . .$ 11.28 0. 00 OPERATOR: Backhoe/Excavator/Trackhoe. . . . . . .$ 14.25 0 . 00 OPERATOR: Bobcat/Skid Steer/Skid Loader. . . . . . . . . . . . . . . .$ 13. 93 0. 00 OPERATOR: Bulldozer. . . . . . . . . . . . .$ 18.29 1.31 OPERATOR: Drill. . . . . . . . . . . . . . . . .$ 16.22 0.34 OPERATOR: Forklift. . . . . . . . . . . . . .$ 14. 83 0. 00 OPERATOR: Grader/Blade. . . . . . . . . .$ 13.37 0. 00 OPERATOR: Loader. . . . . . . . . . . . . . . .$ 13.55 0. 94 OPERATOR: Mechanic. . . . . . . . . . . . . .$ 17.52 3.33 OPERATOR: Paver (Asphalt, Aggregate, and Concrete) . . . . . . . . .$ 16. 03 0. 00 OPERATOR: Roller. . . . . . . . . . . . . . . .$ 12 . 70 0. 00 PAINTER (Brush, Roller, and Spray) . . . . . . . . . . . . . . . . . . . . . . . . . . .$ 14. 45 0 . 00 PIPEFITTER. . . . . . . . . . . . . . . . . . . . . . .$ 25. 80 8.55 PLUMBER. . . . . . . . . . . . . . . . . . . . . . . . . .$ 25. 64 8. 16 ROOFER. . . . . . . . . . . . . . . . . . . . . . . . . . .$ 13. 75 0. 00 SHEET METAL WORKER (HVAC Duct Installation Only) . . . . . . . . . . . . . . .$ 22 . 73 7.52 SHEET METAL WORKER, Excludes HVAC Duct Installation. . . . . . . . . . .$ 21. 13 6.53 TILE FINISHER. . . . . . . . . . . . . . . . . . . .$ 11.22 0. 00 TILE SETTER. . . . . . . . . . . . . . . . . . . . . .$ 14. 74 0. 00 TRUCK DRIVER: Dump Truck. . . . . . . .$ 12 .39 1. 18 TRUCK DRIVER: Flatbed Truck. . . . .$ 19. 65 8.57 TRUCK DRIVER: Semi-Trailer Truck. . . . . . . . . . . . . . . . . . . . . . . . . . . .$ 12 .50 0. 00 Supplementary Conditions 007300- 11 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 2/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 TRUCK DRIVER: Water Truck. . . . . . .$ 12 . 00 4. 11 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii) ) . ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type (s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local) , a survey rate (weighted average rate) or a union average rate (weighted union average rate) . Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of Supplementary Conditions 007300- 12 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 2/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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, 1000 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. Supplementary Conditions 007300- 13 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 2/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1 . ) Has there been an initial decision in the matter? This can be. * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2 . ) and 3. ) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2 . ) If the answer to the question in 1 . ) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1 .8 and 29 CFR Part 7) . Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party' s position and by any information (wage payment data, project description, area practice material, etc. ) that the requestor considers relevant to the issue. 3. ) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: Administrative Review Board U.S. Department of Labor Supplementary Conditions 007300- 14 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 2/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 200 Constitution Avenue, N.W. Washington, DC 20210 4 . ) All decisions by the Administrative Review Board are final. ---------------------------------------------------------------- END OF GENERAL DECISION ARTICLE 19—PROJECT MANAGEMENT AND COORDINATION SC-19.21 COOPERATION WITH PUBLIC AGENCIES Note to Specifier: The information in the table below should be reviewed and updated as necessary for each proiect. C. For the Contractor's convenience, the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 361-826-3500 CP&Y, Inc. 361-826-5860 S. Christopher Schmid 214-640-1768 Traffic Engineering 361-826-3547 Police Department 361-882-2600 361-826-1800 (361-826-1818 after Water/Wastewater/Stormwater hours) Gas Department 361-885-6900 (361-885-6942 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 IT Department (City Fiber) 361-826-1956 AEP 1-877-373-4858 AT&T 361-881-2511 (1-800-824-4424 after hours) Grande Communications 1-866-247-2633 Spectrum Communications 1-800-892-4357 Crown Castle Communications 1-888-632-0931 (Network Operations Center) Centuryl-ink 361-208-0730 W i ndstream 1-800-600-5050 Regional Transportation Authority 361-289-2712 Supplementary Conditions 007300- 15 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 2/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 Public Agencies/Contacts Phone Number Port of Corpus Christi Authority Engr. 361-882-5633 TxDOT Area Office 361-808-2500 Corpus Christi ISD 361-695-7200 ARTICLE 26—RECORD DATA SC-26.03 CONTRACTOR'S RESPONSIBILITIES A. Submit Record Data for the following items: Specification Section Record Data Description As-built information on all construction improvements END OF SECTION Supplementary Conditions 007300- 16 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 2/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 011100 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. Rand Morgan EST a. Demolition of pipe,valves and appurtenances as indicated in the drawings. b. Site/Civil work includes relocated the perimeter fence, a new flex-base drive, grading and drainage to accommodate the new work. C. Exterior work includes the installation of new by-pass pumps, pipe, valves, electrical building, foundation for the pumps and building. Work also includes the associated electrical, instrumentation, SCADA and integration. d. Interior work includes the installation of new electronic control valve, pipe, and valves. Work also includes the associated electrical, instrumentation, SCADA and integration. 2. Holly EST a. Demolition of pipe,valves and appurtenances as indicated in the drawings. b. Site/Civil work includes relocated the perimeter fence, a new flex-base drive, grading and drainage to accommodate the new work. C. Interior work includes the installation of new electronic control valve, by-pass pumps, pipe,valves, and modified layout of the existing electrical room. Work also includes the associated electrical, instrumentation, SCADA and integration. 1.03 WORK UNDER OTHER CONTRACTS A. The following items of work are not included in this Contract, but may impact construction scheduling and completion: 1. None. B. In the case of a disagreement between the above list and those specified elsewhere in the Contract Documents, the Contractor is to base his Proposal on the most expensive listing. Summary of Work 011100- 1 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 10/2018 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 C. Completion of the Work described in this Contract may impact the construction and testing of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. 1.04 WORK BY OWNER A. The Owner plans to perform the following items of work which are not included in this Contract, but may impact the construction scheduling and completion: 1. None. B. Completion of the Work described in this Contract may impact the construction of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. C. Owner will provide normal operation and maintenance of the existing facilities during construction, unless otherwise stated. 1.05 CONSTRUCTION OF UTILITIES A. Pay for temporary power, including but not limited to construction cost, meter connection fees, and permits. 1.06 USE PRIOR TO FINAL COMPLETION A. Owner has the right to use or operate any portion of the Project that is ready for use after notifying the Contractor of its intent to do so. B. The execution of Bonds is understood to indicate the consent of the surety to these provisions for use of the Project. C. Provide an endorsement from the insurance carrier permitting use of Project during the remaining period of construction. D. Conduct operations to insure the least inconvenience to the Owner and general public. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Summary of Work 011100- 2 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 10/2018 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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. The Bid Items described as"Allowances" have been set as noted in Section 00 30 01 Bid Form and shall be included in the Total Base Bid of the Bid Form for each Bidder. These Allowances may be used at the Owner's discretion in the event that unforeseen conditions or conflicts are encountered during construction that warrants the use of the Allowance funds. If the use of Allowance funds becomes necessary, the OAR will provide written authorization at a cost negotiated between Owner and Contractor, using unit prices in the Bid Form when applicable. No work is to be performed under the Allowance items without written authorization from the OAR. There is no guarantee that any of these funds will need to be used during the course of the Work. 1.02 DOCUMENT SUBMITTALS A. Provide documents for materials furnished as part of the alternate in accordance with Article 24 of SECTION 00 72 00 GENERAL CONDITIONS. 1.03 DESCRIPTION OF ALTERNATES—NOT APPLICABLE 1.04 DESCRIPTION OF ALLOWANCES A. Allowance A-3— Bonds and Insurance 1. A maximum of 2%of the bid price to be used for the purchase of bonds and insurance required for the Project. Alternates and Allowances 012310- 1 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 5/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 B. Allowance A-4-Allowances for Unanticipated Work: 1. The bid item described as "Allowance for Unanticipated Work" has been set as noted and shall be included in the Total Base Bid for each Bidder. This allocation may be used at the OAR's discretion should an unanticipated adjustment of a utility, unknown structure or similar situation warrant the use of the allocation funds. Should the use of funds from the "Allowance for Unanticipated Work" become necessary, the OAR will provide written authorization at a cost negotiated between the City and the Contractor. Payment shall be negotiated for each circumstance. There is no guarantee that any of these funds will need to be used throughout the course of the work. The sum of$92,000 to be used for the payment of Unanticipated Work. C. Allowance A-5- Permits: 1. The bid item described as "Permits" has been set as noted and shall be included in the Total Base Bid for each Bidder. This allocation may be used by the Contractor, with approval from the City to secure necessary permits for this project. The sum of$10,000 to be used for the payment of any permits required for this project. D. Allowance A-6—Demolition of Tower Crane Slab: 1. The bid item described as "Demolition of Tower Crane Slab" has been set as noted and shall be included in the Total Base Bid for each Bidder. This allocation may be used by the Contractor, with approval from the City, to remove the Tower Crane slab that resides under the tank slab.The sum of$20,000 to be used for the removal of the Tower Crane Slab. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances 012310- 2 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 5/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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 Article 17 of SECTION 00 72 00 GENERAL CONDITIONS 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 Article 17 of SECTION 00 72 00 GENERAL CONDITIONS. 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 Article 17 of SECTION 00 72 00 GENERAL CONDITIONS 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—Holly EST Mobilization (Maximum 5%of Part B Total): 1. Include the following costs in this Bid item: a. Transportation and setup for equipment; b. Transportation and/or erection of all field offices, sheds, and storage facilities; C. Salaries for preparation of documents required before the first Application for Payment; d. Salaries for field personnel assigned to the Project related to the mobilization of the Project; e. Demobilization; and f. Mobilization may not exceed 5 percent of the Part B Total. Measurement and Basis for Payment 01 29 01- 1 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 5/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 2. Measurement for payment will be made per lump sum on the following basis: When at least 5% of the adjusted contract amount for construction is earned, 75% of the mobilization lump sum bid amount will be eligible for payment, minus retainage. Upon substantial completion of all work under this Contract and removal of all equipment and materials from the Project site, the remaining 25% of the mobilization lump sum bid amount will be eligible for payment, minus retainage. B. Bid Item A-2—Rand Morgan EST Mobilization (Maximum 5%of Part C Total): 1. Include the following costs in this Bid item: a. Transportation and setup for equipment; b. Transportation and/or erection of all field offices, sheds, and storage facilities; C. Salaries for preparation of documents required before the first Application for Payment; d. Salaries for field personnel assigned to the Project related to the mobilization of the Project; e. Demobilization; and f. Mobilization may not exceed 5 percent of the Part C Total. 2. Measurement for payment will be made per lump sum on the following basis: When at least 5% of the adjusted contract amount for construction is earned, 75% of the mobilization lump sum bid amount will be eligible for payment, minus retainage. Upon substantial completion of all work under this Contract and removal of all equipment and materials from the Project site, the remaining 25% of the mobilization lump sum bid amount will be eligible for payment, minus retainage. C. Bid Item B-1— Holly EST Demolition: 1. Lump Sum 2. This item shall be measured for payment by the lump sum and shall include but is not limited to all materials, labor, and equipment required to provide the demolition activities at the Holly EST. This item shall include all work required to complete the work that is not measured under another bid item as outlined in the plans and contract documents. D. Bid Item B-2— Holly EST Improvements 1. Lump Sum 2. This item shall be measured for payment by the lump sum and shall include but is not limited to all materials, labor, and equipment required to provide the Holly EST Improvements. This item shall include all work required to complete the work that is not measured under another bid item, complete in place, as outlined in the plans and contract documents. Contractor shall provide a detailed breakdown of this item after contract award to use for monthly payment requests. E. Bid Item C-1—Rand Morgan EST Site Work: 1. Lump Sum Measurement and Basis for Payment 01 29 01- 2 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 5/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 2. This item shall be measured for payment by the lump sum and shall include but is not limited to all materials, labor, and equipment required to provide the Rand Morgan Site Improvements. This work includes the fence, paving, grading and drainage improvements. Other work on the site (pumps, pipe, electrical room, generator, etc.) are to be included in Bid Item C-3. This item shall include all work required to complete the work that is not measured under another bid item, complete in place, as outlined in the plans and contract documents. F. Bid Item C-2—Rand Morgan EST Demolition: 1. Lump Sum 2. This item shall be measured for payment by the lump sum and shall include but is not limited to all materials, labor, and equipment required to provide the demolition activities at the Rand Morgan EST. This item shall include all work required to complete the work that is not measured under another bid item as outlined in the plans and contract documents. G. Bid Item C-3—Rand Morgan EST Improvements: 1. Lump Sum 2. This item shall be measured for payment by the lump sum and shall include but is not limited to all materials, labor, and equipment required to provide the Rand Morgan EST Improvements. This item shall include all work required to complete the work that is not measured under another bid item, complete in place, as outlined in the plans and contract documents. Contractor shall provide a detailed breakdown of this item after contract award to use for monthly payment requests. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment 01 29 01-3 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 5/2020 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 0133 01 Submittal Register Specification Paragraph Types of Submittals Required Specification Description Operations Section No. Product Information Sample or Mockup Data 013500 Special Procedures 1.03 None None None 01 50 00 Temporary Facilities and Controls 1.03 None None None 01 57 00 Temporary Controls 1.03 Shop Drawing/Record Data None None 021040 Site Grading 1.03 02 21 00 Select Material 1.03 02 24 20 Silt Fence 1.03 02 5223 Crushed Limestone Flexible Base 1.03 02 62 10 Polyvinyl Cloride Pipe 1.03 028020 Seeding 1.03 03 1000 Concrete Formwork 1.03 Manufacturer's Product None Manufacturer's Data/Install Instructions Literature 03 1519 Cast-in Concrete Anchors 1.03 Samples/Shop Drawings None Manufacturer's Instructions 032000 Concrete Reinforcement 1.03 Manufacturer's None None Certificates/Shop Drawings/QC Submittals 03 30 00 Cast-in Place Concrete 1.03 Design Mix/Placement None Manufacturer's Data Drawings Sheet 03 60 00 Grout 1.03 Grout Design/Lab and None O&M Manual Strength Reports/Manufacturer's Certification and Specifications 055000 Miscellaneous Metal Fabrications 1.03 Shop Drawing/Product Sample O&M Manual Data 061000 Rough Carpentry 1.03 Shop Drawing/Product Sample O&M Manual Data 0722 16 Roof Board Insulation 1.03 Shop Drawing/Product Sample O&M Manual Data 07 54 23 Thermoplastic-Polyolefin Roofing 1.03 Shop Drawing/Product Sample O&M Manual Data 07 62 00 Sheet Metal Flashing and Trim 1.03 Shop Drawing/Product None O&M Manual Data 07 71 00 Roof Specialties 1.03 Shop Drawing/Product Sample O&M Manual Data 079200 Joint Sealants 1.03 Shop Drawing/Product O&M Manual Data 08 11 00 Metal Doors and Frames 1.03 Shop Drawing/Product None O&M Manual Data 08 71 00 Door Hardware 1.03 Shop Drawing/Product None O&M Manual Data 099000 Painting and Coating 1.03 Shop Drawing/Product None O&M Manual Data 101400 Signage 1.03 Shop Drawing/Product None O&M Manual Data 104400 Fire Protection Specialties 1.03 Shop Drawing/Product None O&M Manual Data 13 34 00 Fiabricated Engineered Structures 1.03 Shop Drawing/Product None O&M Manual Data 260000 Electrical General Provisions 1.03 Shop Drawing/Product None None Data 26 00 02 Electrical Safety Equipment 1.03 Product Data Sample None 26 05 02 Common Motor Requirements for Process 1.03 Shop Drawing None O&M Manual Equipment 26 05 19 Low-Volatage Electrical Power Conductors 1.03 Project Record None None and Cables Documents/Product Data Submittal Register 013301-1 20267-Holly and Rand Morgan Elevated Storage Tanks Implementation 10/2018 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 0133 01 Submittal Register Specification Paragraph Types of Submittals Required Specification Description Operations Section No. Product Information Sample or Mockup Data 26 05 26 Grounding and Bonding for Electical Systems 1.03 Product Data/Test None None Re ports/M a n ufa to re is Install Instructions/Manufacturer' s Certificate/Project Record Documents 26 05 29 Hangers and Supports for Electical Systems 1.03 Shop Drawing None None 26 05 33 Raceways 1.03 Shop Drawing None None 26 05 33.13 Conduit for Electrical Systems 1.03 Shop Drawing None None 26 05 33.16 Boxes for Electical Systems 1.03 Shop Drawing None None 26 05 43 Undergound System 1.03 Shop Drawing None None 26 05 53 Identification for Electical Systems 1.03 Product Data Sample None 26 05 73 Power System Studies 1.03 Shop Drawing None None 26 08 00 Commissioning of Electical Systems 1.03 Record Data None O&M Manual 26 22 13 Low-Volatage Trasformers 1.03 Shop Drawing None None 262416 Panelboards 1.03 Shop Drawing None O&M Manual 26 27 26 Wiring Devices 1.04 Product Data Sample None 26 29 23 Variable Frequency Motor Controllers(100 1.03 Shop Drawing None O&M Manual HP and Less) 26 43 13 Surge Protective Devices for Low-Voltage 1.03 Shop Drawing None O&M Manual Electical Power Circuit 26 50 00 Lighting 1.03 Shop Drawing Sample O&M Manual 32 31 13 Chain Link Fence and Gate 1.03 Shop Drawing None None 33 01 10.58 Disinfection of Water Utility Piping Systems 1.03 Record Data None None 40 05 00 Common Work Results for Process 1.03 Shop Drawing None O&M Manual Interconnections 40 05 06 Couplings,Adapters,and Specials for Process 1.03 Shop Drawing None O&M Manual Piping 40 05 07 Hangers and Supports for Process Piping 1.03 Shop Drawing None None 40 05 19 Ductile Iron Process Pipe 1.03 Shop Drawing None None 40 05 24.23 Stainless Steel Pipe and Fittings 1.03 Shop Drawing None None 40 05 51 Common Requirements for Process Valves 1.03 Shop Drawing None O&M Manual 40 05 57 Actuators for Process Valves and Gates 1.03 Shop Drawing None O&M Manual 40 05 57.23 Electric Valve Operators 1.03 Shop Drawing None None 40 OS 64 Butterfly Valves 1.03 Shop Drawing None O&M Manual 40 OS 65 Valves for Pump Control and Check Service 1.03 Shop Drawing None O&M Manual Submittal Register 01 33 01-2 20267-Holly and Rand Morgan Elevated Storage Tanks Implementation 10/2018 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 01 35 00 SPECIAL PROCEDURES 1.00 GENERAL 1.01 CONSTRUCTION SEQUENCE A. Perform the Work as required to complete the entire Project within the Contract Times and in the sequence stipulated below: 1. List as necessary. B. Work shall be completed within the specified time for these items: Description Time Substantial Completion of Entire Project 499100 3 Final Completion of Entire Project 4-39160 C. Consider the sequences, duration limitations, and governing factors outlined in this Section to prepare the schedule for the Work. D. Perform the Work not specifically described in this Section as required to complete the entire Project within the Contract Times. 1.02 PLAN OF ACTION A. Submit a written plan of action for approval for shutting down essential services. These include: 1. Electrical power, 2. Control power, 3. Pipelines or wastewater systems, 4. Communications equipment, and 5. Other designated functions. B. Describe the following in the plan of action: 1. Scheduled dates for construction; 2. Work to be performed; 3. Utilities, piping, or services affected; 4. Length of time the service or utility will be disturbed; 5. Procedures to be used to carry out the Work; 6. Plan of Action to handle emergencies; 7. List of manpower, equipment, and ancillary supplies; 8. Backups for key pieces of equipment and key personnel; Special Procedures 013500- 1 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 10/2018 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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—NOT USED 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. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Special Procedures 013500- 2 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 10/2018 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 01 50 00 TEMPORARY FACILITIES AND CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide temporary facilities, including OPT's field office and the Contractor's field offices, storage sheds, and temporary utilities needed to complete the Work. B. Install and maintain temporary Project identification signs. Provide temporary on-site informational signs to identify key elements of the construction facilities. Do not allow other signs to be displayed. 1.02 QUALITY ASSURANCE A. Provide a total electrical heating and cooling system for the OPT's field office capable of maintaining the following conditions: 1. Heating: Minimum 75 degrees ID temp at 10 degrees ambient. 2. Cooling: Minimum 75 degrees ID temp at 105 degrees ambient. 3. Relative humidity: 48 to 54 percent. B. Inspect and test each service before placing temporary utilities in use. Arrange for all required inspections and tests by regulatory agencies, and obtain required certifications and permits for use. 1.03 DELIVERY AND STORAGE A. Arrange transportation, loading, and handling of temporary buildings and sheds. 1.04 JOB CONDITIONS A. Locate buildings and sheds at the Site as indicated or as approved by the OPT. B. Prepare the Site by removing trees, brush, or debris and performing demolition or grubbing needed to clear a space adequate for the structures. C. Pay for the utilities used by temporary facilities during construction. D. Provide each temporary service and facility ready for use at each location when the service or facility is first needed to avoid delay in the performance of the Work. Provide OPT's field office complete and ready for occupancy and use within 7 days of the Notice to Proceed. E. Maintain, expand as required, and modify temporary services and facilities as needed throughout the progress of the Work. F. Remove services and facilities when approved by the OAR. G. Operate temporary facilities in a safe and efficient manner. 1. Restrict loads on temporary services or facilities to within their designed or designated capacities. 2. Provide sanitary conditions. Prevent public nuisance or hazardous conditions from developing or existing at the Site. Temporary Facilities and Controls 015000- 1 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 8/2019 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 3. Prevent freezing of pipes, flooding, or the contamination of water. 4. Maintain Site security and protection of the facilities. 1.05 OPTIONS A. Construction offices may be prefabricated buildings on skids or mobile trailers. B. Storage sheds may be prefabricated buildings on skids or truck trailers. 2.00 PRODUCTS 2.01 TEMPORARY FIELD OFFICES— NOT APPLICABLE 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. Provide telephone service to the Site and install telephones inside the Contractor's and the OPT's field office. Temporary Facilities and Controls 015000- 2 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 8/2019 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 2.06 WATER FOR CONSTRUCTION A. Provide temporary water. Potable water may be purchased from the Owner by obtaining a water meter from the Owner and transporting water from a water hydrant. Non-potable water may be used for hydraulic testing of non-potable basins or pipelines. Include the cost of water in the Contract Price. B. Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan"). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre-construction meeting. The Contractor will keep a copy of the Plan on the Site throughout construction. 3.00 EXECUTION 3.01 LOCATION OF TEMPORARY FACILITIES A. Locate temporary facilities in areas approved by the OAR. Construct and install signs at locations approved by the OAR. Install informational signs so they are clearly visible. 3.02 PROJECT IDENTIFICATION AND SIGNS— NOT APPLICABLE 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—NOT APPLICABLE 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. Temporary Facilities and Controls 015000-3 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 8/2019 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 3.07 MAINTENANCE AND JANITORIAL SERVICE A. Provide janitorial service (sweeping/mopping) for the OPT's field office on a weekly basis or as requested. Empty trash receptacles daily or as needed. B. Maintain signs and supports in a neat, clean condition. Repair damage to structures, framings, or signs. C. Repair any damage to Work caused by placement or removal of temporary signage. D. Service, maintain, and replace, if necessary, the OPT's field office computer equipment throughout the Project as required by the OPT including replacement cartridges for all office equipment. END OF SECTION Temporary Facilities and Controls 015000-4 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 8/2019 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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 as applicable to the nature and size of the Project. 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 Article 25 of SECTION 00 72 00 GENERAL CONDITIONS. B. Provide copies of notices, records, and reports required by the Contract Documents or Laws and Regulations as Record Data in accordance with Article 26 of SECTION 00 72 00 GENERAL CONDITIONS. 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. Temporary Controls 015700- 1 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 8/2019 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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. 1.05 PERMITS A. As applicable, submit the following to the TCEQ and the Operator of any Municipal Separate Storm Sewer System (MS4) receiving stormwater discharges from the Site: 1. Notice of Intent (NOI) at least 48 hours prior to beginning construction activity. Construction activity may commence 24 hours after the submittal of an electronic NOI. 2. Notice of Change (NOC) letter when relevant facts or incorrect information was submitted in the NOI, or if relevant information in the NOI changes during the course of construction activity. 3. Notice of Termination (NOT) when the construction Project has been completed and stabilized. B. Post a copy of the NOI at the Site in a location where it is readily available for viewing by the general public and as required by Laws and Regulations prior to starting construction activities and maintain the posting until completion of the construction activities. C. Maintain copies of a schedule of major construction activities, inspection reports, and revision documentation with the SWPPP. 1.06 STORMWATER POLLUTION CONTROL A. Comply with the current requirements of TPDES General Permit No. TXR150000 as set forth by the TCEQ for the duration of the Project as applicable to the nature of the work and the total disturbed area: 1. Develop a SWPPP meeting all requirements of the TPDES General Permit. 2. Submit of a Notice of Intent to the TCEQ. 3. Develop and implement appropriate Best Management Practices as established by local agencies of jurisdiction. 4. Provide all monitoring and/or sampling required for reporting to the TCEQ. 5. Submit reports to the TCEQ as required as a condition of the TPDES General Permit. 6. Submit copies of the reports to the Designer as Record Data in accordance with Article 26 of SECTION 00 72 00 GENERAL CONDITIONS. 7. Retain copies of these documents at the Site at all times for review and inspection by the OPT or regulatory agencies. Post a copy of the permit as required by Laws and Regulations. 8. Assume sole responsibility for implementing, updating, and modifying the TPDES General Permit per Laws and Regulations for the SWPPP and Best Management Practices. B. Use forms required by the TCEQ to file the Notice of Intent. Submit the Notice of Intent at least 2 days prior to the start of construction. Develop the SWPPP prior to submitting the Temporary Controls 015700- 2 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 8/2019 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 Notice of Intent. Provided raft copies of the Notice of Intent,SWPPP,and any other pertinent TCEQ submittal documents to Owner for review prior to submittal to the TCEQ. C. Return any property disturbed by construction activities to either specified conditions or pre- construction conditions as set forth in the Contract Documents. Provide an overall erosion and sedimentation control system that will protect all undisturbed areas and soil stockpiles/spoil areas. Implement appropriate Best Management Practices and techniques to control erosion and sedimentation and maintain these practices and techniques in effective operating condition during construction. Permanently stabilize exposed soil and fill as soon as practical during the Work. D. Assume sole responsibility for the means, methods, techniques, sequences, and procedures for furnishing, installing, and maintaining erosion and sedimentation control structures and procedures and overall compliance with the TPDES General Permit. Modify the system as required to effectively control erosion and sediment. E. Retain copies of reports required by the TPDES General Permit for 3 years from date of Final Completion. 1.07 POLLUTION CONTROL A. Prevent the contamination of soil, water, or atmosphere by the discharge of noxious substances from construction operations. Provide adequate measures to prevent the creation of noxious air-borne pollutants. Prevent dispersal of pollutants into the atmosphere. Do not dump or otherwise discharge noxious or harmful fluids into drains or sewers, nor allow noxious liquids to contaminate public waterways in any manner. B. Provide equipment and personnel and perform emergency measures necessary to contain any spillage. 1. Contain chemicals in protective areas and do not dump on soil. Dispose of such materials at off-site locations in an acceptable manner. 2. Excavate contaminated soil and dispose at an off-site location if contamination of the soil does occur. Fill resulting excavations with suitable backfill and compact to the density of the surrounding undisturbed soil. 3. Provide documentation to the Owner which states the nature and strength of the contaminant, method of disposal, and the location of the disposal site. 4. Comply with Laws and Regulations regarding the disposal of pollutants. C. Groundwater or run-off water which has come into contact with noxious chemicals, sludge, or sludge-contaminated soil is considered contaminated. Contaminated water must not be allowed to enter streams or water courses, leave the Site in a non-contained form, or enter non-contaminated areas of the Site. 1. Pump contaminated water to holding ponds constructed by the Contractor for this purpose, or discharge to areas on the interior of the Site, as designated by the OAR. 2. Construct temporary earthen dikes or take other precautions and measures as required to contain the contaminated water and pump to a designated storage area. 3. Wash any equipment used for handling contaminated water or soil within contaminated areas three times with uncontaminated water prior to using such equipment in an Temporary Controls 015700-3 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 8/2019 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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 OZONE ADVISORY DAYS A. Do not conduct roofing, priming, or hot-mix paving operations, except for repairs, on days the City Engineer has notified Contractor that an ozone advisory is in effect. An extension of time will be allowed for each day for which priming or hot mix paving was scheduled, crews were prepared to perform this Work and the City Engineer issued ozone alert prevents this Work. Contractor will be compensated at the unit price indicated in the Bid for each day for which an extension of time was granted due to an ozone alert. 1.10 MANAGEMENT OF WATER A. Manage water resulting from rains or ground water at the Site. Maintain trenches and excavations free of water at all times. B. Lower the water table in the construction area by acceptable means if necessary to maintain a dry and workable condition at all times. Provide drains, sumps, casings, well points, and other water control devices as necessary to remove excess water. C. Provide continuous operation of water management actions. Maintain standby equipment to provide proper and continuous operation for water management. D. Ensure that water drainage does not damage adjacent property. Divert water into the same natural watercourse in which its headwaters are located, or other natural stream or waterway as approved by the Owner. Assume responsibility for the discharge of water from the Site. E. Remove the temporary construction and restore the Site in a manner acceptable to the OAR and to match surrounding material at the conclusion of the Work. 1.11 DEWATERING A. This item is considered subsidiary for all dewatering methods other than "well pointing" to the appropriate bid items as described in the Bid Form where dewatering is needed to keep the excavation dry, as approved by the Designer, and shall include all costs to provide a dry foundation for the proposed improvements. B. Storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. Temporary Controls 015700-4 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 8/2019 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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(Rand Morgan) and CC Ship Channel (Holly). 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 wastewater system. If discharging to temporary holding tanks and trucking to a wastewater 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 wastewater system the Contractor shall contact Wastewater Pre-treatment Coordinator at 826-1817 to obtain a "no cost" permit from the Owner's Waste Wate r De pa rtm e nt. Co ntracto r wi I I pay fo r a ny wate r q ua I ity testi ng or water analysis cost required. The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to sit overnight, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. 1.12 DISPOSAL OF CONTAMINATED GROUNDWATER—NOT APPLICABLE A. An allowance will be included in the Bid for the unanticipated disposal of contaminated groundwater. This allowance may not be needed but is provided in case contaminated groundwater is encountered during the course of the Project and does not meet the water quality requirements for discharge into the storm water or wastewater systems. This allowance includes all materials, tools, equipment, labor, transportation, hauling, coordination, and proper disposal of the contaminated water at an approved landfill, deep water injection well, or other site as agreed to by the Designer. Suggested disposal facilities would be [US Ecology (USET) in Robstown, Texas or Texas Molecular in Corpus Christi, Texas]. B. The payment for this Work will be based on the Contractor's actual costs and will be negotiated. Payment will not include costs associated with routine dewatering, which is considered subsidiary to the appropriate bid items as described in Paragraph 1.11. 1.13 DISPOSAL OF HIGHLY CHLORINATED WATER A. Dispose of water used for testing, disinfection, and line flushing. Comply with Owner's requirements and Laws and Regulation regarding the disposal of contaminated water, including water with levels of chlorine,which exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. Comply with the requirements of all regulatory Temporary Controls 015700-5 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 8/2019 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 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 wastewater system for disposal of contaminated water. 1.14 WINDSTORM CERTIFICATION A. All affected materials and installation shall comply with Texas Department of Insurance Requirements for windstorm resistant construction for design wind speed as required by the current version of the International Building Code (IBC). When applicable, 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 015700-6 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 8/2019 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 0164 00 OWNER-FURNISHED PRODUCTS PART 1 GENERAL 1.01 SCOPE OF WORK A. The Contractor shall provide the Services as specified in this Section for all equipment provided by the Owner. 1.02 RELATED WORK (NOT USED) 1.03 SUBMITTALS (NOT USED) 1.04 REFERENCE STANDARDS (NOT USED) 1.05 QUALITY ASSURANCE (NOT USED) 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE (NOT USED) 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 WARRANTY/EXTENDED WARRANTY (NOT USED) 1.10 WORK COVERED BY CONTRACT DOCUMENTS A. The Services covered by these Contract Documents includes unloading, storing and installation of the following items: 1. Variable Frequency Drives (total of 4) as specified in Section 26 29 23 — Variable Frequency Motor Controllers (100 HP and Less). 2. Diesel Generator (total of 2) as specified in Section 26 32 13.13 — Diesel Engine Driven Generator Sets. 3. Pressure Reducing Valve (total of 2) as specified in Section 40 05 67 — Specialized Pressure and Flow-Control Valves. 4. Pump and Motor Units (total of 4) as specified in Sections 43 23 21.13 — Between- Bearing Impeller, One- and Two-Stage, Axially-Split Centrifugal Pump and 26 05 02 — Common Motor Requirements for Process Equipment. B. The equipment shall be unloaded at Site, stored and installed as per manufacturer's instructions and per the drawings included in the Contract Documents. The listed equipment will be purchased under a separate contract by the Owner. This contract includes unloading, storing and installation of the equipment. C. The scope of the Services to be provided is defined by the Drawings and this Specification Section. In general terms the work consists of furnishing all labor, materials, equipment, tools and related items as required to provide the following Services. CORP2000479 01 64 00-1 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION OWNER-FURNISHED PRODUCTS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1. Coordinate with the equipment suppliers for the delivery, receiving, unloading, storing and installation instructions associated with the equipment. Receive from Supplier, unload, store, inspect at the site and install, the equipment as specified in the listed sections above and related sections located in the Contract Documents. 2. Contractor shall coordinate delivery of the Goods and installation procedures with the equipment suppliers. Product submittals shall be provided to the Contractor. Contractor shall coordinate the following: a. 0&M Manual b. Start up instructions c. Field testing d. Training the Owner Operators 1.11 LOCATION A. The project includes work at two locations. The Rand Morgan Elevated Storage Tank (EST) located at 9355 Leopard Street, Corpus Christi, TX, 78409. The Holly EST located at 4917 Holly Road, Corpus Christi, TX, 78411. 1.12 MEASUREMENT AND PAYMENT A. Payment shall constitute complete compensation for furnishing Goods and Services to execute this contract. Five (5) percent retainage of each progress payment amount will be held by the Owner until all work is completed and accepted by the Owner. 1. Payment for unloading, storing on site and inspection of the equipment at the site will be made upon delivery of the equipment to the site. Payment for this work will be 10% of the total contract amount minus retainage. 2. Payment for the installation and video will be made at the time when the equipment has been installed and the installation video has been reviewed by the Owner, Engineer and Supplier. Payment for this work will be 100% of the Contract amount minus the retainage and minus the previous payment. 3. Final Payment will be made upon acceptance of the work by the Owner. 1.13 COORDINATION WITH OTHER ENTITIES A. Installation Contractor shall limit his use of the premises to allow for: 1. Owner occupancy. B. Coordinate use of premises under direction of the Owner. C. Contractor shall coordinate equipment delivery and scheduling of manufacturer's representative services with the equipment Suppliers as specified in the individual equipment specifications and as specified below: 1. Supplier shall deliver the materials and Goods to the job site as specified in the Procurement Agreement. 2. Contractor shall coordinate with the equipment Suppliers regarding the specific timing of delivery of the materials and Goods. CORP2000479 01 64 00-2 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION OWNER-FURNISHED PRODUCTS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 3. Contractor shall unload the delivered equipment and place it in an appropriate storage location in strict accordance with manufacturer's instructions and these specifications. 4. Contractor will accept delivery of the materials and goods by the equipment Suppliers at any time within the delivery window specified in the Procurement Agreement unless this window has been changed by a change order executed with the Owner. 5. Contractor shall provide a clean dry place for storage of the equipment and store it until it is to be installed in its permanently installed location. 6. Contractor and equipment Supplier's Representatives shall provide a certificate for Acceptable Delivery, Unloading and Storage to the Owner and Engineer. 7. The Contractor shall protect the equipment from damage during unloading, storage, removing from storage for installation or during installation of the equipment. If any equipment is damaged after delivery of the material and its removal from the freight hauler, the Contractor shall bear all costs for repair or replacement. 8. The Contractor shall promptly energized motor space heaters and after delivery of motors at the Site. The pumping units shall be housed in a weatherproof enclosures at all times during storage. The Contractor shall fill motor oil reservoirs with oil promptly after arrival. The Contractor shall rotate the motor shaft by hand three to four revolutions on a weekly basis until the units are installed. 1.14 OWNER OCCUPANCY A. Owner will occupy the premises during the entire period of the project for the conduct of his normal operations. The Contractor shall cooperate with the OWNER in providing all services to minimize conflict, and to facilitate Owner's usage. 1.15 PERMITS A. Contractor is responsible for obtaining all City or other regulatory permits required for installation of the equipment. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 INSTALLATION A. Provide as-built information to the Engineer. END OF SECTION CORP2000479 01 64 00-3 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION OWNER-FURNISHED PRODUCTS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 021040 SITE GRADING 1. DESCRIPTION This specification shall govern all work necessary for backfill and grading of the site to complete the project. 2. CONSTRUCTION METHODS Prior to site grading, the site shall be cleared in accordance with City Standard Specification Section 021020 "Site Clearing and Stripping". Unless specified otherwise on the drawings, the existing surface shall be loosened by scarifying or plowing to a depth of not less than six (6)inches. The loosened material shall be recompacted with fill required to bring the site to the required grades and elevations indicated on the plans. Fill shall be uniform as to material, density and moisture content. Fill shall be free of large clods, large rocks, organic matter, and other objectionable material. No fill that is placed by dumping in a pile or windrow shall be incorporated into a layer in that position; all such piles and windrows shall be moved by blading or similar method. All fill shall be placed in layers approximately parallel to the finish grade in layers not to exceed six (6) inches of uncompacted depth, unless indicated otherwise on drawings. The fill shall be compacted to a density which approximates that of natural ground unless indicated otherwise on drawings. The Engineer may order proof rolling to test the uniformity of compaction. All irregularities, depressions and soft spots that develop shall be corrected by the Contractor. Excess material from excavation, which is not incorporated into the site as fill, shall be become property of the Contractor and disposed of away from the job site, unless indicated otherwise on the drawings. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, site grading shall not be measured for pay,but shall be considered subsidiary to other work. 021040 Page 1 of 1 Rev.10-30-2014 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 022100 SELECT MATERIAL 1. DESCRIPTION This specification shall govern the use of Select Material to be used to treat designated sections of roadways, embankments, trenches, etc. Select material shall be non-expansive sandy clay (CL) or clayey sand (SC), in accordance with the Unified Soil Classification System (ASTM D2487). Select Material shall meet the following requirements: Free of vegetation, hard lumps,rock fragments, or other debris No clay lumps greater than 2" diameter Liquid Limit(L.L.): <35 Plasticity Index (P.I.)Range: 8 to 20 Moisture Content: as specified in the drawings 2. CONSTRUCTION METHODS Select material shall be mixed uniformly and placed in layers as indicated, not to exceed 10 inches loose depth (or 12 inches maximum for sanitary sewer trench backfill per City Standard Details for Sanitary Sewers). Unless otherwise specified, the material shall be compacted to a minimum of 95% Standard Proctor density. Each layer shall be complete before the succeeding layer is placed. The finished surface of the select material shall conform to the grade and section shown on the drawings. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, select material shall not be measured for pay, but shall be subsidiary to the appropriate bid item. 022100 Page 1 of 1 Rev.10-30-2014 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 022420 SILT FENCE 1. DESCRIPTION This specification shall govern all work necessary for providing and installing silt fencing required to control sedimentation and erosion during construction of the project. 2. MATERIAL REQUIREMENTS A. Geotextile shall meet the requirements for temporary silt fence per AASHTO M288. B. Fence Reinforcement Materials: Silt fence reinforcement shall be one of the following systems. Type 1: Self-Supported Fence - This system consists of fence posts, spaced no more than 8- 1/2 feet apart, and geotextile without net reinforcement. Fence posts shall be a minimum of 42 inches long, embedded at least one (1) foot into the ground, and constructed of either wood or steel. Soft wood posts shall be at least 3 inches in diameter or nominal 2 x 4 inches in cross section and essentially straight. Hardwood posts shall be a minimum of 1.5 x 1.5 inches in cross section. Fabric attachment may be by staples or locking plastic ties at least every 6 inches, or by sewn vertical pockets. Steel posts shall be T or L shaped with a minimum weight of 1.3 pounds per foot. Attachment shall be by pockets or by plastic ties if the posts have suitable projections. Type 2: Net-Reinforced Fence - This system consists of fence posts, spaced no more than 8-1/2 feet apart, and geotextile with an attached reinforcing net. Fence posts shall meet the requirements of Self-Supported Fence. Net reinforcement shall be galvanized welded wire mesh of at least 12.5-gauge wire with maximum opening size of 4 x 2 inches. The fabric shall be attached to the top of the net by crimping or cord at least every 2 feet, or as otherwise specified. Type 3: Triangular Filter Dike - This system consists of a rigid wire mesh, at least 6-gauge, formed into an equilateral triangle cross-sectional shape with sides measuring 18 inches, wrapped with geotextile silt fence fabric. The fabric shall be continuously wrapped around the dike,with a skirt extending at least 12 inches from its upslope corner. C. Packaging Requirements: Prior to installation, the fabric shall be protected from damage due to ultraviolet light and moisture by either wrappers or inside storage. 022420 Page 1 of 2 Rev.10-30-2014 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 D. Certification and Identification: Each lot or shipment shall be accompanied by a certification of conformance to this specification. The shipment must be identified by a ticket or by labels securely affixed to the fabric rolls. This ticket or label must list the following information: a. Name of manufacturer or supplier b. Brand name and style C. Manufacturer's lot number or control number d. Roll size (length and width) e. Chemical composition 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, silt fence shall be measured by the linear foot. Payment shall be at the bid price for the unit of measurement specified and shall be full compensation for furnishing all labor, materials, tools, equipment and incidentals necessary to complete the work. Payment shall include, but not be limited to, placing, maintaining and removing the silt fence. 022420 Page 2 of 2 Rev.10-30-2014 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 025223 CRUSHED LIMESTONE FLEXIBLE BASE 1. DESCRIPTION This Specification shall govern all work for furnishing and placing Crushed Limestone Flexible Base required to complete the project. 2. MATERIAL Crushed Limestone Flexible Base shall consist of crushed limestone produced from oversize quarried aggregate, sized by crushing and produced from a naturally occurring single source, meeting the requirements for Type `A' material as specified in Texas Department of Transportation (TxDOT) Specification Item 247 "Flexible Base". Crushed gravel or uncrushed gravel shall not be acceptable. No blending of sources and/or additive materials will be allowed. The material shall be free of vegetation and shall be approved by the Engineer. All acceptable material shall be screened and the oversize shall be crushed and returned to the screened material in such a manner that a uniform product will be produced which meets all of the physical requirements for Grade 1-2 as specified in TxDOT Specification Item 247 "Flexible Base". 3. TESTING The City will engage a laboratory and pay for one test each gradation, liquid limit,plasticity index, modified proctor, moisture-density relation, CBR, and necessary field densities. The Engineer may call for additional tests at any time. The cost of all retests, in case of failure to meet specifications, will be deducted from the Contractor's payment. The City will pay for proctor and soil constants and abrasion tests at the rate described in the materials testing schedule. If material changes, the Contractor shall pay the cost of additional tests required by the Engineer. The Engineer may waive testing and/or lime admix for small amounts for unimportant uses. 4. CONSTRUCTION METHODS Prior to placement of flexible base, the surface of the previous underlying course shall be finished true to line and grade as established, and in conformity with the typical section shown on the drawings. Grade tolerance shall be generally 1/2 inch, and highs and lows must approximately balance. If called for in the drawings or elsewhere in the contract documents, geogrid, as specified in City Standard Specification Section 022040 "Street Excavation", shall be placed as indicated. Flexible base shall be delivered and spread the same day if possible(no later than the next day). Base shall be mixed as required to produce a uniform mixture with water. Base shall be placed in uniform lifts not to exceed 10 inch loose lifts or 8 inch compacted lifts. Moisture and density requirements shall be as indicated on the drawings, typical minimum 98% Modified Proctor 025223 Page 1 of 2 Rev.3-25-2015 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 (ASTM D1557) under flexible pavements or typical minimum 98% Standard Proctor (ASTM D698) under concrete pavement and to within + 2% of optimum moisture. The section may be accepted if no more than 1 of the 5 most recent moisture or density tests is outside of the specified limits, and the failed test is within+1%deviation from specified moisture or density requirements. The surface of the compacted base, after meeting moisture and density requirements, shall be primed in accordance with City Standard Specification Section 025412"Prime Coat". On completion of compaction and priming, the surface shall be smooth and conform to lines, grades, and sections shown on the drawings. Areas with any deviation in excess of 1/4 inch in cross-section and in lengths of 16 feet measured longitudinally shall be corrected by loosening, adding or removing material,reshaping, and recompacting by repriming and rolling. Moisture and density shall be maintained until the paving is complete. Excessive loss of moisture shall be prevented by sprinkling, sealing, or covering with a subsequent layer. Should the base, due to any reason or cause, lose the required stability, density, or moisture before it is protected by placement of the next layer, it shall be re-compacted, refinished, and retested at the expense of the Contractor until acceptable to the City. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, crushed limestone flexible base shall be measured by the square yard complete in place. Payment shall be full compensation for all materials, royalty, hauling, placing, compacting, labor, equipment, tools, and incidentals necessary for the completion of work. Prime shall be measured and paid under separate bid item if specified on the Bid Form. Geogrid shall be measured and paid under separate bid item if specified on the Bid Form. 025223 Page 2 of 2 Rev.3-25-2015 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 026210 POLYVINYL CHLORIDE PIPE (AWWA C900 and C905 Pressure Pipe for Municipal Water Mains and Wastewater Force Mains) 1. DESCRIPTION This specification shall govern all work necessary for furnishing all PVC pipe (AWWA C900 and C905)required to complete the project. 2. MATERIAL PVC pipe shall be made of Class 12454-A or Class 12454-B virgin compounds, as defined in ASTM D1784 with an established hydrostatic-design-basis of 4000 psi for water at 73.4 degrees F. 3. DIMENSIONS Pipe shall be manufactured to ductile iron pipe equivalent outside diameters. 4. JOINT Pipe shall have a gasket bell end with a thickened wall section integral with the pipe barrel. The use of solvent weld pipe shall not be allowed. 5. GASKETS Gaskets for jointing pipe shall be in accordance with ASTM F477 (High Head). 6. PIPE PRESSURE CLASS AND DIMENSION RATIO Unless indicated otherwise on the drawings, pipe shall have a dimension ratio (DR) of 18 and in accordance with: Pipe Size Designation 4"to 12" AWWA C900 Over 12" AWWA C905 7. CAUSE FOR REJECTION Pipe shall be clearly marked in accordance with AWWA Requirements. Unmarked or scratched pipe shall be rejected. 026210 Page 1 of 2 Rev.3-25-2015 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 8. CERTIFICATION The contractor shall furnish in duplicate to the Engineer a copy of the manufacturer's affidavit of compliance with this specification, to include gaskets. Certification shall accompany each delivery of materials. 9. MEASUREMENT AND PAYMENT Unless otherwise specified in the Bid Form, PVC pipe (AWWA C900 or C905) will be measured by the linear foot along the centerline for each size of pipe installed. Measurement of pipe shall be up to,but not include,the fittings. Payment shall include all labor, materials, tools and equipment for the completed installation, backfilling and testing of the PVC pipe, together with all incidentals necessary to install the pipe complete in place,per linear foot. 026210 Page 2 of 2 Rev.3-25-2015 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 028020 SEEDING 1. DESCRIPTION This specification shall govern all work necessary for tilling, fertilizing, planting seeds, mulching, watering and maintaining vegetation required to complete the project. 2. MATERIALS 2.1 FERTILIZER: All fertilizer shall be delivered in bags or clearly marked containers showing the analysis, name, trademark and warranty. The fertilizer is subject to testing by the State Chemist in accordance with the Texas fertilizer law. Fertilizer shall have an analysis of 12-12-12 (percent of nitrogen, phosphoric acid and potash) as determined by the Association of Official Agricultural Chemists. Fertilizer shall be free flowing and uniform in composition. 2.2 SEED: Seed shall be labeled and meet the requirements of the Texas Seed Law. Labels shall indicate purity, germination, name and type of seed. Seed furnished shall be of the previous season's crop, and the date of analysis shown on each bag shall be within twelve months of delivery to the project. The quantity of"Commercial Seed" required to equal the quantity of"Pure Live Seed" shall be computed by the following formula: Commercial Seed=Pure Live Seed x 10,000 %Purity x % Germination The quantity of pure live seed and type required are indicated below. Mixture A or C shall be used for this project, depending on the time of the year planting is performed. LB/ACRE OF PURE LIVE SEED FOR MIXTURES COMMON NAME SCIENTIFIC NAME A B C Green Sprangletop Leptochloa Dubia 1.4 1.4 - Sideoats Grama(premier) Bouteloua Curtipendula 0.6 - 0.6 Bermudagrass (Hulled) Cynodon Dactylon 7.0 7.4 - Bermudagrass (Unhulled) Cynodon Dactylon - - 30.0 K-R Bluestem Andropogon Ischaemum 1.2 1.2 1.5 Buffalograss Buchloe Dactyloides - 4.2 - Annual Ryegrass Lolium Multiflorum 5.0 5.0 20.0 Mixture-A: Recommended for clay or tight soil planted between December 1 thru May 1. Mixture-B: Recommended for sandy soil planted between December 1 thru May 1. Mixture- C: Recommended for all soils planted between May 2 thru November 30. 028020 Page 1 of 4 Rev.3-25-2015 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 2.3 MULCH: Mulch shall be either the straw type or wood cellulose fiber type. Straw Type mulch shall be of straw from stalks of domestic grain, Bermudagrass or cotton hulls, or other approved by the Engineer. Wood Cellulose Fiber Type mulch shall have no growth inhibiting ingredients and shall be dried with a moisture content less that 10% by weight. Fibers shall be dyed an appropriate color to facilitate visual metering and application of mulch. The cellulose fiber shall be manufactured so that after addition and agitation in slurry tank with fertilizers, seeds and other approved additives, the fibers in the material will become uniformly suspended to form a homogeneous slurry; when sprayed on the ground, the material shall form a uniform cover impregnated with seeds; the cover shall allow added water to percolate to the underlying soil. The fiber material shall be supplied in packages of not more than 100 lb. gross weight and shall be marked by the manufacturer to indicate the dry weight content. 2.4 EQUIPMENT: The fertilizing, seeding and/or mulching operations shall be accomplished with equipment suitable to the required function. It shall be of current design and in good operating condition. Special seeding and mulching equipment must also meet the following requirements: Seeder - Equipment for applying a seed-fertilizer mix shall be a hydraulic seeder designed to pump and discharge a waterborne, homogeneous slurry of seed and fertilizer. The seeder shall be equipped with a power driven agitator and capable of pressure discharge. Straw Mulch Spreader - Equipment used for straw mulch application shall be trailer mounted, equipped with a blower capable of 2000 r.p.m. operation, and that will discharge straw mulch material through a discharge boom with spout at speeds up to 220 feet per second. The mulch spreader shall be equipped with an asphalt supply and application system near the discharge end of the boom spout. The system shall apply asphalt adhesive in atomize form to the straw at a predetermined rate. The spreader shall be capable of blowing the asphalt-coated mulch, with a high velocity airstream, over the surface at a uniform rate, forming a porous, stable erosion-resistant cover. Wood Cellulose Fiber Mulch Spreader - Equipment used for this application of fertilizer, seeds, wood pulp, water and other additives shall have a built-in agitation system with sufficient capacity to agitate, suspend and homogeneously mix a slurry containing up to 40 lbs. of fiber plus the required fertilizer solids for each 100 gallons of water. It shall have sufficient agitation and pump capacity to spray a slurry in a uniform coat over the area to be mulched. 028020 Page 2 of 4 Rev.3-25-2015 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 3. CONSTRUCTION METHODS 3.1 PREPARATION OF SEEDBED: The area to be treated along with requirements for seed, fertilizer and other treatments, shall be done as indicated on the drawings and as specified below. Clearing—Refer to City Standard Specification Section 021020, "Site Clearing and Stripping". Grading - Refer to City Standard Specification Section 021040, "Site Grading". Tilling - The area to be seeded shall be tilled to a depth of 4 to 6 inches by disking,plowing, or other approved methods until soil condition is acceptable. Topsoiling — If the native soils are not conducive to the establishment and maintenance of grass growth, or if called for on the drawings,topsoil shall be placed over the area to be seeded to a depth of 5 inches after tilling. Topsoil shall have a pH range of 5.5 to 7; shall contain between 2 and 20 percent organic material content in accordance with ASTM D5268; and shall be free of stones larger than one inch, debris, and extraneous materials harmful to plant growth. 3.2 FERTILIZING: Fertilizer shall be uniformly applied at a rate of 400 lb/acre, after tilling. Fertilizing and seeding shall be done concurrently. If seeds and fertilizer are distributed in a water slurry, the mixture shall be applied to the area to be seeded within 30 minutes after all the components have come into contact. 3.3 SEEDING: The seed mixture shall be uniformly distributed at the rate specified above. Broadcast Seeding - Seed shall be placed with fertilizer, after tilling. After planting, the area shall be rolled on contour with a corrugated roller. Straw Mulch Seeding - Seed shall be placed with fertilizer, after tilling. After placement of the seed and fertilizer mixture, straw mulch shall be uniformly placed at a rate of 2 tons per acre. As soon as the mulch has been spread, it shall be anchored to the soil a minimum depth of 3 inches by use of a heavy, dulled disk harrow, set nearly straight. Disks shall be set approximately 9 inches apart. Straw Mulch With Asphalt Seeding - Seed, fertilizer and straw mulch shall be placed as described in "Straw Mulch Seeding" with the following two exceptions: 1) An asphalt-water emulsion shall be applied to the mulch near the discharge end of the boom spout at a rate of 300 to 600 gallons per acre. 2)Mechanical anchoring by disking will not be required. Asphalt Mulch Seeding - The seed and fertilizer shall be placed as described for 'Broadcast Seeding". After the area has been rolled, the area shall be watered sufficiently to assure a uniform moisture to a minimum depth of 4 inches. An asphalt-water emulsion shall be applied at a rate of 1500 to 1800 gallons per acre, immediately after watering. Asphalt shall be applied to the area in such a manner that a complete film is obtained and the finished surface shall be 028020 Page 3 of 4 Rev.3-25-2015 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 comparatively smooth. Wood Cellulose Fiber Mulch Seeding - After tilling, mulch shall be applied. Wood cellulose fibers shall be added to the hydraulic seeder after the proportionate amounts of seed, fertilizer, water and other approved materials are added. Application shall be 1500 lb./acre on flats, 2000 lb./acre on slopes up to 3:1, and 2500 lb./acre on slopes steeper than 3:1. One hundred (100)pounds of fiber per acre shall be used when asphalt is to be applied over cellulose mulch. The mulch shall provide a uniform cover over the soil surface. Asphalt Over Wood Cellulose Fiber Mulch Seeding - "Wood Cellulose Fiber Mulch Seeding" shall be done as described above. After mulch has been placed, an asphalt-water emulsion shall be uniformly spread over the mulch at a rate of 1200 gallons per acre. 3.4 MAINTENANCE: The Contractor shall water, repair and reseed areas as required for a period of 45 days or until growth has been established, whichever is longer. This includes erosion damage. Maintenance does not include mowing or weed control, unless indicated on the plans. If at any time the seeded area becomes gullied or otherwise damaged, or the seeds have been damaged or destroyed, the affected portion shall be re-established to the specified condition prior to acceptance of the work. 3.5 GUARANTEE: The Contractor shall assure 95% of the seeded area has established grass growth at 45 calendar days after seeding, unless indicated otherwise on the drawings. Where established, grass growth is defined as at least one plant per square foot with no bare spots larger than three (3) square feet. The Contractor shall re-establish grass growth as directed by the Engineer during the one-year warranty period. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, seeding will be measured by the horizontal square yard of area seeded within the areas designated on the drawings. Areas disturbed by the Contractor that are outside of the designated areas (such as field office, laydown/ storage area, stockpile areas, etc.) shall be seeded by the Contractor for erosion control per the stormwater pollution prevention plan but will not be measured for payment. Payment shall be full compensation for all labor, materials, tools, equipment and incidentals necessary to complete the work, and shall include, but not be limited to, tilling soil, topsoiling, fertilizing, planting, mulching, watering and maintaining vegetation. Payment shall be due and payable only after grass growth has been established as described above. 028020 Page 4 of 4 Rev.3-25-2015 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 03 10 00 CONCRETE FORMWORK PART 1 GENERAL 1.01 SCOPE OF WORK A. This section defines requirements for design, construction, erection and removal of concrete formwork. 1.02 RELATED WORK A. Coordinate the requirements of this section with all other Sections and Contract Documents. 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and Contract Documents. B. Submit manufacturer's literature, data and installation instructions for all proprietary materials, manufactured form systems, ties and accessories. 1.04 REFERENCE STANDARDS A. American Concrete Institute (ACI). 1. ACI 117: Specifications for Tolerances for Concrete Construction and Materials. 2. ACI 301: Specifications for Structural Concrete. 3. ACI 347: Guide to Formwork for Concrete. 1.05 QUALITY ASSURANCE A. Design Criteria for Formwork, Falsework and Shoring-Reshoring 1. The design and engineering of all concrete formwork, including all bracing, shall be the sole responsibility of the Contractor. 2. Design for loads, lateral pressure, and allowable stresses as described in ACI 347. Design for all lateral loads and other applicable requirements of controlling local building codes. 3. Design formwork to be readily removed without impact, shock, or damage to concrete surfaces and adjacent materials. 4. Design for fresh concrete as the pressure exerted by a liquid weighing 150 pounds per cubic foot. Additionally, the rate of concrete placement, concrete temperature and all other pertinent factors shall be taken into account. 5. Design for all construction loads imposed during construction. 6. Forms shall have adequate stiffness to maintain mortar-tightness and true final dimensions of member being constructed within specified construction tolerances. B. Alignment Control &Allowable Tolerances CORP2000479 03 1000-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CONCRETE FORMWORK DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1. Construct and erect formwork in accordance with ACI 117, ACI 301 and ACI 347. 2. True alignment of walls and other vertical surfaces having straight lines shall be controlled and checked. Forming shall be arranged with provisions for adjusting the horizontal alignment after the form has be filled with concrete. Establish a transit line or other reference so that adjustments can be made to an established line while the concrete is still plastic. 1.06 PROJECT DESCRIPTION/DESIGN REQUIREMENTS 1.07 DELIVERY, HANDLING AND STORAGE A. Store materials above ground on framework or blocking. Cover wood for forms and other accessory materials with protective waterproof covering, providing for adequate ventilation. Store materials in accordance with all manufacturer's recommendations. B. Form lumber shall be delivered to the job site as far in advance of its use as is practical, and shall be carefully stacked clear of the ground in such a manner as to facilitate air- drying. C. Handle materials to prevent damage in accordance with the manufacturer's recommendations. 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 WARRANTY/EXTENDED WARRANTY (NOT USED) PART 2 PRODUCTS 2.01 MATERIALS A. Lumber & Plywood 1. Properly seasoned and of good quality; free from loose or unsound knots, holes, shakes, splits, decay and other imperfections that would affect its strength or adversely affect the finished concrete surface. B. Form Release Agent: 1. A ready to use water based material formulated to eliminate or reduce surface imperfections free of kerosene, mineral oils, waxes or resins. 2. Release agent shall not discolor or injuriously affect the finished concrete surface, subsequent coatings or concrete curing. C. Coating for Plastic Forms 1. Alkali-resistant gel-coat. 2.02 FABRICATIONS A. Forms 1. General CORP2000479 03 1000-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CONCRETE FORMWORK DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 a. Chamfers: Provide a chamfer on all exposed edges by using either wooden or plastic chamfer strips. Chamfer strips shall be a forty-five degree right triangle in section with the two shorter sides measuring 3/4-inch. 2. Smooth Forms: a. Construct formwork with plywood; tempered, concrete-form hardboard; dressed lumber faced with plywood or fiberboard lining; metal; plastic; or metal-framed plywood-faced panel material acceptable to the Engineer to provide continuous, straight smooth surfaces. Form material will be free of raised grain, torn surfaces, worn edges, patches, dents or other defects. Furnish material in largest practical sizes to minimize the number of joints and, when shown on the drawings, conform to the joint system shown. Form material will have sufficient strength and thickness to withstand the pressure of newly placed concrete without bow or deflection. b. Smooth forms will be used on all concrete surfaces exposed to view or liquid in the completed structure. 3. Rough Forms: a. Construct forms of dressed or undressed lumber free of knots, splits, or other defects; plywood; metal; or other material acceptable to the Engineer. Material shall have sufficient strength and thickness to withstand the pressure of newly placed concrete without bow or deflection. b. Rough forms may be used on concrete surfaces that will not be exposed to view or liquid in the completed structure. B. Metal Forms 1. All specified requirements for "Forms" regarding design, mortar tightness, geometry, bevels, chamfers, bracing, alignment, removal, re-use, oiling, etc. shall apply equally to metal forms. 2. Metal used for forms shall have adequate thickness to remain true to shape. Clamps, pins and other connecting devices shall be designed to hold the forms rigidly together and allow form removal without injury to the concrete. 3. Bolt and rivet heads on exposed surfaces shall be countersunk. 4. Metal forms that do not present a smooth surface free from rust, grease or other foreign materials that discolor concrete shall not be used. 2.03 FORM ACCESSORIES A. Form Ties 1. Form ties shall be of the removable end, permanently embedded body type and shall have sufficient strength and rigidity to support and maintain the form in proper position and alignment without the use of auxiliary spreaders. 2. Ties of a type intended to be entirely removed shall be coated with an acceptable lubricant to safeguard against damaging the concrete during such removal. The use of wire ties will not be permitted. 3. Use removable cones of one-inch by one-inch minimum size on the end of the form tie. 4. Grout depressions left in concrete by the cones with non-shrink grout after the ends of the cones have been removed. CORP2000479 03 1000-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CONCRETE FORMWORK DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 B. Form Sealer 1. Surface sealer that will not bond with, stain, or adversely affect concrete surfaces, and will not impair subsequent treatments of concrete surfaces when applied to most forms or form liners. A ready-to-use water based material formulated to reduce or eliminate surface imperfections, containing no mineral oil or organic solvents. Environmentally safe, meeting local, state, and federal regulations. PART 3 EXECUTION 3.01 FORM CONSTRUCTION A. General 1. All formwork work platforms shall be safe and conform to OSHA Requirements. 2. Construct and maintain formwork, complying with ACI 347 and this Section so that it will maintain correct sizes of members, shape, alignment, elevation and position during concrete placement and until concrete has gained sufficient strength. Provide for openings, offsets, sinkages, keyways, recesses, moldings, anchorages and inserts, as required. 3. Construct forms for easy removal without damage to concrete surfaces. 4. Formwork shall be sufficiently tight to prevent leakage of cement paste during concrete placement. Solidly butt joints and provide backup material at joints as required to prevent leakage and fins. 5. Chamfer strips shall be placed in forms to bevel all edges and corners permanently exposed to view, except the top edges of walls and slabs which are shown to be tooled. Edges of formed joints and interior corners shall not be beveled unless shown or specified otherwise. Equipment bases shall have formed beveled edges for all vertical and horizontal corners. Unless otherwise noted, bevels shall be 3/4- inch wide. 6. Form ties shall be employed in such places and at such intervals as to securely hold the forms in position during the placing of concrete, and to withstand the weight and pressure of the wet concrete. 7. If runways are required for moving equipment, provide for support of runways with struts or legs resting directly on the formwork or structural member. Do not allow runways or supports to rest on reinforcing steel. 8. Provide openings below large pipe (over 10" diameter) or large embedments to allow adequate concrete fill and minimize honeycombs and voids. 9. Construct forms with such care as to produce concrete surfaces which will not have unsightly or objectionable form marks in exposed concrete surfaces. Forms shall have all contact surfaces thoroughly cleaned before reuse. B. Forms for Surfaces Exposed to View or Liquids: 1. Drill forms to suit ties used and to prevent leakage of concrete mortar around tie holes. Form ties shall be uniformly spaced and aligned in rows. 2. Provide sharp, clean corners at intersecting planes, without visible edges or offsets. Back joints with extra studs or girts to maintain true, square intersections. 3. Form molding shapes, recesses and projections with smooth-finish materials and install in forms with sealed joints to prevent displacement. CORP2000479 03 1000-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CONCRETE FORMWORK DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 4. Form exposed corners of beams and columns to produce square, smooth, solid, unbroken lines. Provide all exterior exposed corners with 3/4-inch chamfer. 5. Arrange facing material in an orderly and symmetrical fashion. Keep the number of seams to a practical minimum. Support facing material adequately to prevent deflection in excess of allowable tolerances. 6. For flush surfaces exposed to view in the completed structure, overlap previously placed hardened concrete with form sheathing by approximately 1-inch. Hold forms against hardened concrete to maintain true surfaces, preventing offsets or loss of mortar. C. Edge Forms and Screed Strips for Slabs: Set edge forms or bulkheads and intermediate screed strips for slabs to obtain required elevations and contours in the finish slab surface. Provide and secure units to support types of screeds required. D. Surface to Receive Membrane Waterproofing: Provide chamfers for external corners in concrete surfaces that will be covered with membrane waterproofing. Provide a continuous reglet at line of top of membrane waterproofing on vertical surfaces. Coordinate location with waterproofing applicators. 3.02 TOLERANCES A. Construct formwork so that concrete surfaces will conform to tolerance limits as listed in ACI 117, ACI 301 and ACI 347. B. Establish sufficient control points and bench marks as references for tolerance checks. Maintain these references in undisturbed condition until final completion and acceptance of the project. 3.03 ADJUSTMENTS OF FORMWORK A. Use wedges or jacks to provide positive adjustment of shores and struts. Wedges used for final adjustment of forms should be fastened in position after final inspection and before concrete placement. B. Securely brace forms against lateral deflections. Prepare to compensate for settling during concrete placement. C. For wall openings, construct wood forms that facilitate any necessary loosening to counteract swelling of forms. 3.04 PREPARATION OF FORM SURFACES A. Before placing concrete, clean surfaces of forms and embedded materials. Remove accumulated mortar, grout, rust and other foreign matter. B. Coat forms for exposed or painted concrete surfaces with form oil or form-release agent before placing reinforcement. Cover form surfaces with coating material used in strict accordance with the Manufacturer's printed instructions. Do not allow excess coating material to accumulate in forms or to contact hardened concrete against which fresh CORP2000479 03 1000-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CONCRETE FORMWORK DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 concrete will be placed. Remove coating material from reinforcement before placing concrete. C. Other than retained-in-place metal forms, forms for unexposed surfaces may be wet with water immediately before concrete placement in lieu of coating. One exception is that when a possibility of freezing temperatures exists, use of a coating is mandatory. 3.05 REMOVAL OF FORMS A. Forms shall not be removed until the concrete has adequately hardened and set. Clamps or tie rods may be loosened twenty-four (24) hours after the concrete is placed; ties, except for a sufficient number to hold the forms in place, may be removed at that time. B. Forms on vertical surfaces, when repair of surface defects or finishing is required before concrete is aged, may be removed as soon as concrete has hardened sufficiently to resist damage from removal operations. C. Remove top forms on sloping surfaces of concrete as soon as concrete has attained sufficient stiffness to prevent sagging. Loosen wood forms for wall openings as soon as this can be accomplished without damage to concrete. Formwork for columns, walls, sides of beams, and other parts not supporting weight of concrete may be removed provided that concrete has hardened sufficiently to resist damage from removal operations and provided the removal of these forms will not disturb members supporting the weight of the concrete. D. If removal of formwork occurs before required curing is complete, exposed concrete surfaces shall be cured immediately after the removal of formwork until all curing requirements are met. See Section 03 30 00 for curing requirements. 3.06 FORM REUSE A. Do not reuse forms that are worn or damaged beyond repair. Thoroughly clean and recoat forms before reuse. For wood and plywood forms to be used for exposed smooth finish, sand or otherwise dress concrete contact surface to original condition or provide form liner facing material. For metal forms, straighten, remove dents and clean to return to original condition. END OF SECTION CORP2000479 03 1000-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CONCRETE FORMWORK DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 03 15 19 CAST-IN CONCRETE ANCHORS PART 1 GENERAL 1.01 SCOPE OF WORK A. This sections includes the provision of anchor bolts, expansion anchors and concrete inserts including but not limited to: 1. Rails. 2. Sluice gates. 3. Hangers and brackets. 4. Equipment. 5. Piping. 6. Grating and floor plate. 7. Electrical, Plumbing and HVAC Work. 8. Wood and plastic fabrications B. This Section includes all bolts, anchors and inserts required for the Work but not specified under other Sections. 1.02 RELATED WORK A. Section 05 50 00 — Miscellaneous Metal Fabrications 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Samples: Submit the following: 1. Representative samples of bolts, anchors and inserts as may be requested by the Owner's Representative. Review will be for type and finish only. Compliance with all other requirements is exclusive responsibility of Manufacturer/Contractor. C. Shop Drawings: Submit for review/acceptance the following: 1. Setting drawings and templates for location and installation of anchorage devices. 2. Copies of Manufacturer's specifications, load tables, dimension diagrams and installation instructions for the devices. 1.04 REFERENCE STANDARDS A. ASTM A193, Type 316 Stainless Steel Bolting Materials. B. ASTM A307, Carbon Steel Externally and Internally Threaded Standard Fasteners. C. Construction Quality Management Plan. CORP2000479 03 15 19-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CAST-IN-CONCRETE ANCHORS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1.05 QUALITY ASSURANCE (NOT USED) 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS A. When the size, length or load carrying capacity of an anchor bolt, expansion anchor, or concrete insert is not shown on the drawings, provide the size, length and capacity required to carry the design load times a minimum safety factor of four. B. Determine design loads as follows: 1. For equipment anchors, use the design load recommended by the Manufacturer and accepted by the Owner. 2. For pipe hangers and supports, use one half the total weight of pipe, fittings, valves, accessories and water contained in pipe, between the hanger or support in question and adjacent hangers and supports on both sides. 3. Allowances for vibration are included in the safety factor specified above. 1.07 DELIVERY, HANDLING AND STORAGE (NOT USED) 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 EXTENDED WARRANTY (NOT USED) PART 2 PRODUCTS 2.01 MATERIALS A. Anchor Bolts: 1. Provide stainless steel bolts complying with ASTM A193, Type 316 SS. Other AISI types may be used subject to owners' acceptance. B. Expansion Anchors: 1. All expansion bolts shall be 316 stainless steel. 2. All expansion bolts shall have a 4:1 safety factor with a minimum working capacity as follows: Bolt size 7/8" 3/4" 1/2" 3/8" Minimum Shear Strength 5250# 4250# 1650# 625# Minimum Pullout Strength 5250# 4250# 1300# 1030# Minimum Embedment 7" 5" 3-1/2" 3-1/2" 3. Size required for the concrete strength specified. 4. Stud type (male thread) or flush type (female thread), as required. 5. UL or FM approved. 6. Provide MANUFACTURERS's technical literature and test reports from an accredited independent testing laboratory showing certified bolt capacities for expansion bolts proposed for use on this project. 7. Product and Manufacturer: HILTI, Incorporated or approved equal. CORP2000479 03 15 19-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CAST-IN-CONCRETE ANCHORS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 C. Adhesive Anchors (capsule anchors) 1. Adhesive anchors shall consist of all-thread anchor rod, nut, washer, and adhesive. Anchor rods to be manufactured from ASTM 316 stainless steel which meets the requirements of ASTM F593. Anchor rods shall have rolled threads. The adhesive shall contain a vinylester resin, quartz and aggregate and hardener as equal to the Hilti HVA adhesive, Hilti HIT RE 500 adhesive, HIT HY 150 adhesive. When temperatures drop below 40°F, use Hilti HIT-ICE/HIT-HY 150 adhesive or approved equal. D. Concrete Inserts: 1. For piping, grating and floor plate, provide malleable iron inserts. 2. Provide those recommended by the Manufacturer for the required loading. 3. Finish shall be black. 4. Concrete shall be UL and FM approved. E. Powder actuated fasteners and other types of bolts and fasteners not specified herein shall not be used unless accepted by Owner. PART 3 EXECUTION 3.01 INSTALLATION A. Drilling equipment used and installation of expansion anchors shall be in accordance with Manufacturer's instructions. B. Assure that embedded items are protected from damage and are not filled in with concrete. C. Expansion anchors may be used for hanging or supporting pipe two inches in diameter and smaller. Expansion anchors shall not be used for larger pipe unless otherwise shown or accepted by the Owner. D. Use concrete inserts for pipe hangers and supports for the pipe size and loading recommended by the insert Manufacturer. E. Unless otherwise shown or accepted by Owner conform to following for expansion anchors: 1. Minimum embedment depth as defined in 2.02 B. 2. Minimum anchor spacing on centers: ten diameters. 3. Minimum distance to edge of concrete: five diameters. 4. Increase dimensions above if required to develop the required anchor load capacity. 3.02 CLEANING A. After embedding concrete is placed, remove protection and clean bolts and inserts. 3.03 REPAIR OF DEFECTIVE WORK A. Remove and replace misplaced or malfunctioning anchors. CORP2000479 03 15 19-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CAST-IN-CONCRETE ANCHORS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 B. Fill empty anchor holes and patched failed anchor locations with high-strength, non- shrink, non-metallic grout. C. Anchors that fail to meet proof load of installation torque requirements shall be regarded as malfunctioning. END OF SECTION CORP2000479 03 15 19-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CAST-IN-CONCRETE ANCHORS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 03 20 00 CONCRETE REINFORCEMENT PART 1 GENERAL 1.01 SCOPE OF WORK A. This section specifies requirements for all concrete reinforcement. 1.02 RELATED WORK A. Coordinate the requirements of this section with all other sections of Division 03 — Concrete. 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Certificates: Submit the Manufacturer's certificate giving the properties of steel proposed for use. List the Manufacturer's test number and heat number, chemical analysis, yield point, tensile strength, and percent elongation. Also identify on the certificates the proposed location of the steel in the work. C. Bill of Materials: Submit bills of materials to be reviewed with shop drawings. D. Shop Drawings: 1. Show reinforcement fabrication, bar placement location, splices, spacing and bar designation, bar type, length, size, bending, number of bars, bar support type, and other pertinent information, including dimensions. Information must correspond directly to data listed on the bill of materials. 2. Provide sufficient detail to permit placement of reinforcement without use of design drawings. Reproduction of design drawings for use as shop drawings is not permitted. Do not begin fabrication of reinforcing steel until after shop drawings have been reviewed by the Owner's Representative. 3. Detail shop drawings in accordance with ACI 315. 4. Rebar submittal shall include following information. a. Grade of bars. b. Table of bending dimensions, bar size, bar length, number of bars and spacing. c. The reinforcing shall be listed separately for each structural element (wall, slab, footing, beam, etc.). Each element shall be labeled on the bar list and clearly identified on the shop drawings. d. Each bar shall be identified such as corner bars, tie bars, vertical bars, etc. E. Quality Control Submittals. 1. Mill Test Reports. CORP2000479 03 2000-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CONCRETE REINFORCEMENT DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 a. Provide certified copies, evidencing compliance with the requirements of these Specifications, shall be delivered to the Owner with all deliveries of reinforcing steel. 1.04 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM): 1. ASTM A36: Standard Specification for Carbon Structural Steel. 2. ASTM A184: Standard Specification for Welded Deformed Steel Bar Mats for Concrete Reinforcement. 3. ASTM A615: Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement. 4. ASTM A1064: Standard Specification for Carbon Steel Wire and Welded Wire Reinforcement, Plain and Deformed, for Concrete. B. American Concrete Institute (ACI): 1. ACI 117: Specifications for Tolerances for Concrete Construction and Materials. 2. ACI 301: Specifications for Structural Concrete. 3. ACI 315: Details and Detailing of Concrete Reinforcement. 4. ACI 318: Building Code Requirements for Structural Concrete. 5. ACI 350: Code Requirements for Environmental Engineering Concrete Structures. C. Concrete Reinforcing Steel Institute (CRSI): 1. CRSI: Manual of Standard Practice. 2. CRSI: Placing Reinforcing Bars. D. American Welding Society (AWS): 1. D1.4: Structural Welding Code — Reinforcing Steel. E. Wire Reinforcement Institute (WRI): 1. WWR-500-R: Manual of Standard Practice—Structural Welded Wire Reinforcement. 1.05 QUALITY ASSURANCE (NOT USED) 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, STORAGE, AND HANDLING A. Unloading, storing and handling bars on the job shall meet CRSI publication "Placing Reinforcing Bars", and the following: 1. Deliver steel with suitable hauling and handling equipment. 2. Tag steel for easy identification. 3. Store reinforcing on blocking or by other means to prevent contact with the ground. 4. Protect reinforcing, as far as practicable, from mechanical injury, surface deterioration and rusting caused by exposure to the weather. CORP2000479 03 2000-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CONCRETE REINFORCEMENT DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 WARRANTY/EXTENDED WARRANTY (NOT USED) 1.10 NOTIFICATION A. Notify the Owner's Representative at least 48 hours before concrete placement so that reinforcement may be inspected and errors corrected without delaying the work. PART 2 PRODUCTS 2.01 REINFORCEMENT A. Deformed Bars: 1. Use Grade 60 deformed bars conforming to ASTM A615 unless indicated otherwise in the drawings. 2. Where welding of reinforcement is called for in the Drawings, use Grade 60 deformed bars conforming to ASTM A706. B. Welded Wire Fabric: 1. Welded Deformed Wire Fabric. Conform to ASTM A1064 unless indicated otherwise in the drawings. 2. Provide wire size, spacing and type as shown. C. Marking: Clearly mark all bars and welded wire fabric with waterproof tags showing the number of bars, size, mark, length and yield strength. Mark steel with the same designation as the member in which it occurs. Key marks to the concrete placement number as designated on the concrete place sequence shop drawings. 2.02 TIE WIRE A. Provide 16-gauge, black, soft-annealed wire where tie wire is not closer than 1 inch from surface of form after tying in place. B. Provide nylon-, epoxy-, or plastic-coated tie wire to fasten non-coated reinforcing steel, unless tie wire is bent to maintain a minimum of 1 inch from surface of form. C. Provide coated tire wire to fasten epoxy coated reinforcing steel. 2.03 BAR SUPPORTS A. Provide chairs, riser bars, ties and other accessories made of metal, except as otherwise specified. Bar supports and accessories shall be of the sizes required to provide concrete cover as specified. Metal bar supports and accessories shall be Class 1 or 2 conforming to the requirements of CRSI Manual of Standard Practice. 2.04 FABRICATION A. Bending: CORP2000479 03 2000-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CONCRETE REINFORCEMENT DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1. Shop fabricate bars to the shapes shown on the drawings by cold bending. Bends shall conform to the minimum bend diameters specified in ACI 318. Do not heat, straighten or rebend bars without specific written approval from the Engineer. 2. Field bending of bars is not permitted. B. Splices: 1. Locate splices as shown on the drawings. Where it is necessary to splice reinforcement at locations other than shown on the drawings, the splices shall be clearly located in the Shop Drawings for review by the Engineer. 2. Use a minimum number of splices located at the points of minimum stress. Stagger splices in adjacent bars. 3. Length of lap splices shall be in accordance with ACI 315, unless called out in the Drawings. When there is a conflict between ACI 315 and the Drawings, the more restrictive provision shall apply. C. Fabrication Tolerances: 1. Bars must conform to the fabrication tolerances listed in all reference specifications. When there is a conflict in the reference specifications the more restrictive requirement shall apply. PART 3 EXECUTION 3.01 GENERAL A. Meet all requirements of the ACI, CRSI and WRI documents referenced in this Section. 3.02 CLEANING A. Clean reinforcement of all scale, loose or flaky rust or other foreign material, including oil, mud or coating that will reduce the bond to concrete. 3.03 PLACING REINFORCING BARS A. Placement in Forms: 1. Use spacers, chairs, wire ties and other accessory items necessary to properly assemble, space and support reinforcing. Wire ties through forms and temporary spacers will not be allowed. 2. Provide accessories of sufficient number, size and strength to adequately prevent deflection or displacement of reinforcement due to construction loads or concrete placement. Use appropriate accessories to position and support bolts, anchors and other embedded items. Tie reinforcing bars at each intersection and to accessories. Blocking reinforcement with concrete or masonry is prohibited. B. Placement for Concrete on Ground: 1. Support reinforcement on precast concrete blocks spaced at approximately 3 feet on centers each way. Use a minimum of one block for each 9 square feet. Tie blocks to at least one reinforcing bar using tie wires embedded in the block. C. Placement Tolerances: CORP2000479 03 20 00-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CONCRETE REINFORCEMENT DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1. Meet the placement tolerances listed in all reference specifications. When there is a conflict in the reference specifications the more restrictive requirement shall apply. D. Interferences: 1. If reinforcing interferes with the location of other reinforcing steel, conduits or embedded items, bars may be moved within specified tolerances or one bar diameter whichever is greater. If greater movement of bars is required to avoid interference, notify the Engineer. Do not cut reinforcement to install inserts, conduits, mechanical openings or other items without approval of the Engineer. E. Protection, Spacing and Positioning: 1. Conform to reviewed shop drawings, Project Drawings, and all applicable reference specifications. When there is a conflict in the reference specifications the more restrictive requirement shall apply. 2. Bundle or space bars as approved on shop drawings, instead of bending where construction access through reinforcing is necessary. F. Splices: 1. Do not splice bars, except at locations shown on the Drawings or the reviewed Shop Drawings, without approval of the Engineer. 2. Lap Splices: Tie securely with wire to prevent displacement of splices during placement of concrete. 3. Stagger splices in adjacent bars. G. Construction Joints. 1. Place reinforcing continuous through construction joints. H. Reinforcement Around Openings: 1. Place an equivalent area of steel around pipe or opening and extend on each side sufficiently to develop bond in each bar unless otherwise noted in the Drawings. 2. Refer to Details on Drawings for bar extension length of each side of opening. 3. Where welded wire fabric is used, provide extra reinforcing using fabric or deformed ba rs. 3.04 PLACING WELDED WIRE FABRIC A. Install wire fabric in as long lengths as practicable. Lap adjoining pieces at least one full mesh plus 2 inches, or 6 inches, whichever is larger. Do not make end laps midway between supporting beams, or directly over beams of continuous structures. Offset end laps in adjacent widths to prevent continuous laps. B. Tie laps and splices securely at ends and at least every 24 inches with 16-gauge black annealed steel wire. C. Place welded wire fabric on concrete blocks at proper distance above bottom of slab and rigidly support equal to that furnished for typical deformed bar reinforced steel. D. Do not use fabric that has been rolled. Install flat sheets only. CORP2000479 03 2000-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CONCRETE REINFORCEMENT DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 3.05 WELDING A. Welding of reinforcement is not permitted unless called for in the Drawings or without written approval of the Engineer. B. All welding shall conform to the requirements of AWS D1.4. 3.06 FIELD BENDING A. Field bending of reinforcing steel bars is not permitted without written permission of the Engineer. 3.07 FIELD CUTTING A. Reinforcing bars cut on the job shall be cut by shearing or sawing. Do not cut bars with a cutting torch. END OF SECTION CORP2000479 03 2000-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CONCRETE REINFORCEMENT DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 03 30 00 CAST-IN-PLACE CONCRETE PART 1 GENERAL 1.01 SCOPE OF WORK A. This section contains all requirements for cast-in-place structural concrete. 1.02 RELATED WORK A. Coordinate the requirements of this section with all other sections of Division 03 — Concrete. 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Submit for review a proposed design mix for each concrete strength and class required by these Specifications. Failure to include any items of information noted in this paragraph for a given concrete strength or type will be cause for requirement of a resubmittal. Information to be submitted for each strength and class shall include the following items: 1. Concrete mix design a. Constituent quantities per cubic yard. b. Sources of all concrete mix components including coarse aggregate, fine aggregate, cement, water, admixtures, and pozzolans where included. c. Cement type and manufacturer, include chemical analysis (mill test report) for each cement type to be used. d. Pozzolan type and source; include chemical analysis for each pozzolan type to be used. e. Water/cement ratio, by weight. f. Air content. g. Mix design slump. h. Average compressive strengths conforming to the requirements of ACI 318 at 28 days. Provide both average strengths and sample standard deviation. Provide results at 7 and 14 days if available. i. Laboratory shrinkage test results for concrete mix designs, where specified. 2. Aggregate: a. Laboratory sieve analysis, conforming to ASTM C33. b. Verification that aggregate is not "deleterious," or "potentially deleterious." Provide documentation or other certification that aggregate does not contain deleterious substances and has been used without issues on previous projects. 3. Admixtures. Submit Manufacturer's data brochures on all admixtures proposed for use and provide certification of compliance with specified ASTM standards for each admixture. CORP2000479 03 30 00-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CAST-IN-PLACE CONCRETE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 C. Submit concrete placement drawings showing pour sequence, lift numbers, locations of all joints, concrete mix being placed, concrete finishes, and all pertinent embedments including embedded plates, sleeves, pipes, conduits, anchors, etc., where applicable. Where the Drawings permit the Contractor to select joint locations, show the selected dimensions on the placement drawings. Approval of the placement drawings shall not relieve the Contractor of the responsibility of placing all concrete and embedments as specified. D. If cold weather or hot weather concrete conditions are anticipated on the Project, submit a work plan for cold weather concreting and/or for hot weather concreting, describing proposed methods and procedures for mixing, delivering, placing, finishing, and curing concrete. Submit plans well in advance of cold or hot weather job conditions. Include procedures to be implemented upon abrupt changes in weather conditions or due to equipment failures. If a plan for either is not submitted and cold or hot weather concrete conditions are present, the Contractor will not be allowed to pour concrete until a plan is received and reviewed as long as cold or hot weather conditions are present on the Project. E. Furnish a delivery ticket for ready mixed concrete to the Owner's Representative as each truck arrives. Each ticket shall provide a printed record of the weight of cement batched and each separate aggregate individually batched. Use the type of indicator that returns for zero punch or returns to zero after a batch is discharged. Clearly indicate the weight of fine and coarse aggregate, cement, and water in each batch, the quantity delivered, the time any water is added, and the numerical sequence of the delivery. Show the time of day batched and time of discharge from the truck. Indicate the number of revolutions of mix trucks. F. Submit Manufacturer's data sheets and product specifications for curing compounds and items specified in other Sections including form release agents, bonding agents, etc. Identify the locations where each will be used in the Work as a part of the submittal. G. Submitted data shall demonstrate compliance with all requirements of this Specification or deviations shall be clearly noted. 1.04 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM). 1. ASTM C31: Standard Practice for Making and Curing Concrete Test Specimens in the Field 2. ASTM C33: Standard Specification for Concrete Aggregates 3. ASTM C39: Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens 4. ASTM C42: Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete 5. ASTM C87: Standard Test Method for Effect of Organic Impurities in Fine Aggregate on Strength of Mortar 6. ASTM C94: Standard Specification of Ready-Mixed Concrete CORP2000479 03 30 00-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CAST-IN-PLACE CONCRETE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 7. ASTM C109: Standard Test Method for Compressive Strength of Hydraulic Cement Mortars 8. ASTM C125: Terminology Relating to Concrete and Concrete Aggregates 9. ASTM C143: Standard Test Method for Slump of Hydraulic Cement Concrete 10. ASTM C150: Standard Specification for Portland Cement 11. ASTM C156: Standard Test Method for Water Retention Through Liquid Membrane- Forming-Curing Compounds for Concrete 12. ASTM C171: Standard Specification for Sheet Materials for Curing Concrete 13. ASTM C172: Standard Practice for Sampling Freshly Mixed Concrete 14. ASTM C173: Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method 15. ASTM C191: Standard Test Method for Time of Setting of Hydraulic Cement by Vicat Needle 16. ASTM C192: Standard Practice for Making and Curing Concrete Test Specimens in the Laboratory 17. ASTM C231: Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method 18. ASTM C260: Standard Specification for Air-Entraining Admixtures for Concrete 19. ASTM C293: Standard Test Method for Flexural Strength of Concrete (Using Simple Beam with Center-Point Loading) 20. ASTM C309: Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete 21. ASTM C494: Standard Specification for Chemical Admixtures for Concrete 22. ASTM C595: Standard Specification for Blended Hydraulic Cements 23. ASTM C579: Standard Test Methods for Compressive Strength of Chemical- Resistant Mortars, Grouts, Monolithic Surfacings, and Polymer Concretes 24. ASTM C580: Standard Test Method for Flexural Strength and Modulus of Elasticity of Chemical-Resistant Mortars, Grouts, Monolithic Surfacings, and Polymer Concretes 25. ASTM C595: Standard Specification for Blended Hydraulic Cements 26. ASTM C618: Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete 27. ASTM C683: Standard Specification for Concrete Made by Volumetric Batching and Continuous Mixing 28. ASTM C806: Standard Test Method for Restrained Expansion of Expansive Cement Mortar 29. ASTM C827: Standard Test Method for Change in Height at Early Stages of Cylindrical Specimens of Cementitious Mixtures 30. ASTM C845: Standard Specification for Expansive Hydraulic Cement CORP2000479 03 30 00-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CAST-IN-PLACE CONCRETE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 31. ASTM C856: Standard Practice for Petrographic Examination of Hardened Concrete 32. ASTM C878: Standard Test Method for Restrained Expansion of Shrinkage- Compensating Concrete 33. ASTM C989: Standard Specification for Slag Cement for Use in Concrete and Mortars 34. ASTM C1017: Standard Specification for Chemical Admixtures for Use in Producing Flowing Concrete 35. ASTM C1077: Standard Practice for Agencies Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Testing Agency Evaluation 36. ASTM C1107: Standard Specification for Packaged Dry, Hydraulic-Cement Grout (Non-Shrink) 37. ASTM C1157: Standard Performance Specification for Hydraulic Cement 38. ASTM C1218: Standard Test Method for Water-Soluble Chloride in Mortar and Concrete 39. ASTM C1240: Standard Specification for Silica Fume used in Cementitious Mixtures 40. ASTM C1260: Test Method for Potential Alkali Reactivity of Aggregates (Mortar-Bar Method) 41. ASTM C1293: Standard Test Method for Determination of Length Change of Concrete Due to Alkali-Silica Reaction 42. ASTM C1602: Standard Specification for Mixing Water Used in the Production of Hydraulic Cement Concrete 43. ASTM E329: Standard Specification for Agencies Engaged in Construction Inspection, Testing, or Special Inspection B. American Concrete Institute (ACI). 1. ACI 117: Specification for Tolerances for Concrete Construction and Materials and Commentary 2. ACI 211.1: Standard Practice for Selecting Proportions for Normal, Heavy-weight and Mass Concrete. 3. ACI 214: Guide to Strength Test Results of Concrete 4. ACI 223: Guide for the Use of Shrinkage Compensating Concrete 5. ACI 301: Specification for Structural Concrete 6. ACI 302.1: Guide for Concrete Floor and Slab Construction 7. ACI 304: Guide for Measuring, Mixing, Transporting & Placing Concrete 8. ACI 304.2R: Placing Concrete by Pumping Methods 9. ACI 305R: Guide to Hot Weather Concreting 10. ACI 305.1: Specification for Hot Weather Concreting 11. ACI 306R: Guide to Cold Weather Concreting 12. ACI 306.1: Standard Specification for Cold Weather Concreting CORP2000479 03 30 00-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CAST-IN-PLACE CONCRETE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 13. ACI 308: Guide to Curing Concrete 14. ACI 308.1: Specification for Curing Concrete 15. ACI 309: Guide for Consolidation of Concrete 16. ACI 318: Building Code Requirements for Structural Concrete. 17. ACI 350: Code Requirements for Environmental Engineering Concrete Structures 1.05 QUALITY ASSURANCE A. Installer Qualifications: 1. An experienced installer who has completed concrete work of similar scope and complexity with similar materials as found on this Project. B. Manufacturer's Qualifications: 1. An experienced manufacturer of ready-mixed concrete products complying with ASTM C94 requirements for production facilities and equipment. Manufacturer must be certified by the National Ready Mix Concrete Association's Certification of Ready Mixed Concrete Production Facilities. C. Testing Agency Qualifications: 1. An experienced independent testing agency, acceptable to authorities having jurisdiction and the Engineer that is qualified according to ASTM C1077 and ASTM E329 to conduct the testing indicated. D. Source Limitations: 1. Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant, each aggregate from a single source and each admixture from the same manufacturer. 2. Sources of materials may not be changed during the Project without prior written approval of the Engineer. E. Concrete Consistency 1. Test for slump shall be performed at the job site immediately prior to placing in accordance with ASTM C143. Slump tests shall be performed for each batch of concrete to indicate workability and consistency from batch to batch. 2. If the slump is outside the allowed limits, the concrete shall be rejected. Concrete showing either poor cohesion or poor coating of the coarse aggregate with paste shall be remixed or rejected. 3. If the slump is within the allowable limit, but excessive bleeding, poor workability, or poor finishability are observed, the concrete shall be rejected and changes in the concrete mix shall be made only by an adjustment of one or more of the following: a. The gradation of aggregate. b. The proportion of fine and coarse aggregate. c. The percentage of entrained air, within the allowable limits. F. Concrete Temperature CORP2000479 03 30 00-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CAST-IN-PLACE CONCRETE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1. Concrete temperature shall be taken immediately before placement with the point of measurement being in the chute or bucket. 2. Perform temperature test for each batch and record result on batch ticket. 3. If fresh concrete temperature does not meet requirements in this section the concrete shall be rejected. G. Concrete Air Content 1. Test for air content shall be made on a fresh concrete sample for each batch prior to placing in forms. 2. Air content for concrete made of ordinary aggregates having low absorption shall be made in accordance with either ASTM C231, or ASTM C173. If light weight aggregates or aggregates with high absorptions are used, use ASTM C173. 3. If air content of fresh concrete does not meet requirements specified in this Section, the concrete shall be rejected. Do not place concrete that does not meet the air entrainment requirements of this Section. H. Compressive Strength 1. Compression test specimens shall be made, cured and tested in accordance with ASTM C31 and ASTM C39. 2. Compressive strength tests shall be made on cylinders at 7 and 28 days. The value of each test result shall be the average compressive strength of a minimum of 2 cylinders taken at the same time from the same batch of concrete. 3. Compressive test specimens shall be 6" x 12" cylinders; 4" x 8" cylinders are not permitted. 4. Sets of concrete test cylinders shall be cast for each concrete pour as follows. a. A"set" of test cylinders consists of a minimum of six cylinders, two to be broken and strengths averaged at seven days; and two broken and strengths averaged at 28 days. Two hold cylinders will remain unbroken so that they will be available to be broken upon unforeseen circumstances or upon the option of the Engineer to break cylinders at different times. b. A minimum of one"set"of cylinders will be made for each concrete pour up to 100 CY in volume. For pours larger than 100 CY, additional "sets"of cylinders will be made for each additional 100 CY or fraction thereof of concrete poured. 5. Evaluation of compressive strength for compliance with design requirements will be conducted by the Engineer per ACI 318 — Section 26.12 based on the results of the 28 day test. I. Failure to Meet Requirements 1. The Owner may withhold payment for any section of concrete which does not meet the requirements of the Plans and Specifications. Withheld payment shall be based upon unit prices established for concrete, if available. Payment shall be withheld until the unacceptable concrete has been repaired or removed and replaced or otherwise brought into conformance with the Plans and Specifications. 2. Concrete Strength CORP2000479 03 30 00-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CAST-IN-PLACE CONCRETE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 a. If the 28 day strength test results fall below required values, additional curing may be performed and test cores may be obtained in accordance with ASTM C42 with approval of the Engineer. Additional curing, core removal and testing, if allowed by the Engineer, shall be at the Contractor's expense. b. If the strength results from test cores do not exhibit the required strength, the Engineer or Owner's Representative reserves the right to require strengthening, replacement of substandard materials and/or additional testing at the Contractor's expense. The choice of remedy is at the sole discretion of the Engineer or Owner's Representative. 3. Other Concrete Properties a. If concrete properties besides strength do not meet required values, the Engineer may require concrete samples to be obtained in accordance with ASTM C42 and evaluated in accordance with ASTM C856 at the Contractor's expense. b. If concrete properties besides strength do not meet required values, and the results of additional examination per ASTM C856 are deemed unsatisfactory at the sole discretion of the Engineer, the Owner reserves the right to require strengthening, replacement of substandard materials and/or additional testing at the Contractor's expense. 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS 1.07 DELIVERY, HANDLING AND STORAGE A. Cement: Store cement in watertight buildings, bins or silos to provide protection from dampness and contamination. Improperly stored cement shall not be used. No cement shall be used that has been stored on the site for more than 90 days or that is lumped or caked. B. Aggregate: Arrange and use aggregate stockpiles to avoid excessive segregation or contamination with other materials or with other sizes of like aggregates. Build stockpiles in successive horizontal layers not exceeding three feet in thickness. Complete each layer before the next is started. Do not use frozen or partially frozen aggregates. C. Sand: Before using, allow sand to drain until a uniform moisture content is reached. D. Admixtures: Store admixtures to avoid contamination, evaporation or damage. For those used in the form of suspensions or nonstable solutions, provide suitable agitating equipment to assure uniform distribution of ingredients. Protect liquid admixtures from freezing and other temperature changes which would adversely affect their characteristics. PART 2 PRODUCTS 2.01 CONCRETE MATERIALS A. Cementitious Materials 1. Portland Cement: CORP2000479 03 30 00-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CAST-IN-PLACE CONCRETE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 a. Type II or Type I/II conforming to ASTM C 150. Use the same brand of cement upon which the selection of concrete was based. Only one brand of each type will be permitted in any one structure, unless otherwise specified. b. Cement shall be low alkali; the total alkali content calculated as the percentage of sodium oxide (Na20) plus 0.658 times the percentage of potassium oxide (K20) shall not exceed 0.60. If fly ash is used in the concrete mix, then the total alkali content will be the alkali content of the combination of the cement and fly ash. c. Cement used in concrete placed in openings in existing water bearing structures shall be shrinkage compensating cement, ASTM C845. 2. Fly Ash: a. Fly ash, when used, shall meet the requirements of ASTM C618, Class F, except as follows: (i) The loss on ignition shall not exceed 4.0%. (ii) The maximum percent of sulfur trioxide (S03) shall be 4.0%. b. Fly ash shall be considered a cementitious material for concrete proportioning. c. Fly ash content shall not exceed 20% by weight of the total cementitious content (Portland cement plus fly ash) of the concrete. d. Class C fly ash may be allowed if the total alkali content of the fly ash and cement combined does not exceed 0.60. B. Coarse Aggregate 1. Crushed stone or gravel conforming to ASTM C33, in the specified gradation size. Use aggregate from only one source in a single structure. Aggregate shall not be "deleterious," or "potentially deleterious," and shall not contain deleterious substances. Use aggregates from known sources that have a history of use without durability issues. Gradation No. 467 (max aggregate size 1 1/2") Sieve Size Percent Retained Percent Passing 2" 0 100 1 1/2" 0-5 95-100 3/4" 30-65 35-70 3/8" 70-90 10-30 No. 4 95-100 0-5 Gradation No. 57 max aggre ate size 1" Sieve Size Percent Retained Percent Passing 1 1/2" 0 100 1" 0-5 95-100 CORP2000479 03 30 00-8 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CAST-IN-PLACE CONCRETE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1/2" 40-75 25-60 No. 4 90-100 0-10 No. 8 95-100 0-5 Gradation No. 67 (max aggregate size 3/4") Sieve Size Percent Retained Percent Passing 1" 0 100 3/4" 0-10 90-100 3/8" 45-80 20-55 No. 4 90-100 0-10 No. 8 95-100 0-5 Gradation No. 8 max aggre ate size 3/8" Sieve Size Percent Retained Percent Passing 1" 0 100 3/8" 0-15 85-100 No. 4 70-90 10-30 No. 8 90-100 0-10 No. 16 95-100 0-5 C. Fine Aggregate 1. Washed and screened natural sand or sand manufactured by crushing stone conforming to ASTM C33 and meeting the following gradation. Use aggregate from only one source in a single structure. Aggregate shall not be "deleterious," or "potentially deleterious," per ASTM C289 and shall not contain deleterious substances Sieve Size Percent Retained Percent Passing 3/8" 0 100 No. 4 0-5 95-100 No. 8 0-20 80-100 No. 16 15-50 50-85 No. 30 40-75 25-60 No. 50 70-95 5-30 No. 100 90-100 0-10 No. 200 97-100 0-3 CORP2000479 03 30 00-9 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CAST-IN-PLACE CONCRETE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 D. Mixing Water: Potable and complying with ASTM C1602. E. Admixtures: Using the following admixtures as required or permitted. The use of calcium chloride will not be permitted. The products must conform to the referenced standards. 1. Air-Entraining Admixture. Conform to ASTM C260. 2. Chemical Admixtures. Conform to ASTM C494. 3. Set Retarding Admixtures. Conform to ASTM C494, Types B or D only. Follow all Manufacturer's recommendations. 4. Water Reducing Admixture. Conform to ASTM C494, types A or D only. Follow all Manufacturer's recommendations. 5. High-Range Water Reducing Admixtures (HRWR). Conform to ASTM C 494 Type F or G only. Follow all manufacturer's recommendations. 6. Producing Flowing Concrete: Conform to ASTM C1017, Type 1 or 2 only. Follow all manufacturer's recommendations. F. Water Soluble Chlorides 1. Water soluble chloride ion content of all concrete constituents (water, aggregates, cementitious materials and admixtures) shall be measured per ASTM C1218. 2. Maximum water soluble chloride ion content is limited per ACI 318, Table 19.3.2.1, see the table below. Maximum Water-Soluble Chloride Ion Content Exposure Percent by Weight of Cement Dry or Protected from Moisture (CO) 1.00 Exposed to Moisture but not Chlorides (Cl) 0.30 Exposed to Moisture and Chlorides (C2) 0.15 2.02 CHEMICAL HARDENER A. Provide a clear chemical hardener if called for in the Drawings. Coordinate concrete mix design, air content requirements and placement procedures with the chemical hardener manufacturer. B. Provide one of the following products: 1. MASTERTOP 110 ABR/Maximent® HD; by BASF. 2. Diamond-Plate; by Euclid. 3. Emeryplate FF, by L&M. 2.03 CURING MATERIALS: A. Membrane Curing Compound. 1. Conform to ASTM C309, commercial curing compound which will not permanently discolor concrete. CORP2000479 03 30 00-10 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CAST-IN-PLACE CONCRETE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 2. All curing compound shall contain a fugitive dye of color strength to render the film distinctly visible on the concrete for at least 4 hours after application. B. Sheet Curing Material. 1. Conform to ASTM C 171. a. Waterproof paper b. Polyethylene film c. White burlap-polyethylene sheeting 2.04 CONCRETE PROPORTIONING A. Design Criteria 1. Use ACI 211.1 as the basis for selecting the proportions of ingredients to produce concrete having proper durability, strength, workability appearance and other required properties. Proportion ingredients to produce a homogenous mixture, which will work readily into corners and angles of forms and around reinforcement by methods of placing and consolidation employed on the work, but without permitting materials to segregate or allowing excessive free water to collect on the surface. 2. Strength: a. All concrete is required to have an average 28 day compressive strength equal to or greater than specified strength. Establish the required average compressive strength in accordance with ACI 301. 3. Entrained Air: a. Air-entrain all concrete, unless otherwise specified. b. Drilled shafts do not require air entrainment unless placed underwater. c. Provide for not less than three percent (3.0%) nor more than six percent (6.0%) by volume of total entrapped and entrained air for normal weight concrete. d. Do not air entrain finished floors that call for a troweled finish. 4. Slump: a. Provide adequate slump to produce acceptable workability, do not exceed maximum specified slump. 5. Admixtures: a. Proportion admixtures according to the Manufacturer's recommendations. All admixtures shall be batched at the batch plant only. CORP2000479 03 30 00-11 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CAST-IN-PLACE CONCRETE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 B. Concrete Classification Min. 28-Day Max. Compressive Coarse Water Max. Min. Cement Class Strength Aggregate Cement Slump Content (lb .per CY) (psi) Size (in.) Ratio (in.) A 4000 1.5 (No. 467) 0.45 5 517 B 3000 1.5 (No. 467) 0.50 4 470 C 4000 1.0 (No. 57) 0.45 4 564 D 5000 0.75 (No. 67) 0.45 5 611 E 1500 1.5 (No. 467) 0.70 4 376 F 4000 0.375 (No. 8) 0.50 8 611 NOTE: Maximum slump shown may be increased to 9 in. if HRWR admixture is used. C. Concrete Usage Class Usage A All reinforced concrete unless otherwise specified B Concrete Encasement; Sidewalks, Curbs, Driveways C Drilled Shafts; Pumped Concrete; Thin Wall Sections D Precast Concrete and Panels E Lean Concrete Backfill; Foundation Seal; Blocking/Cradling F Underground Duct Banks 2.05 BATCH PLANTS A. Both on and off site batch plants shall be an established concrete batching facility meeting the requirements of the Concrete Plant Standards of the Concrete Plant Manufacturers Bureau. All batching, mixing and delivery of concrete shall be in accordance with ASTM C94 or ASTM C685. 2.06 CONCRETE MIXING A. Ready-Mixed Concrete: 1. Mix and transport ready-mixed concrete according to ASTM C94. 2. Provide a suitable measuring device capable of measuring mixing water for each batch. Note the number of gallons of water as batched on printed batching tickets. 3. Compensate for varying moisture contents of both coarse and fine aggregates and change batch weights of materials if necessary before batching. 4. Provide adequate facilities for accurate measurement and control of each material entering each batch of concrete. Accuracy of weighing equipment must conform to applicable requirements of ASTM and NRMCA for such equipment. CORP2000479 03 30 00-12 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CAST-IN-PLACE CONCRETE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 5. Provide recorders/printers to produce tickets. Each ticket will provide a printed record of volume of water and weights for cement as batched and for separate aggregates as batched individually. Use the type of indicator that returns for zero punch or to zero after a batch is discharged. Clearly indicate by stamped letters or numerals the difference between aggregates and cement as batched. Show the time of day stamped or printed at intervals of not more than six minutes. The delivery ticket shall also show the volume of water, in gallons, added at the batch plant. Deliver recorded ticket copies with concrete. The testing agency will keep one copy. B. Transit Mix Truck Requirements: 1. Clean each transit mix truck drum and reverse drum rotation before the truck proceeds under the batching plant. 2. Transmit mix trucks are to be in good working condition. Trucks which are not mechanically sound, have worn or obstructed mixing fins, have non-functioning drum counters, or leaking water valves shall not be used. 3. Keep the water tank valve on each transit truck locked at all times that the truck is in use. Any addition of water must be directed by the Engineer. Added water must be incorporated by additional mixing of at least 35 revolutions. 4. Equip each transit-mix truck with a continuous, nonreversible, revolution counter showing the number of revolutions at mixing speeds. Counter shall be reset to zero at the batch plant. Counters must have reached 70 revolutions, minimum, before concrete may be discharged to ensure uniformity of mixing. 5. Concrete must be discharged from the transit-mix truck before the drum has revolved 300 revolutions or before 90 minutes from completion of batching, whichever comes first. Concrete that falls outside these limits shall be rejected. C. Admixtures: 1. Charge air-entraining and chemical admixtures into the mixer as a solution using an automatic dispenser or similar metering device. Do not use admixtures in powdered form. 2. Two or more admixtures may be used in the same concrete, provided that the admixtures in combination retain full efficiency and have no deleterious effect on the concrete or on the properties of each other. Inject the admixtures separately during the batching sequence. 3. Add retarding admixtures as soon as practicable after the addition of cement. PART 3 EXECUTION 3.01 PREPARATION A. Notify the Owner's Representative upon completion of various portions of the work required for placing concrete so inspection may be made as early as possible. Keep the Owner's Representative informed of the anticipated concrete placing schedules. B. All items, including lines and grades, forms, waterstops, reinforcing, inserts, piping, electrical, plumbing and the Contractor's concreting materials and equipment shall be CORP2000479 03 30 00-13 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CAST-IN-PLACE CONCRETE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 complete and in compliance with the plans and specifications before proceeding with concrete placement. C. Concrete finishing shall be completed in daylight hours. When this is not possible, brilliantly light the work site so that all operations are plainly visible. D. Prior to and during concrete placement, forms shall be clean of any and all foreign matter. E. Mix concrete only in quantities for immediate use. Discard concrete which has set; re- tempering is not permitted. Completely discharge concrete at the site within one hour and 30 minutes after adding cement to aggregate. In hot weather, reduce this time to one hour or less to prevent stiffening of concrete before it is placed. F. If concrete arrives at the project with slump below that specified, water may be added only if the addition of water does not exceed either the maximum permissible water- cement ratio or maximum slump. Mix adjustments to obtain specified slump must be approved by the Engineer. G. Protection from Adverse Weather 1. If adverse weather is imminent, concrete placement is not permitted. Do not permit rainwater to increase mixing water or to damage the surface finish. If rainfall occurs after placing operations begin, provide adequate covering to protect the work. H. Cold Weather Concreting 1. Prevent damage to concrete due to early age freezing and limit rapid changes in temperature at early ages consistent with the requirements of ACI 306R, ACI 306.1 and the requirements in this Section. 2. If the air temperature is at or below 40 degrees F, cold weather concreting shall be performed in accordance with ACI 306R and ACI 306.1. This includes cases where the temperature drops below 40 degrees F after concrete operations have been started. The temperature shall be taken in shade away from artificial heat. 3. When air temperatures are at or below 40 degrees F, heated mixing water or a combination of heated mixing water and heated aggregates shall be used, if required, to raise the concrete temperature at placement to the minimum values (or greater) listed in ACI 306R— Chapter 5. The temperature of the heated water or aggregates shall not exceed 150 degrees F when entering the mixer. 4. Concrete placement is not permitted when the air temperature is at or below 35 degrees F. The temperature shall be taken in shade away from artificial heat. 5. Do not place concrete against a frozen subgrade or formwork that is at or below 35 F. 6. Salts, chlorides, chemicals or other foreign materials shall not be mixed with the concrete to prevent freezing or act as an accelerator. 7. When temperatures at or below 35 F may be expected during the curing period, the concrete shall be maintained at a temperature of at least 50 degrees F for five days or 70 degrees F for three days after placement. Rapid cooling or heating of concrete shall not be permitted. CORP2000479 03 30 00-14 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CAST-IN-PLACE CONCRETE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 I. Hot Weather Concreting. 1. Hot weather concreting shall comply with ACI 305R and ACI 305.1. At air temperatures of 90 degrees F or above, concrete placement shall be in accordance with Hot Weather Concreting requirements in ACI 305R, ACI 305.1 and requirements in this Section. 2. The temperature of the concrete when placed in the work shall not exceed 90 degrees F. Use chilled water or ice or other approved methods to reduce the temperature of the concrete as required. 3. Concrete shall be placed in the forms without the addition of any more water than is required by design. No excess water may be added to the concrete surface to aid in finishing. Control of the initial set and extending the time for finishing may be accomplished through the use of admixtures in accordance with these Specifications. 4. Plastic shrinkage cracking, due to rapid evaporation of moisture, shall be prevented. Concrete shall not be placed when the evaporation rate (actual or anticipated) equals or exceeds 0.2 pound per square foot per hour, as determined by Figure 4.2 in ACI 305R. 3.02 JOINTS A. Construction, control, isolation and expansion joints shall be installed and sealed as called for by the Drawings. 3.03 GROUTING A. Perform all grouting as called for by the Drawings and in accordance with Section 03 60 00 — Grouting. 3.04 CONCRETE TRANSPORTATION AND CONVEYING A. Equipment for mixing and transporting concrete shall conform to ASTM C94 or ASTM C685. B. Delivery tickets shall be required for each batch and shall be in accordance with ASTM C94. Each ticket must clearly show the following: 1. Specific class or designation of concrete. 2. Volume of concrete 3. Amount of water, in gallons, that can be added to the mixer truck at the site without exceeding the maximum water-cement ratio for that mix design. 4. Time of batching cement, water and aggregates and initial reading of revolution counter if counter not zeroed. C. Handle concrete from mixer to placement as quickly as practicable while providing concrete of required quality in the placement area. Use methods which prevent loss of ingredients and segregation. 1. Troughs, chutes and pipes shall be steel or steel lined. 2. When steep slopes are necessary, provide baffles. CORP2000479 03 30 00-15 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CAST-IN-PLACE CONCRETE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 3. Keep chutes, troughs and pipes clean and free from coatings of hardened concrete. 4. Concrete pumping is permitted and shall comply with ACI 304.2R. 3.05 CONCRETE PLACEMENT A. Preparation 1. Sprinkle semi-porous subgrades to eliminate suction. 2. Seal extremely porous subgrades in an approved manner. 3. Clean and prepare existing concrete surface in accordance with these Specifications prior to placing new concrete. B. General 1. Deposit concrete continuously, or in layers of such thickness that no concrete will be deposited on concrete which has hardened sufficiently to cause formation of cold joints, seams or planes of weakness within the section. If the section cannot be placed continuously, place construction joints as specified or as approved. 2. Proceed with placement at a rate such that concrete which is being integrated with fresh concrete is still plastic. Do not deposit concrete which has partially hardened or has been contaminated by foreign materials. 3. Remove temporary spreaders from forms when the spreader is no longer useful. Temporary spreaders may remain embedded in concrete only if made of galvanized metal or concrete, and if prior approval has been obtained. 4. Deposit concrete as nearly as practicable in its final position to avoid segregation. Do not subject concrete to a procedure which will cause segregation. 5. Deposit concrete through vertical drop chutes of rubber or metal of satisfactory size when operations involve placing concrete from above. 6. Concrete shall not be dropped more than 10 feet when HRWR admixture is used and 5 feet without HRWR. 7. Where surface mortar is to be the basis of a finish, especially those designated to be painted, work coarse aggregate back from forms with a suitable tool to bring the full surface of mortar against the form. Prevent formation of excessive surface voids. C. Slabs 1. After suitable bulkheads, screeds and if specified, jointing materials, have been positioned the concrete shall be placed continuously between construction joints, beginning at a bulkhead, edge form, or corner. Each batch shall be placed into the edge of the previously placed concrete to avoid stone pockets and segregation. 2. If there is a delay in casting, the concrete placed after the delay shall be thoroughly spaded and consolidated at the edge of that previously placed to avoid cold joints. 3. Concrete shall then be brought to correct level with a straightedge and struck off. Bullfloats or darbies shall be used to smooth the surface, leaving it free of humps or hollows. CORP2000479 03 30 00-16 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CAST-IN-PLACE CONCRETE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 D. Formed Concrete 1. Place concrete in forms using tremie tubes and taking care to prevent segregation. Bottom of tremie tubes shall be in contact with the concrete already placed. 2. In walls, place concrete in 12" to 24" lifts, keeping the surface horizontal. Compaction shall be by vibrator and shall be supplemented by hand puddling; puddling shall be continuous while pouring concrete and shall be done primarily between forms and reinforcing steel, around openings, or wherever needed to prevent honeycomb, fill voids or drive out large air bubbles. E. Concrete Poured Against Rock 1. Where concrete is poured against undisturbed rock, place concrete as soon as practicable after excavation to prevent weathering of exposed rock. a. For footings and slabs, place mud slabs within 4 hours after the excavation is at final grade. 2. Remove all water from excavation or shaft before placing concrete. 3.06 CONSOLIDATION OF CONCRETE A. All concrete shall be placed and consolidated with mechanical vibrators. 1. A minimum frequency of 7000 revolutions per minute is required for mechanical vibrators. 2. Do not use vibrators to transport concrete within forms. 3. Insert vibrators and withdraw at points from 18 to 30 inches apart. At each insertion, vibrate sufficiently to consolidate concrete, generally until a liquefied appearance is produced on the surface. Do not over-vibrate causing segregation. 4. Keep a spare vibrator on the site during concrete placing operations.. No concrete shall be ordered until sufficient approved vibrators (including standby units in working order) are on the job. 3.07 FINISHING OF FORMED SURFACES A. Forms shall be removed as specified in Section 03 10 00 — Concrete Formwork. Patch, repair, finish and clean concrete within 7 days of form removal in accordance with the Specifications. Cure concrete as finishing progress in accordance with the Specifications. B. No Finish: A finish is not required on surfaces which are not visible from the inside or outside of the structure or more than 12 inches below finished grade. C. Smooth Form Finish: 1. Unless otherwise specified, all surfaces not meeting the requirements for"no finish" shall receive a smooth form finish. Use a smooth form finish on all surfaces exposed to view and liquid. 2. Provide a smooth, hard uniform texture on the concrete surface. Use plywood or fiberboard linings or forms in as large sheets as practicable and with smooth, even edges and close joints. 3. Patch tie holes and defects. CORP2000479 03 30 00-17 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CAST-IN-PLACE CONCRETE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 4. Provide a smooth, uniform, rubbed surface texture. Rub fins and joint marks and other irregularities with carborundum stone immediately after forms are stripped to leave a smooth, unmarred finish surface. If rubbing of surface is delayed to the point where the concrete surface is dry and cannot be rubbed to produce a smooth, uniform surface Contractor shall provide a blast finish to achieve a smooth uniform surface at no additional cost to the Owner. D. Related Unformed Surfaces: Tops of unformed surfaces occurring adjacent to formed surfaces shall be struck smooth after concrete is placed. Float unformed surfaces to a texture reasonably consistent with that of the formed surfaces. Final treatment on formed surfaces shall continue uniformly across the unformed surfaces. 3.08 FINISHING SLABS AND SIMILAR FLAT SURFACES A. Comply with the recommendations in ACI 302.1R for screeding, restraightening and finishing operations for concrete surfaces. Do not wet concrete surfaces. B. Finish slabs and similar flat surfaces monolithically and apply as indicated in the Plans and as follows: 1. Trowel Finish a. Slab surfaces exposed to view, liquids or to be covered with a coating system, flooring coverings or membranes. b. After apply float finish, apply trowel finish and consolidate by hand or power driven trowel. Continue troweling passes and restraighten until surface is free of trowel marks and uniform in texture and appearance. Grind smooth any surface defects. 2. Broom Finish a. Sidewalks, walkways and platforms. b. Immediately after float finishing, slightly roughen trafficked surface by brooming with fiber-bristle broom perpendicular to main traffic route. 3.09 CONCRETE CURING A. All concrete shall be cured in accordance with the Specifications. The curing methods shall be wet curing, sheet materials or membrane curing compound. Unless the curing method is specified otherwise, select one of the appropriate curing methods below. B. Length of Curing Period 1. A"curing day"shall be any day on which the atmospheric temperature taken in the shade, or the air temperature adjacent to the concrete, remains above 50 degrees F for at least 18 hours. 2. Continuously cure concrete for a period until 7 curing days have been reached. In cold weather, curing may be terminated after a period of 14 consecutive days. C. Wet Curing 1. Immediately after the finishing operations are completed or forms are stripped, the concrete shall be covered with wet cotton mats or with a temporary covering of canvas or burlap, thoroughly saturated with water before placement. A temporary CORP2000479 03 30 00-18 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CAST-IN-PLACE CONCRETE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 covering shall be used when factors dictate that cotton mats cannot be placed immediately after finishing operations without marring the finishing of the concrete surface. 2. When temporary coverings are used keep them in place only until the surface has sufficiently hardened so that a cotton mat can be substituted without marring or disturbing the concrete finish. 3. The coverings shall remain in contact with the concrete for the duration of the curing period. 4. The coverings shall be kept saturated with water for the entire curing period. 5. Water used for curing shall be potable and free from any injurious materials or deleterious substances. D. Sheet Curing 1. Immediately after the finishing operations are completed or forms are stripped, install sheet curing materials in accordance with all Manufacturer's recommendations. 2. Sheet curing shall be in contact with the entire concrete surface so as to prevent drying for the duration of the curing period. 3. When pedestrian traffic is unavoidable, provide suitable walkways to protect the sheet material. E. Membrane Curing 1. Membrane curing compound is not permitted on surfaces to be rubbed or on surfaces to receive additional concrete, grout, plaster or coatings. 2. Immediately after the finishing operations are completed or forms are stripped, apply membrane curing compound solution under pressure with a spray nozzle so the entire exposed surface is completely covered with a uniform film. The rate of application shall insure complete coverage but shall not exceed 150 square feet per gallon of curing compound. 3. After application and under normal conditions, the curing compound shall be dry to the touch within 1 hour and shall be dry thoroughly and completely within 4 hours. When thoroughly dry it shall provide a continuous flexible membrane free from cracks and pinholes and shall remain intact during the required curing period. 4. If the membrane seal is broken during the curing period, immediately repair it with additional curing compound. F. After the curing period, the temperature of the exposed surface shall not be permitted to drop faster than 30 degrees F in 24 hours. 3.10 CONCRETE SURFACE REPAIRS A. Repair defective areas immediately after the removal of forms. Repair of defective areas shall be at no additional cost to the Owner. CORP2000479 03 30 00-19 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CAST-IN-PLACE CONCRETE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 B. If the concrete surface is bulged, uneven or exhibits defects which in the Engineer's opinion cannot be satisfactorily repaired, remove and replace the entire concrete section as directed at no additional cost to the Owner. C. Patch tie holes immediately after removal of forms. After cleaning and thoroughly dampening the tie hole, fill solid with non-shrink, non-metallic grout. 3.11 FIELD QUALITY CONTROL A. Concrete Testing 1. General a. Tests shall be required throughout the work to monitor the quality of concrete. Take all samples in accordance with ASTM C172. b. Testing of concrete shall be conducted by an independent, qualified testing agency. END OF SECTION CORP2000479 03 30 00-20 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CAST-IN-PLACE CONCRETE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 03 60 00 GROUT PART 1 GENERAL 1.01 SCOPE OF WORK A. Provide all labor, materials, equipment, and incidentals as shown, specified, and required to furnish and install grout. 1.02 RELATED WORK A. Coordinate the requirements of this section with all other sections of Division 03, Concrete. 1.03 SUBMITTALS A. Grout Mix Design: 1. For Grout Fill, submit the following: a. grout mix design b. laboratory test reports for grout strength tests. B. Reports and Certificates, submit the following: 1. For proprietary materials, submit copies of Manufacturer's certification of compliance with the specified properties for Class I, II, and III grouts. 2. Certified testing lab reports for tests specified herein for nonproprietary materials. 3. Certifications that all grouts used on the project are free of chlorides or other chemicals causing corrosion. 4. Manufacturer's specifications and installation instructions for all proprietary materials. 1.04 REFERENCE STANDARDS A. American Concrete Institute (ACI) 1. ACI 211.1, Practice for Selecting Proportions for Normal, Heavy-Weight and Mass Concrete. 2. ACI 301, Specification for Structural Concrete. B. American Society for Testing and Materials (ASTM). 1. ASTM C33, Specification for Concrete Aggregates. 2. ASTM C109, Standard Test Method for Compressive Strength of Hydraulic Cement Mortars. 3. ASTM C150, Specification for Portland Cement. 4. ASTM C230, Standard Specification for Flow Table for Use in Tests of Hydraulic Cement. CORP2000479 03 60 00-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION GROUT DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 5. ASTM C531, Standard Test Method for Linear Shrinkage and Coefficient of Thermal Expansion of Chemical- Resistant Mortars, Grouts, Monolithic Surfacings and Polymer Concrete. 6. ASTM C579, Standard Test Method for Compressive Strength of Chemical-Resistant Mortars, Grouts, Monolithic Surfacings and Polymer Concretes. 7. ASTM C827, Standard Test Method for Change in Height at Early Ages of Cylindrical Specimens of Cementitious Mixtures. 8. ASTM C882, Test Method for Bond Strength of Epoxy-Resin Systems Used with Concrete by Slant Shear. 9. ASTM C937, Specification for Grout Fluidifier for Prep laced-Ag gregate Concrete. 10. ASTM C939, Standard Test Method for Flow of Grout for Prep laced-Ag gregate Concrete (Flow Cone Method). 11. ASTM C1107, Specification for Packaged Dry, Hydraulic-Cement Grout (Non-shrink). 12. ASTM C1181, Standard Test Method for Compressive Creep of Chemical-Resistant Polymer Machinery Grouts. 1.05 QUALITY ASSURANCE A. Installer Qualifications: 1. An experienced installer who has completed grout work of similar scope and complexity with similar materials as found on this Project. B. Testing Agency Qualifications: 1. An experienced independent testing agency, acceptable to authorities having jurisdiction and the Engineer that is qualified according to applicable ASTM standards to conduct the testing indicated. C. Field Tests: 1. Compression test specimens shall be taken during construction from the first placement of each type of grout, and at intervals thereafter as selected by the Engineer to ensure continued compliance with these specifications. The specimens will be made by the Engineer or its representative. 2. Compression tests and fabrication of specimens for non-shrink grout shall be performed as specified in ASTM C109. A set of three specimens will be made for testing at seven days, 28 days, and each additional time period as appropriate. 3. Compression tests and fabrication of specimens for epoxy grout shall be performed as specified in ASTM C579, Method B. A set of three specimens will be made for testing at seven days, and each earlier time period as appropriate. 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE A. Delivery of Materials: 1. Grout materials from Manufacturers shall be delivered in unopened containers and shall bear intact manufacturer's labels. CORP2000479 03 60 00-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION GROUT DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 B. Storage of Materials: 1. Grout materials shall be stored in a dry shelter and shall be protected from moisture. 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 WARRANTY/EXTENDED WARRANTY (NOT USED) PART 2 PRODUCTS 2.01 GROUTS A. General 1. Non-shrink grout shall be a prepackaged, inorganic, flowable, non-gas-liberating, non-metallic, cement-based grout requiring only the addition of water. Manufacturer's instructions shall be printed on each bag or other container in which the materials are packaged. The specific formulation for each class of non-shrink grout specified herein shall be that recommended by the Manufacturer for the particular application. B. Class 1 Non-Shrink Grout: 1. Required minimum 28 day compressive strength is 7000 psi. 2. Shall meet the requirements of ASTM C1107 and the minimum compressive strength requirements when tested using the amount of water required to achieve the following properties: a. Flowable consistency (125 to 145 percent flow on ASTM C230, five drops in 3 seconds). 3. The grout shall not bleed when tested at maximum allowed water. 4. The non-shrink property is not based on a chemically generated gas or gypsum expansion. 5. Product and Manufacturer: Provide one of the following: a. Master Flow 100, as manufactured by BASF Building Systems. b. Five Star Grout, as manufactured by Five Star Products. C. Class 2 Non-Shrink Grout: 1. Required minimum 28 day compressive strength is 7000 psi. 2. Shall meet the requirements of ASTM C1107 Grades B and C and minimum compressive strength requirements when tested using the amount of water required to achieve the following properties: a. Fluid consistency (20 to 30 seconds in accordance with ASTM C 939). 3. The length change from placement to time of final set shall not have a shrinkage greater than the amount of expansion measured at 3 or 14 days. The expansion at 3 or 14 days shall not exceed the 28-day expansion. 4. The non-shrink property is not based on a chemically generated gas or gypsum expansion. 5. Product and Manufacturer: Provide one of the following: a. MasterPlow 928, as manufactured by BASF Building Systems. b. Five Star Fluid Grout 100, as manufactured by Five Star Products, Inc. CORP2000479 03 60 00-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION GROUT DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 D. Class 3 Non-Shrink Epoxy Grout: 1. Epoxy grout shall be a pourable, non-shrink, 100 percent solids system. The epoxy grout system shall have three components: resin, hardener, and specially blended aggregate, all premeasured and prepackaged. The resin component shall not contain any non-reactive diluents. Resins containing butyl glycidyl ether (BGE) or other highly volatile and hazardous reactive diluents are not acceptable. Variation of component ratios is not permitted, unless specifically recommended by the Manufacturer. Manufacturer's instructions shall be printed on each container in which the materials are packaged. 2. Required minimum 7 day compressive strength is 13,000 psi when tested in accordance with ASTM C579. 3. The following properties shall be attained with the minimum quantity of aggregate allowed by the manufacturer. a. The vertical volume change at all times before hardening shall be between 0.0 percent shrinkage and four percent expansion when measured according to ASTM C827 (modified for epoxy grouts by using an indicator ball with a specific gravity between 0.9 and 1.1). Alternately, epoxy grouts which maintain an effective bearing area of not less than 95 percent are acceptable. b. The length change after hardening shall be negligible (less than 0.0006 in/in) and the coefficient of thermal expansion shall be less than 0.00003 in/in/F when tested in accordance to the requirements of ASTM C531. c. The compressive creep at one year shall be negligible (less than .001 in/in) when tested under a 400 psi constant load at 140°F in accordance to the requirements of ASTM C1181. d. The grout shall be capable of maintaining at least a flowable consistency for a minimum of 30 minutes at 70°F. e. The shear bond strength to Portland cement concrete shall be greater than the shear strength of the concrete when tested in accordance to the requirements of ASTM C882. f. The effective bearing area shall be a minimum of 95 percent. 4. Product and Manufacturer: Provide one of the following: a. Sikadur 42 Grout Pak, as manufactured by Sika Corporation. b. DP Five Star Epoxy Grout, as manufactured by Five Star Products. E. Grout Fill &Topping Grout: 1. Grout for topping of slabs and concrete fill for built-up surfaces of tank, channel, and basin bottoms shall be composed of cement, fine aggregate, coarse aggregate, water, and admixtures proportioned and mixed as specified herein. All materials and procedures specified for normal concrete in Section 03 30 00 shall apply except as noted otherwise herein. 2. Topping grout and concrete fill shall contain a minimum of 517 pounds of cement per cubic yard (5.5 sacks) with a maximum water cement ratio of 0.45. 3. Minimum 28 day compressive strength shall be 4000 psi. 4. Coarse aggregate shall be No. 8 (3/8" max) per Section 03 30 00. 5. Fine aggregate shall be as required in Section 03 30 00. CORP2000479 03 60 00-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION GROUT DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 6. Slump shall be adjusted to match placement and finishing conditions, but shall not exceed 4 inches. 7. Final mix design shall be as determined by trial mix design under supervision of the approved testing laboratory. 8. Where grout placement is thicker than 4 inches, use Class A concrete as specified in Section 03 30 00. F. Requirements for Grout Fill and Topping Grout 1. Proportion mixes by either laboratory trial batch or field experience methods, using materials to be employed on the Project for grout required. Comply with ACI 211.1 and report to Engineer the following data: a. Complete identification of aggregate source of supply. b. Tests of aggregates for compliance with specified requirements. c. Scale weight of each aggregate. d. Absorbed water in each aggregate. e. Brand, type and composition of cement. f. Brand, type and amount of each admixture. g. Amounts of water used in trial mixes. h. Proportions of each material per cubic yard. i. Gross weight and yield per cubic yard of trial mixtures. j. Measured slump. k. Measured air content. I. Compressive strength developed at seven days and 28 days, from not less than three test specimens cast for each seven day and 28 day test, and for each design mix. 2. Laboratory Trial Batches: When laboratory trial batches are used to select grout proportions, prepare test specimens and conduct strength tests as specified in ACI 301, Section 4. 3. Field Experience Method: When field experience methods are used to select grout proportions, establish proportions as specified in ACI 301, Section 4. 4. Admixtures: Use air-entraining admixture in all grout. Use amounts of admixtures as recommended by the manufacturer for climatic conditions prevailing at the time of placing. Adjust quantities and types of admixtures as required to maintain quality control. Do not use admixtures which have not been incorporated and tested in the accepted design mix, unless otherwise authorized in writing by Engineer. G. Grout Applications: The following is a listing of typical applications and the corresponding type of grout which is to be used. Unless indicated otherwise in the Drawings, grouts shall be provided as listed below. CORP2000479 03 60 00-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION GROUT DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 Application Grout Type Beam Base Plates Class 1 Column Base Plates Class 2 Equipment &Tank Base Plates Class 2 Machinery Base Plates Class 3 Filling blockout spaces for embedded items Class 2 (railing posts, gate guide frames etc. Toppings &fill 4 inches or less Grout Fill &Topping Grout Toppings &fill greater than 4 inches Class A Concrete Section 03300 All other applications Class 1 2.02 CURING MATERIALS A. Curing materials shall be as specified in Section 03 30 00 and as recommended by the Manufacturer of prepackaged grouts. 2.03 CONSISTENCY A. The consistency of grouts shall be that necessary to completely fill the space to be grouted for the particular application. PART 3 EXECUTION 3.01 INSPECTION A. Contractor shall examine the substrate and conditions under which grout is to be placed and notify Engineer, in writing, of unsatisfactory conditions. Do not proceed with the Work until unsatisfactory conditions have been corrected in a manner acceptable to Engineer. 3.02 INSTALLATION A. General: 1. Place grout as shown on the Drawings and in accordance with manufacturer's instructions. If Manufacturer's instructions conflict with the Specifications do not proceed until Engineer provides clarification. 2. Manufacturers of proprietary products shall make available upon 72 hours notification the services of a qualified, full time employee to aid in assuring proper use of the product under job conditions. 3. Placing grout shall conform to temperature and weather limitations in Section 03 3000. 4. Grout shall be cured following Manufacturer's instructions for prepackaged grout and the requirements in Section 03 30 00. B. Columns, Beams and Equipment Bases: 1. After shimming base plate to proper grade, securely tighten anchor bolts. Properly form around the base plates, allowing sufficient room around the edges for placing the grout. Adequate depth between the bottom of the base plate and the top of CORP2000479 03 60 00-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION GROUT DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 concrete base must be provided to assure that the void is completely filled with the grout. C. Handrails and Railings: 1. After posts have been properly inserted into the holes or sleeves, fill the annular space between posts and sleeve with the grout. Bevel grout at juncture with post so that moisture flows away from post. D. Topping Grout: 1. All mechanical, electrical, and finish work shall be completed prior to placement of topping grout. The base slab shall be given a roughened textured surface by sandblasting or hydro-blasting exposing the aggregates to ensure bonding to the base slab. 2. Apply topping grout as shown in the Drawings; the minimum thickness of grout topping shall be 1-inch. 3. The base slab shall be thoroughly cleaned and wetted prior to placing topping and fill. No topping shall be placed until the slab is complete free from standing water. A thin coat of neat Type II cement slurry shall be broomed into the surface of the slab and topping shall be placed while the slurry is still wet. The topping shall be compacted by rolling or tamping, brought to established grade, and floated. Grouted fill for tank and basin bottoms where scraping mechanisms are to be installed shall be screeded by blades attached to the revolving mechanism of the equipment in accordance with the procedures outlined by the equipment Manufacturer after the grout is brought to the established grade. 4. Topping grout placed on sloping slabs shall proceed uniformly from the bottom of the slab to the top, for the full width of the placement. 5. The surface shall be tested with a straight edge to detect high and low spots which shall be immediately eliminated. When the topping has hardened sufficiently, it shall be steel troweled to a smooth surface free from pinholes and other imperfections. An approved type of mechanical trowel may be used as an assist in this operation, but the last pass over the surface shall be by hand-troweling. During finishing, no water, dry cement or mixture of dry cement and sand shall be applied to the surface. 6. Cure and protect the grout topping as specified in Section 03 30 00. E. Grout Fill 1. All mechanical, electrical, and finish work shall be completed prior to placement of grout fill. Grout fill shall be mixed, placed, and finished as required in Section 03 3000. 2. The minimum thickness of grout fill shall be 1 inch. Where the finished surface of grout fill is to form an intersecting angle of less than 45 degrees with the concrete surface it is to be placed against, a key shall be formed in the concrete surface at the intersection point. The key shall be a minimum of 3 1/2 inches wide by 1 1/2 inches deep. 3. The surface shall be tested with a straight edge to verify that the surface slopes uniformly to drain and to detect high and low spots which shall be immediately eliminated. When the grout fill has hardened sufficiently, it shall be steel troweled CORP2000479 03 60 00-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION GROUT DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 to a smooth surface free from pinholes and other imperfections. During finishing, no water, dry cement or mixture of dry cement and sand shall be applied to the surface. END OF SECTION CORP2000479 03 60 00-8 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION GROUT DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 05 50 00 MISCELLANEOUS METAL FABRICATIONS PART 1 GENERAL 1.01 SCOPE OF WORK A. This section specifies metal elements including but not limited to the following. All items listed are not necessarily included in the project, see Project Drawings for specific project requirements. 1. Shelf angles. 2. Steel framing and supports for equipment and where framing and supports are not specified in other Sections. 3. Pipe bollards. 4. Prefabricated access hatches. 5. Miscellaneous aluminum construction. 1.02 RELATED WORK A. Division 03 — Concrete B. Division 05 — Metals C. Division 09 — Finishes 1.03 SUBMITTALS A. Shop Drawings: 1. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. 2. Submit detailed shop drawings showing sizes of members, method of assembly, anchorage, and connection to other members for approval prior to fabrication. 3. Provide a letter sealed by a Licensed Professional Engineer in the State which the project will be built stating that all connections not specifically shown on the design structural drawings have been designed and detailed under their supervision. B. If design and details for systems and elements are not shown in the Drawings, provide a letter sealed by a Licensed Professional Engineer in the State which the project will be built stating that the proposed design and details have been designed and detailed under their supervision and meet all codes referenced by this Section and requirements of this Section. C. Certificates: Submit certified mill reports from the material supplier. Reports must provide heat or melt number mill analysis and test results for structural steel. If reports are not submitted or if the material cannot be positively identified and directly related to the reports, material quality tests will be required at no cost to the Owner. 1.04 REFERENCE STANDARDS A. International Code Council 1. International Building Code (IBC) B. American Society of Civil Engineers (ASCE) CORP2000479 05 50 00-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION MISCELLANEOUS METAL FABRICATIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1. ASCE-7: Minimum Design Loads for Buildings and Other Structures C. The Aluminum Association 1. Aluminum Design Manual. D. American Institute of Steel Construction (AISC). 1. Steel Construction Manual. 2. Design Guide 27 — Structural Stainless Steel. E. American Welding Society (AWS): 1. D1.1 Structural Welding Code - Steel. 2. D1.2 Structural Welding Code —Aluminum 3. D1.3 Structural Welding Code — Sheet Steel 4. D1.6 Structural Welding Code — Stainless Steel F. American Society for Testing and Materials (ASTM): 1. ASTM A36 - Standard Specification for Carbon Structural Steel. 2. ASTM A48 - Standard Specification for Gray Iron Castings. 3. ASTM A53 - Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc- Coated, Welded and Seamless. 4. ASTM A108 - Standard Specification for Steel Bar, Carbon and Alloy, Cold-Finished. 5. ASTM A123 - Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products. 6. ASTM A153 - Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware. 7. ASTM A193 - Standard Specification for Alloy-Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications. 8. ASTM A240 — Standard Specification for Chromium and Chromium-Nickel Stainless Steel Plate, Sheet and Strip for Pressure Vessels and General Applications. 9. ASTM A276 - Standard Specification for Stainless Steel Bars and Shapes. 10. ASTM A307 - Standard Specification for Carbon Steel Bolts, Studs, and Threaded Rod 60,000 PSI Tensile Strength. 11. ASTM A325 - Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength. 12. ASTM A490 - Standard Specification for Structural Bolts, Alloy Steel, Heat Treated, 150 ksi Minimum Tensile Strength. 13. ASTM A500 - Standard Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes. 14. ASTM A572 - Standard Specification for High-Strength Low-Alloy Columbium- Vanadium Structural Steel. 15. ASTM A653 - Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process 16. ASTM A780 - Standard Practice for Repair of Damaged and Uncoated Areas of Hot- Dip Galvanized Coatings. 17. ASTM A992 - Standard Specification for Structural Steel Shapes. CORP2000479 05 50 00-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION MISCELLANEOUS METAL FABRICATIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 18. ASTM A1008 - Standard Specification for Steel, Sheet, Cold-Rolled, Carbon, Structural, High-Strength Low-Alloy, High-Strength Low-Alloy with Improved Formability, Solution Hardened, and Bake Hardenable. 19. ASTM A1011 - Standard Specification for Steel, Sheet and Strip, Hot-Rolled, Carbon, Structural, High-Strength Low-Alloy, High-Strength Low-Alloy with Improved Formability, and Ultra-High Strength. 20. ASTM B26, Specification for Aluminum-Alloy Sand Castings. 21. ASTM B136, Standard Method for Measurement of Stain Resistance of Anodic Coatings on Aluminum. 22. ASTM B137, Standard Test Method for Measurement of Coating Mass Per Unit Area on Anodically Coated Aluminum. 23. ASTM B209 - Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate. 24. ASTM B210, Standard Specification for Aluminum and Aluminum-Alloy Drawn Seamless Tubes. 25. ASTM B221 - Standard Specification for Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes. 26. ASTM B241, Standard Specification for Aluminum and Aluminum-Alloy Seamless Pipe and Seamless Extruded Tube. 27. ASTM B244, Standard Test Method for Measurement of Thickness of Anodic Coatings on Aluminum and of Other Nonconductive Coatings on Nonmagnetic Basis Metals with Eddy-Current Instruments. 28. ASTM B247, Standard Specification for Aluminum and Aluminum-Alloy Die Forgings, Hand Forgings, and Rolled Ring Forgings. 29. ASTM B429, Standard Specification for Aluminum-Alloy Extruded Structural Pipe and Tube. 30. ASTM F593 - Standard Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs. G. The American Society of Safety Engineers (ASSE) 1. ASSE A1264.1, Safety Requirements for Workplace Walking/Working Surfaces & Their Access; Workplace Floor, Wall & Roof Openings; Stairs & Guardrails Systems H. The Society for Protective Coatings (SSPC): 1. SSPC Painting Manual, Volumes 1 & 2. I. United States Department of Labor: 1. OHSA Regulations (Standards - 29 CFR); Part 1926 - Safety and Health Regulations for Construction. 1.05 QUALITY ASSURANCE (NOT USED) 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE (NOT USED) 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 WARRANTY/EXTENDED WARRANTY (NOT USED) CORP2000479 05 50 00-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION MISCELLANEOUS METAL FABRICATIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1.10 COORDINATION A. The Work of this Section shall be completely coordinated with the Work of other Sections. Verify at the Site the dimensions and the Work of other trades adjoining items of Work in this Section before fabricating or installing the items specified. B. Furnish to the pertinent trades all items included under this Section that are to be built into the Work of other Sections. 1.11 PRODUCT DELIVERY AND STORAGE A. Schedule material delivery so that items may be installed promptly after arrival. B. If materials must be stored, keep them off the ground and clean, free of dirt, mud, grease or oil. Store in such a manner to avoid member distortion. Protect steel from corrosion and/or deterioration. PART 2 PRODUCTS 2.01 GENERAL A. For metal fabrications exposed to view in the completed Work, provide materials with smooth, flat surfaces without blemishes. Do not use materials with exposed pitting, seam marks, roller marks, rolled trade names, or roughness. 2.02 ALUMINUM A. Materials 1. Aluminum structural shapes, bars and plates: a. Alloy 6061-T6 or 6063-T5. 2. Extruded aluminum pipe: a. Alloy 6063-T6 or 6061-T6. 3. Aluminum Castings: a. Alloy 535. B. Fabrication 1. Follow general fabrication requirements elsewhere in this Section. 2. Fabricate miscellaneous aluminum shapes and plates as shown. Furnish welded and mitered angle frames and other fabrications complete with welded anchors attached. Furnish all miscellaneous aluminum shown but not otherwise detailed. Structural shapes and extruded items shall comply with the dimensions on the Drawings within the tolerances published by the Aluminum Association. 3. Weld aluminum work on the unexposed side when possible in order to prevent pitting or discoloration of exposed aluminum surfaces. C. Finishes 1. All exposed aluminum surfaces shall have anodized finish unless otherwise specified. Apply a coat of methacrylate lacquer to all aluminum before shipment. 2.03 FERROUS METALS A. Structural Steel: 1. All rolled structural shapes, plates and bars must meet the standards for ASTM A992 and ASTM A572, Grade 50 unless otherwise shown in the Drawings. CORP2000479 05 50 00-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION MISCELLANEOUS METAL FABRICATIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 2. Clip angles, stiffeners, plates and other detail items must conform to standards of the main member to which the items are attached unless noted otherwise. B. Steel Pipe 1. Conform to ASTM A53, Type E or S, Grade B, welded or seamless. No hydrostatic tests required. C. Structural Steel Tubing: 1. Conform to ASTM A500, Grade B, with minimum yield strength of 46,000 psi. No hydrostatic tests required. D. Stainless Steel: 1. Use the stainless steel grade indicated on the drawings (304 or 316). Where the grade is not specified use AISI 316. Use a weldable (304L or 316L) grade of stainless steel for welded items. 2. For all stainless steel, required minimum yield strength is as follows unless otherwise noted on the Drawings. a. 304 or 316: 30,000 psi. b. 304L or 316L: 25,000 psi. E. Slotted Channel Framing: 1. Galvanized steel cold-formed metal channels with flange edges returned toward web and with 9/16-inch wide slotted holes in webs at 2 inches on center. 2. Fabricate from steel conforming to ASTM A1101, GR 33. 3. Channel width: a. As indicated on the Drawings. 4. Channel depth: a. As indicated on the Drawings. F. Gray-Iron Castings: 1. Gray iron castings conforming to ASTM A48, Class 30 unless another class is indicated or required by structural loads. 2.04 FASTENERS: A. Provide ASTM F593, Type 316 fasteners for exterior use or when called for in the Drawings. B. Structural Steel Bolts, Nuts & Washers 1. Bolts & Nuts: a. Use high-strength bolts, conforming to ASTM A325 with hex nuts. 2. Washers a. Plain washers, use round, carbon steel, ASME B18.22.1. b. Lock washers, use helical, spring type, carbon steel, ASME B18.22.1. 2.05 SHELF ANGLES A. Fabricate shelf angles from steel angles of sizes indicated and for attachment to concrete framing. Provide horizontally slotted holes to receive 3/4-inch bolts, spaced not more than 6 inches from ends and 24 inches o.c., unless otherwise indicated in the Drawings. CORP2000479 05 50 00-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION MISCELLANEOUS METAL FABRICATIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 B. For cavity walls, provide vertical channel brackets to support angles from backup masonry and concrete. Align expansion joints in angles with indicated control and expansion joints in cavity-wall exterior wythe. C. Galvanized shelf angles to be installed in exterior walls. D. Furnish wedge-type concrete inserts, complete with fasteners, to attach shelf angles to cast-in-place concrete unless otherwise indicated in the Drawings. 2.06 PIPE BOLLARDS A. Fabricate pipe bollards from Schedule 80 steel pipe. Cap bollards consistent with details in the Drawings. B. Where indicated, fabricate bollards with steel baseplates for bolting to concrete slab. Drill baseplates at all four corners for anchor bolts. Base plate and anchor bolts size shall be as shown on Drawings. Where bollards are to be anchored to sloping concrete slabs, angle base plates for plumb alignment of bollards. 2.07 PREFABRICATED ACCESS HATCHES A. Hatches: 1. General Requirements: a. Provide prefabricated access hatches of the sizes and types shown on the Drawings. b. Door leaf(s) shall be aluminum diamond plate as shown on Drawings. c. Unless otherwise noted on the Drawings, use pivot torsion bars for counterbalance or spring operators for easy operation. Doors shall open to 90 degrees with automatic door hold open and shall be provided with a grip handle to release the cover for closing. d. Hardware shall be durable and corrosion resistant with Type 316 stainless steel hardware used throughout. Provide removable lock handle. e. Provide factory mill finish and bituminous coating to the exterior of the frames. Where specified to be watertight, a 1-1/2-inch drainage coupling shall be provided in the perimeter channel frame. f. Break bond between dissimilar metals using a heavy coat of alkali resistant bituminous paint, or other coating recommended by the Manufacturer that will provide equivalent protection. Otherwise, hatches used at exposed exterior locations shall be weather stripped or sealed to resist penetration of water. Embedded frame with embedment anchors shall be supplied by the hatch Manufacturer. g. Manufacturers shall provide access hatch with aluminum safety grating panel installed beneath access covers to provide additional protection against fall through accidents when the cover is left in the open position. The aluminum grating panel shall be designed, anchored, etc., by the hatch Manufacturer. 2. Load Requirements: a. Pedestrian Access Only: (i) Hatches subjected to pedestrian access only shall be designed to withstand an unfactored live load of 125 pounds per square foot. b. Vehicular Access: CORP2000479 05 50 00-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION MISCELLANEOUS METAL FABRICATIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 (i) Hatches subjected to vehicular traffic shall be designed to withstand an unfactored concentrated wheel loading (live load) of 16,000 lbs with an impact factor of 1.33 over a 20 inch by 10 inch tire contact area or an unfactored live load of 250 pounds per square foot, whichever produces the greatest stresses. 3. Safety Requirements: a. Provide hinged hatch safety grating meeting OSHA 29 CFR1926.502(c) requirements for fall protection for access doors. 4. Acceptable Manufacturers: Subject to compliance with requirements, provide prefabricated roof hatch units by one of the following: a. Halliday Products, Inc., Orlando, FL. b. Bilco Company; New Haven, CT. (i) Type J for Single Leaf. (ii) Type JD for Double Leaf. B. Roof Scuttles: 1. General Requirements: a. Provide prefabricated roof scuttles of the sizes and types shown on the Drawings. 2. Cover: a. Galvanized steel with 3-inch bedded flange, neatly welded. Curb shall be 12- inch in height and galvanized steel. b. Cover shall be equipped with an automatic hold-open arm complete with vinyl grip handle to permit easy release. c. Equip units with complete hardware set including padlock, and both interior and exterior hatch handles. All hardware shall be Type 316 stainless steel. 3. Provide factory mill finish and bituminous coating to the exterior of the frames. Break bond between dissimilar metals as specified for Hatches. 4. Roof Scuttles shall be weather stripped or sealed to resist penetration of water as required. Embedded frame with embedment anchors shall be supplied by the Manufacturer. 5. Acceptable Manufacturers: Subject to compliance with requirements, provide prefabricated roof scuttle units by one of the following: a. Halliday Products, Inc., Orlando, FL. b. Bilco Company; New Haven, CT. 2.08 GALVANIZING: A. Hot-dipped zinc coat structural items specifically designated as galvanized after fabrication. Conform to the applicable standard, ASTM A123 or ASTM A153. B. Use repair coating which conforms to ASTM A780. Acceptable products include: 1. Carboline Carbo Zinc No. 11. 2. Galv-Weld Products Galv-Weld Alloy. 3. Koppers Organic Zinc coating. C. Unless otherwise noted all structural steel shall be galvanized. CORP2000479 05 50 00-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION MISCELLANEOUS METAL FABRICATIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 2.09 FABRICATION A. Fabricate according to industry reference standards, codes, and these specifications unless directed or shown otherwise. B. Preassemble items in shop to greatest extent possible to minimize field splicing and assembly. Disassemble units only as necessary for shipping and handling limitations. Use connections that maintain structural value of joined pieces. Clearly mark units for reassembly and coordinated installation. C. Shear and punch metals cleanly and accurately. Remove burrs. D. Ease exposed edges to a radius of approximately 1/32-inch (1 mm), unless otherwise indicated. Form bent-metal corners to smallest radius possible without causing grain separation or otherwise impairing work. E. Weld corners and seams continuously to comply with the following: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. At exposed connections, finish exposed welds and surfaces smooth and blended so no roughness shows after finishing and contour of welded surface matches that of adjacent surface. F. Provide for anchorage of type indicated; coordinate with supporting structure. Fabricate and space anchoring devices to secure metal fabrications rigidly in place and to support indicated loads. G. Cut, reinforce, drill, and tap metal fabrications as indicated to receive finish hardware, screws, and similar items. H. Fabricate joints that will be exposed to weather in a manner to exclude water, or provide weep holes where water may accumulate. I. Allow for thermal movement resulting from the following maximum change (range) in ambient and surface temperatures by preventing buckling, opening up of joints, overstressing of components, failure of connections, and other detrimental effects. Base engineering calculation on surface temperatures of materials due to both solar heat gain and nighttime-sky heat loss. Temperature Change (Range): 120 deg F (67 deg C), ambient; 180 deg F (100 deg C), material surfaces. J. Form exposed work true to line and level with accurate angles and surfaces and straight sharp edges. K. Remove sharp or rough areas on exposed traffic surfaces. L. Form exposed connections with hairline joints, flush and smooth, using concealed fasteners where possible. Use exposed fasteners of type indicated or, if not indicated, Phillips flat-head (countersunk) screws or bolts. Locate joints where least conspicuous. 2.10 WELDING A. Perform welding in accord with the AWS reference standard. Use procedures such as preheat or interpass temperature as recommended by AWS standards. CORP2000479 05 50 00-8 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION MISCELLANEOUS METAL FABRICATIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 B. All shop and field welding must be performed by qualified welders who hold current welding certificates. C. Surfaces to be welded must be free of loose scale, slag, rust, grease, paint and other foreign material. Mill scale which withstands vigorous wire brushing may remain. D. Joint surfaces must be free of fins and tears caused by shearing. Wherever practicable, prepare edges by gas cutting using a mechanically guided torch. E. Electrodes: 1. For structural steel, use AWS Low Hydrogen, Electrode E70XX Series suitable for the welding process used. 2. For stainless steel, use 70 ksi minimum tensile strength filler material suitable for base metals and welding process in accordance with AWS specifications. 3. For aluminum, use filler alloy 5356 in accordance with AWS specifications. 4. Protect electrodes from exposure to moisture and coating. F. If shop welding is done by automatic, submerged arc process, verify that physical properties of deposited weld metal will be similar to properties of the base metal. G. No welding shall be done when the temperature of the base metal is below 32°F. H. The cover bead or finish pass must have a smooth, uniform surface with reinforcement of 1/16 to 1/8 inch. Surface voids, cracks in finish weldments, or undercutting of base metal at the fusion line is not acceptable. 2.11 SURFACE PREPARATION AND PAINTING A. All surfaces shall be prepared and finished in accordance with Division 9 requirements unless otherwise noted in the Drawings. Structural steel shall be shop primed. Stainless steel shall not be coated unless otherwise specified in the Drawings or elsewhere in the Specifications. B. Galvanize structural steel items specifically shown or specified as galvanized in the Drawings. Members that are warped during the galvanizing process will be rejected. 2.12 INSPECTION AND TESTING A. Mill or shop inspection and non-destructive testing (in addition to field inspection and non-destructive testing) may be done by the Owner. B. Inspection in mill, shop, or field in no way relieves the Contractor from their responsibility to furnish satisfactory materials. Right is reserved to reject material at any time before final acceptance if material and workmanship do not conform to drawings and specifications. PART 3 EXECUTION 3.01 ERECTION A. Erect the structure according to AISC specifications and codes and reviewed shop drawings. B. Give careful attention to leveling and plumbing of structural steel at all stages of construction. CORP2000479 05 50 00-9 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION MISCELLANEOUS METAL FABRICATIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 C. Provide temporary shoring and bracing of sufficient strength to support imposed loads. Remove temporary shoring and bracing when permanent members are fully in place and all final connections have been made. D. Furnish templates for setting anchor bolts in concrete. E. Support column base plates on steel wedges with no portion of a wedge within one inch of base plate edge. Apply grout at base plates according to Manufacturer's recommendations. F. Driftpins may be used only to bring parts together if used carefully so as not to distort or damage metal. G. Connections shall be welded or bolted as shown. Weld as previously specified in this section. Install high strength bolts according to the RCRBSJ reference standard. Tighten by turn-of-the-nut method. 3.02 FIELD MODIFICATION A. Field modification of structural steel members or assemblies is not permitted. Fabrication errors shall be corrected in the shop unless written approval is obtained in advance from the Engineer. B. The use of a gas cutting torch for correcting fabrication errors or fit up issues is not permitted. C. Where field holes are called for in the Drawings or reviewed shop drawings, create holes by drilling only. 3.03 INSTALLING MISCELLANEOUS FRAMING AND SUPPORTS A. Install framing and supports to comply with requirements of items being supported, including Manufacturers' written instructions and requirements indicated on Shop Drawings, if any. 3.04 INSTALLING PIPE BOLLARDS A. Anchor bollards in place with concrete footings as shown in the Drawings. Support and brace bollards in position in footing excavations until concrete has been placed and cured. 3.05 ADJUSTING AND CLEANING A. Touchup Painting: 1. Immediately after erection, clean field welds, bolted connections, and abraded areas of shop paint, and paint exposed areas with the same material as used for shop painting to comply with SSPC-PA1 for touching up shop-painted surfaces. Apply by brush or spray to provide a minimum 2.0-mil dry film thickness. 2. Cleaning and touchup painting of field welds, bolted connections, and abraded areas of shop paint are specified in Section 09 90 00 — Painting. B. Repair of Galvanized Surfaces: 1. Thoroughly clean field welds, bolted connections, abrasions, abraded areas and galvanized surfaces damaged from welding, handling, or installation shall be repaired immediately after installation with galvanizing repair material. Apply matching galvanized repair coat as specified in this Section. Galvanizing repair shall CORP2000479 05 50 00-10 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION MISCELLANEOUS METAL FABRICATIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 be performed and completed before concrete is placed. Any member requiring repair of more than 2 percent of the surface area shall be rejected. END OF SECTION CORP2000479 05 50 00-11 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION MISCELLANEOUS METAL FABRICATIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 06 10 00 ROUGH CARPENTRY PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required to fabricate and install lumber, plywood, wood treatments, fasteners and related assemblies as required by the Drawings and Specifications. 1.02 RELATED WORK A. Division 03 — Concrete B. Division 05 — Metals C. Division 06 — Wood, Plastics and Composites 1.03 SUBMITTALS A. Shop Drawings: 1. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. 2. 3. Submit detailed shop drawings showing sizes of members, method of assembly, anchorage, and connection to other members for approval prior to fabrication. B. Product Data: 1. Submit all Manufacturer's product data for wood preservative and fire retardant treatment materials. C. Certificates: 1. Pressure Treated Wood. a. Submit certification by treating plant stating chemicals and process used, net amount of salts retained, and conformance with referenced standards. 2. Preservative Treated Wood. a. Submit certification for water borne preservative that moisture content was reduced to maximum 19 percent for lumber and 15 percent for plywood after treatment. 3. Fire Retardant Treated Wood a. Submit certification by testing plant stating chemicals and process used, conformance with referenced standards and governing ordinances, and non-bleeding quality of the treatment. 1.04 REFERENCE STANDARDS A. International Code Council 1. International Building Code (IBC) B. American Society of Civil Engineers (ASCE) 1. ASCE-7: Minimum Design Loads for Buildings and Other Structures. C. United States Department of Labor: CORP2000479 06 1000-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ROUGH CARPENTRY DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1. OHSA Regulations (Standards - 29 CFR); Part 1926 - Safety and Health Regulations for Construction. D. ANSI/AWC NDS National Design Specification (NDS) for Wood Construction E. National Institute of Standards and Technology (NIST) 1. Voluntary Product Standard PS-109 F. American Softwood Lumber Standard 1. PS-20 G. Southern Pine Inspection Bureau (SPIB) 1. Standard Grading Rules for Southern Pine Lumber. H. West Coast Lumber Inspection Bureau (WCLIBB) 1. Standard No. 17 Grading Rules for West Coast Lumber. I. Western Wood Products Association (WWPA) 1. Western Lumber Grading Rules. J. The American Wood Protection Association (AWPA) 1. AWPA Book of Standards. K. American Society for Testing and Materials (ASTM): 1. ASTM D245 - Standard Practice for Establishing Structural Grades and Related Allowable Properties for Visually Graded Lumber. 2. ASTM D1990 - Standard Practice for Establishing Allowable Properties for Visually- Graded Dimension Lumber from In-Grade Tests of Full-Size Specimens. 3. ASTM D2555 - Standard Practice for Establishing Clear Wood Strength Values. 4. ASTM D2915 - Standard Practice for Sampling and Data-Analysis for Structural Wood and Wood-Based Products. 5. ASTM E84 - Standard Test Method for Surface Burning Characteristics of Building Materials. 1.05 QUALITY ASSURANCE A. Grade lumber, plywood and wood species in accordance with Voluntary Product Standards. All grading rules under the following associations shall apply: 1. Southern Pine Inspection Bureau (SPIB). 2. West Coast Lumber Inspection Bureau (WCLIBB). 3. Western Wood Products Association (WWPA). B. Identify lumber and plywood by official grade mark. 1. For lumber, include symbol of grading agency, mill name, grade, species, grading rules and condition of seasoning at time of manufacturer. 2. For plywood, include type, class identification index, and agency mark. C. Requirements of Regulatory Agencies 1. Preservative and Pressure Treated Lumber and Plywood: Comply with American Wood Preservers Bureau Standards. 2. Fire Retardant Treated Materials: Comply with Underwriters Laboratories, Inc. and ASTM E84, for maximum flame spread of 25. CORP2000479 06 1000-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ROUGH CARPENTRY DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, STORAGE, AND HANDLING A. Protect plywood and lumber against water, mortar, paint and other damage during transportation, storage, installation, and until adjacent work by other trades is complete. B. Store products above ground, on platforms or skids, and covered with waterproof coverings. Provide for air circulation. Do not store in damp or wet locations. C. Store products so as to prevent warping and distortion. 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 WARRANTY/EXTENDED WARRANTY (NOT USED) 1.10 COORDINATION A. The Work of this Section shall be completely coordinated with the Work of other Sections. Verify at the Site the dimensions and the Work of other trades adjoining items of Work in this Section before fabricating or installing the items specified. B. Furnish to the pertinent trades all items included under this Section that are to be built into the Work of other Sections. PART 2 PRODUCTS 2.01 MATERIALS A. General 1. Where stress rating values are given in lieu of grades, select any quality which meets the structural requirements. B. Lumber 1. Grading Rules: a. American Softwood Lumber Standard: PS 20-10. 2. Dimensions: a. Lumber dimensions are nominal except for posts and timbers; actual dimensions conform to industry standards established by the American Lumber Standards Committee and applicable rules writing agencies. b. Provide sizes as detailed. 3. Moisture Content: a. 19 percent maximum moisture content after treatments for fire retardant and preservative treated woods. 4. Surfacing: a. Surface four sides (S4S), unless noted otherwise. 5. Species: a. Southern Yellow Pine or West Coast Douglas Fir, as specified on the Drawings. 6. Uses, Grades & Stress Ratings: a. As specified on the Drawings. C. Plywood 1. Grading Rules: CORP2000479 06 1000-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ROUGH CARPENTRY DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 a. Structural Plywood: NIST PS 01-07. 2. Exposures: a. Provide exposure ratings as indicated. 3. Thickness: a. As specified on the Drawings. 4. Uses, Grades & Stress Ratings: a. As specified on the Drawings. D. Fasteners 1. Provide fasteners as specified in the Drawings. 2.02 WOOD TREATMENTS A. Preservative Treated Wood 1. Preservative treat fascia blocking, roof edging, sill plates and grounds in contact with concrete, except on interior of building; roof curbs, cants and nailers for flashing, and elsewhere as noted or shown. 2. Use waterborne salt preservatives per AWPA requirements. Redry lumber to maximum 19 percent moisture content. Redry plywood and particleboard to 15 percent maximum moisture content. 3. Field treat surface cuts and holes per AWPA requirements. B. Fire Retardant Treated Wood 1. Use fire retardant treated wood for all plywood decking and wood blocking within return air plenums, blocking within walls, in other areas required by referenced building codes and elsewhere as noted or shown. 2. Comply with AWPA C20 for lumber and AWPA C27 for sheet materials. 3. All fire retardant treated wood shall have a tested flame spread rating of 25 or less in accordance with ASTM E84. 4. Use fire retardant treatment which will not bleed through or adversely affect type of finish indicated and which does not require brush treatment of field made end cuts to maintain fire hazard classification. PART 3 EXECUTION 3.01 INSPECTION A. Verify that surfaces and conditions are ready to receive work of this section. Notify Engineer of any existing conditions which will adversely affect execution. Beginning of execution will constitute acceptance of existing conditions. 3.02 INSTALLATION A. General 1. Discard units of material with defects which might impair quality of work, and units which are too small to fabricate work with minimum joints or optimum joint arrangement. 2. Set carpentry work accurately to required levels and lines, with members plumb and true and accurately cut and fitted. Scribe and cope as required. CORP2000479 06 1000-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ROUGH CARPENTRY DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 3. Securely attach carpentry work to substrates by anchoring and fastening as required by recognized standards and as required to draw members into place and securely hold same unless otherwise indicated. Use washers under all bolt heads. 4. Select fasteners of size that will not penetrate members where opposite side will be exposed to view or will receive finish materials. 5. Make tight connections between members to develop full strength of members. 6. Install fasteners without splitting of wood. 7. Predrill as necessary. 8. Comply with APA E30a requirements for plywood. 9. Install fasteners at spacings recommended by NFPA National Design Specifications for Stress Grade Lumber and Its Fastening for lumber and APA Guide E30e for Plywood, unless more restrictive code requirements or the Drawings dictate tighter spacing or heavier fasteners. 10. Locate members as indicated on the drawings. Do not change size, spacing or spans without specific written approval of Architect/Engineer. Take care to place proper grades and species of members where indicated in accordance with the Drawings and with this Section. 11. Temporarily brace framing until framing is completed and securely anchored. Leave temporary bracing in place as long as required for safety. As work progresses, securely connect work to compensate for dead load, wind and erection stresses. B. Wood Grounds, Nailers, Cants, and Blocking 1. Provide where required for screeding or attachment of other work. 2. Form to shapes cut as necessary for true line and level of work to be attached. 3. Coordinate location with other work involved. 4. Attach to substrates to support applied loading. 5. Countersink bolts and nuts flush with surfaces and where built into masonry work. 6. Where possible, anchor to formwork before concrete placement. 7. Provide permanent grounds of dressed, preservative treated, key beveled lumber not less than 1/2 inch wide, and of thickness required to bring face of ground to exact thickness of finish material involved. 8. Provide continuous blocking. 9. Remove temporary grounds when no longer required. 10. Provide solid preservative cants where roof surfaces meet walls, curbs or other vertical projections. C. Plywood Roof Sheathing 1. Install with long edge perpendicular to framing, with edges set so that joints of 1/8 inch width occur. 2. Place ends over framing members. 3. Unless otherwise detailed, secure with galvanized power driven screws to each support spacing fasteners at 12 inch on center for intermediate supports and 6 inch on center for end supports. 3.03 FIELD QUALITY CONTROL A. Tolerances CORP2000479 06 1000-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ROUGH CARPENTRY DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1. Framing members: a. 1/4 inch maximum from true position. 2. Surface flatness of roofs &floors: a. 1/4 inch in 10 feet maximum. B. Protection 1. Protect products from moisture absorption and subsequent warping or deterioration until subsequent construction can proceed. END OF SECTION CORP2000479 06 1000-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ROUGH CARPENTRY DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 07 22 16 ROOF BOARD INSULATION PART 1 GENERAL 1.01 SCOPE OF WORK A. Flat Polyisocyanurate Roof Insulation. 1.02 RELATED WORK A. Section 06 10 00 — Rough Carpentry. 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Product Data: Manufacturer's data sheets on each product to be used, including: 1. Preparation instructions and recommendations. 2. Storage and handling requirements and recommendations. 3. Installation methods. C. Shop Drawings: Roof plan showing slopes, layout of boards and fastening patterns. D. Verification Samples: For each finish product specified, two samples, representing actual product. 1. Submit 6 by 6 inch (152 mm by 152 mm) samples of each board type required. 2. Submit samples of each fastener type required. E. Manufacturer's Certificates: Manufacturer's certification that materials meet or exceed specification requirements. 1.04 REFERENCE STANDARDS A. ASTM C 209 - Methods of Testing Insulating Board, Structural and Decorative. B. ASTM C 518 - Standard Test Method for Steady-State Thermal Transmission Properties by Means of the Heat Flow Meter Apparatus C. ASTM C 1289 - Standard Specification for Faced Rigid Cellular Thermal Insulation Board. D. ASTM C 1303 - Standard Test Method for Estimating the Long Term Change in the Thermal Resistance of Unfaced Closed Cell Plastic Foams by Slicing and Scaling Under Controlled Laboratory Conditions. E. ASTM D 312 - Standard Specification for Asphalt Used in Roofing. F. ASTM D 1621 - Test Methods for Compressive Properties of Rigid Cellular Plastics. CORP2000479 0722 16-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ROOF BOARD INSULATION DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 G. ASTM E 84 - Surface Burning Characteristics of Building Materials. H. ASTM E 96 - Test Method for Water Vapor Transmission of Materials. I. ASTM E 108 - Standard Tests Method for Fire Tests of Roof Coverings. J. ASTM E 119 - Standard Test Methods for Fire Tests Of Building Construction and Materials. K. FM Approval Guide - FM 4470 Approval Standard - Class I Roof Covering. L. UL 263 - Fire Tests of Building Construction and Materials. M. UL 790 - Tests for Fire Resistance of Roof Covering Materials. N. UL 1256 - Fire Test of Roof Deck Constructions. 1.05 QUALITY ASSURANCE (NOT USED) 1.06 SYSTEM DESCRIPTION/ DESIGN REQUIREMENTS A. Performance Requirements: 1. UL Assemblies: a. Component of Class A Roof System - UL 790. b. Hourly Rated P series roof assemblies (UL 263 foam core only) P 225, 230, 232, 259, 508, 510, 514, 519, 701, 713, 717, 718, 719, 720, 722, 723, 724, 727, 728, 729, 730, 732, 734, 735, 739, 801, 814, 815, 818, 819, 823, 824, 826, 827, 828, 832. 2. Factory Mutual: a. FM 4470 Approval Standard - Class I Roof Covering (Foam Core Only). b. FM Class 1 approval, Class 1 Fire and 1-90 windstorm classification (FM 4450). B. Physical properties (Foam Core Only): 1. Compressive Strength: ASTM D 1621 and ASTM C 1289, Type II, 20 psi (138 kPa) minimum for Grade 2 and 25 psi (172 kPa) for Grade 3. 2. Dimensional Stability: ASTM D 2126, 2 percent linear change (7 days). 3. Moisture Vapor Transmission: ASTM E 96, < 1 perm ((57.5ng/(Pa s m2)). 4. Water Absorption: ASTM C 209, < 1 percent by volume. 5. Service Temperature: Minus 100 degrees to 250 degrees F (Minus 73 degrees C to 122 degrees C). 1.07 DELIVERY,HANDLING AND STORAGE A. Store products in manufacturer's unopened packaging until ready for installation. B. Stack insulation on pallets above ground or roof deck. C. Slit or remove packaging to permit ventilation and cover with breathable tarpaulin or other suitable waterproof coverings. CORP2000479 0722 16-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ROOF BOARD INSULATION DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1.08 MAINTENANCE/ SPARE PARTS (NOT USED) 1.09 EXTENDED WARRANTY (NOT USED) 1.10 PROJECT CONDITIONS A. Maintain environmental conditions (temperature, humidity, and ventilation) within limits recommended by manufacturer for optimum results. Do not install products under environmental conditions outside manufacturer's absolute limits. B. Do not install insulation on roof deck when water of any type is present. Do not apply roofing materials when substrate is damp or wet or when proper adhesive temperature cannot be maintained. 1.11 COORDINATION A. Coordinate work with installation of roof covering and associated roof penetrations and counterf lashings installed by other sections as work of this section proceeds. PART 2 PRODUCTS 2.01 MATERIAL A. Foam Roof Insulation Bonded to Wood Fiberboard: H-Shield-WF; closed-cell polyisocyanurate foam core and bonded to fiber-reinforced facers on one side and 1/2 inch (12 mm) asphalt coated high density wood fiberboard on the other; conforming to ASTM C 1289, Type IV with square edges. 1. Blowing Agent: Zero ODP, 3rd generation. 2. Fire Ratings: a. UL 1256, No. 120 and 123. b. UL 790 (ASTM E 108), Class A. c. UL 263 (ASTM E 119). d. FM 4450/4470, Class 1. Fire Rating. 3. FM Approval, Wind Uplift Classification: 1-90. 4. Compressive Strength: 20 pounds per square inch (138 kPa) Grade 2. 5. R Value: Provide Insulation with LTTR (Long Term Thermal Resistance) in accordance with ASTM C 1289. Minimum thickness of panels shall be as follows: a. Thickness 3.00 inch (76 mm), R Value 16.66. 2.02 MANUFACTURERS A. Acceptable Manufacturer: Hunter Panels, Portland, ME 04101; 888-746-1114; www.hunterpanels.com B. Requests for substitutions will be considered in accordance with provisions of Section 01600. CORP2000479 0722 16-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ROOF BOARD INSULATION DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 2.03 ACCESSORIES A. Approved Fasteners: Appropriate for purpose intended and approved by FM Approvals and system manufacturer; length required for thickness of insulation material and penetration of deck substrate, with distribution plates if required. B. Base Ply: As recommended by membrane manufacturer. C. Asphalt Bitumen: ASTM D 312, Type III, or Type IV. 1. Use only on approved board insulation types. 2. Provide with labels indicating flash point, softening point, finished blowing temperature and equiviscous temperature. D. Cant Strip and Tapered Edge Strip: Standard machine cut perlite or wood fiberboard strips in sizes indicated or required. PART 3 EXECUTION 3.01 DEMOLITION/ PREPARATION A. Clean surfaces thoroughly prior to installation. B. Prepare surfaces using the methods recommended by the manufacturer for achieving the best result for the substrate under the project conditions. C. Apply vapor barrier and or retarder, as specified by the Engineer or required by the local building code, to decking prior to installation of insulation. 3.02 INSTALLATION A. Install specified insulation in accordance with manufacturer's latest printed instructions and as required by governing codes and Owner's insurance carrier. B. Do not leave installed insulation exposed to weather. Cover and waterproof immediately after installation. C. Seal exposed insulation joints at the end of each day. Remove seal when work resumes. D. Remove installed insulation that has become wet or damaged and replace with new solid and dry insulation material. 3.03 CLEANING A. Remove trash and construction debris from insulation before application of roofing membrane. 3.04 EXAMINATION A. Do not begin installation until substrates have been properly prepared. CORP2000479 0722 16-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ROOF BOARD INSULATION DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 B. Examine roof deck for suitability to receive insulation. Verify that substrate is dry, clean, and free of foreign material that will damage insulation installation. C. Verify that roof drains, scuppers, roof curbs, nailers, equipment supports, vents, and other roof accessories are secured properly and installed in conformance with drawings and submittals. D. Verify that deck is structurally sound to support installers, materials, and equipment without damaging or deforming work. E. If substrate preparation is the responsibility of another installer, notify Engineer of unsatisfactory preparation before proceeding. 3.05 PROTECTION A. Protect installed products until completion of project. B. Protect installed insulation traffic by use of protective covering materials during and after installation. C. Cover the top and edges of unfinished roof panel work to protect it from the weather and to prevent accumulation of water in the cores of the panels. D. Do not leave panels exposed to moisture. Wet panels shall be removed or allowed to completely dry prior to application of vapor barrier and/or roof covering. E. Repair or replace damaged products before Substantial Completion. END OF SECTION CORP2000479 0722 16-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ROOF BOARD INSULATION DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 07 54 23 THERMOPLASTIC-POLYOLEFIN ROOFING PART 1 GENERAL 1.01 SCOPE OF WORK A. Section Includes: 1. Adhered thermoplastic polyolefin (TPO) roofing system. 2. Vapor retarder. 3. Roof insulation. 1.02 RELATED WORK A. Division 06 — Woods, Plastics, and Composites B. Division 07 —Thermal and Moisture Protection 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Condi- tions and the Contract Documents. B. Product Data: For each type of product. C. Shop Drawings: For roofing system. Include plans, elevations, sections, details, and attachments to other work, including: 1. Base flashings and membrane terminations. 2. Insulation fastening patterns for corner, perimeter, and field-of-roof locations. D. Samples for Verification: For the following products: 1. Sheet roofing, of color required as selected by Owner. E. Informational Submittals 1. Qualification Data: For Installer and manufacturer. 2. Manufacturer Certificates: Signed by roofing manufacturer certifying that roofing system complies with requirements specified in "Performance Requirements" Arti- cle. a. Submit evidence of compliance with performance requirements. 3. Product Test Reports: For components of roofing system, tests performed by man- ufacturer and witnessed by a qualified testing agency. 4. Research/Evaluation Reports: For components of roofing system, from ICC-ES. 5. Field quality-control reports. 6. Sample Warranties: For manufacturer's special warranties. F. Closeout Submittals 1. Maintenance Data: For roofing system to include in maintenance manuals. CORP2000479 07 54 23-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION THERMOPLASTIC-POLYOLEFIN ROOFING DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1.04 REFERENCE STANDARDS (NOT USED) 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications: A qualified manufacturer that is UL listed for roofing system identical to that used for this Project. B. Installer Qualifications: A qualified firm that is approved, authorized, or licensed by roof- ing system manufacturer to install manufacturer's product and that is eligible to receive manufacturer's special warranty. 1.06 SYSTEM DESCRIPTION/ DESIGN REQUIREMENTS A. General Performance: Installed roofing and base flashings shall withstand specified up- lift pressures, thermally induced movement, and exposure to weather without failure due to defective manufacture, fabrication, installation, or other defects in construction. Roofing and base flashings shall remain watertight. 1. Accelerated Weathering: Roofing system shall withstand 2000 hours of exposure when tested according to ASTM G 152, ASTM G 154, or ASTM G 155. 2. Impact Resistance: Roofing system shall resist impact damage when tested accord- ing to ASTM D 3746 or ASTM D 4272. B. Material Compatibility: Roofing materials shall be compatible with one another and ad- jacent materials under conditions of service and application required, as demonstrated by roofing manufacturer based on testing and field experience. C. Roofing System Design: Tested by a qualified testing agency to resist the following uplift pressures: 1. Corner Uplift Pressure: Per IBC 2012 and ASCE 7-10. 2. Perimeter Uplift Pressure: Per IBC 2012 and ASCE 7-10. 3. Field-of-Roof Uplift Pressure: Per IBC 2012 and ASCE 7-10. D. FM Global Listing: Roofing, base flashings, and component materials shall comply with requirements in FM Global 4450 or FM Global 4470 as part of a built-up roofing system, and shall be listed in FM Global's "RoofNav" for Class 1 or noncombustible construction, as applicable. Identify materials with FM Global markings. 1. Fire/Windstorm Classification: Class 1A-90. 2. Hail-Resistance Rating: SH. E. Energy Performance: Roofing system shall have an initial solar reflectance of not less than 0.70 and an emissivity of not less than 0.75 when tested according to CRRC-1. F. Exterior Fire-Test Exposure: ASTM E 108 or UL 790, Class A for application and roof slopes indicated; testing by a qualified testing agency. Identify products with appropri- ate markings of applicable testing agency. G. Fire-Resistance Ratings: Comply with fire-resistance-rated assembly designs indicated. Identify products with appropriate markings of applicable testing agency. CORP2000479 07 54 23-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION THERMOPLASTIC-POLYOLEFIN ROOFING DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1.07 DELIVERY, HANDLING AND STORAGE A. Deliver roofing materials to Project site in original containers with seals unbroken and labeled with manufacturer's name, product brand name and type, date of manufacture, approval or listing agency markings, and directions for storing and mixing with other components. B. Store liquid materials in their original undamaged containers in a clean, dry, protected location and within the temperature range required by roofing system manufacturer. Protect stored liquid material from direct sunlight. 1. Discard and legally dispose of liquid material that cannot be applied within its stated shelf life. C. Protect roof insulation materials from physical damage and from deterioration by sun- light, moisture, soiling, and other sources. Store in a dry location. Comply with insulation manufacturer's written instructions for handling, storing, and protecting during installa- tion. D. Handle and store roofing materials, and place equipment in a manner to avoid perma- nent deflection of deck. 1.08 MAINTENANCE/ SPARE PARTS (NOT USED) 1.09 EXTENDED WARRANTY A. Special Warranty: Manufacturer agrees to repair or replace components of roofing sys- tem that fail in materials or workmanship within specified warranty period. 1. Special warranty includes roofing, base flashings, roof insulation, fasteners, cover boards, substrate board, roofing accessories, and other components of roofing sys- tem. 2. Warranty Period: 15 years from date of Substantial Completion. B. Special Project Warranty: Submit roofing Installer's warranty, signed by Installer, cov- ering the Work of this Section, including all components of roofing system such as roof- ing, base flashing, roof insulation, fasteners, cover boards, substrate boards, vapor re- tarders, roof pavers, and walkway products, for the following warranty period: 1. Warranty Period: Two years from date of Substantial Completion. C. ROOFING INSTALLER'S WARRANTY FORMAT WHEREAS of , herein called the "Roofing Installer," has performed roofing and associated work ("work") on the following project: 1. Owner: <Insert name of Owner>. 2. Address: <Insert address>. 3. Building Name/Type: <Insert information>. 4. Address: <Insert address>. 5. Area of Work: <Insert information>. 6. Acceptance Date: 7. Warranty Period: <Insert time>. CORP2000479 07 54 23-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION THERMOPLASTIC-POLYOLEFIN ROOFING DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 8. Expiration Date: AND WHEREAS Roofing Installer has contracted (either directly with Owner or indirectly as a subcontractor) to warrant said work against leaks and faulty or defective materials and workmanship for designated Warranty Period, NOW THEREFORE Roofing Installer hereby warrants, subject to terms and conditions herein set forth, that during Warranty Period he will, at his own cost and expense, make or cause to be made such repairs to or replacements of said work as are necessary to correct faulty and defective work and as are necessary to maintain said work in a wa- tertight condition. D. This Warranty is made subject to the following terms and conditions: 1. Specifically excluded from this Warranty are damages to work and other parts of the building, and to building contents, caused by: a. Lightning; b. Peak gust wind speed per IBC 2018 and ASCE 7-10. c. Fire; d. Failure of roofing system substrate, including cracking, settlement, excessive deflection, deterioration, and decomposition; e. Vapor condensation on bottom of roofing; and f. Activity on roofing by others, including construction contractors, maintenance personnel, other persons, and animals, whether authorized or unauthorized by Owner. 2. When work has been damaged by any of foregoing causes, Warranty shall be null and void until such damage has been repaired by Roofing Installer and until cost and expense thereof have been paid by Owner or by another responsible party so designated. 3. Roofing Installer is responsible for damage to work covered by this Warranty but is not liable for consequential damages to building or building contents resulting from leaks or faults or defects of work. 4. During Warranty Period, if Owner allows alteration of work by anyone other than Roofing Installer, including cutting, patching, and maintenance in connection with penetrations, attachment of other work, and positioning of anything on roof, this Warranty shall become null and void on date of said alterations, but only to the extent said alterations affect work covered by this Warranty. If Owner engages Roofing Installer to perform said alterations, Warranty shall not become null and void unless Roofing Installer, before starting said work, shall have notified Owner in writing, showing reasonable cause for claim, that said alterations would likely damage or deteriorate work, thereby reasonably justifying a limitation or termina- tion of this Warranty. 5. During Warranty Period, if original use of roof is changed and it becomes used for, but was not originally specified for, a promenade, work deck, spray-cooled surface, flooded basin, or other use or service more severe than originally specified, this Warranty shall become null and void on date of said change, but only to the extent said change affects work covered by this Warranty. 6. Owner shall promptly notify Roofing Installer of observed, known, or suspected leaks, defects, or deterioration and shall afford reasonable opportunity for Roofing CORP2000479 07 54 23-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION THERMOPLASTIC-POLYOLEFIN ROOFING DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 Installer to inspect work and to examine evidence of such leaks, defects, or deteri- oration. 7. This Warranty is recognized to be the only warranty of Roofing Installer on said work and shall not operate to restrict or cut off Owner from other remedies and resources lawfully available to Owner in cases of roofing failure. Specifically, this Warranty shall not operate to relieve Roofing Installer of responsibility for perfor- mance of original work according to requirements of the Contract Documents, re- gardless of whether Contract was a contract directly with Owner or a subcontract with Owner's General Contractor. E. IN WITNESS THEREOF, this instrument has been duly executed this day of , 1. Authorized Signature: 2. Name: 3. Title: 1.10 DEFINITIONS A. Roofing Terminology: Definitions in ASTM D 1079 and glossary in NRCA's "The NRCA Roofing and Waterproofing Manual" apply to work of this Section. 1.11 PREINSTALLATION MEETINGS A. Preliminary Roofing Conference: Before starting roof deck construction, conduct confer- ence at Project site. 1. Meet with Owner Representative insurer if applicable, testing and inspecting agency representative, roofing Installer, roofing system manufacturer's representative, deck Installer, and installers whose work interfaces with or affects roofing, including installers of roof accessories and roof-mounted equipment. 2. Review methods and procedures related to roofing installation, including manufac- turer's written instructions. 3. Review and finalize construction schedule, and verify availability of materials, In- staller's personnel, equipment, and facilities needed to make progress and avoid delays. 4. Review deck substrate requirements for conditions and finishes, including flatness and fastening. 5. Review structural loading limitations of roof deck during and after roofing. 6. Review base flashings, special roofing details, roof drainage, roof penetrations, equipment curbs, and condition of other construction that affects roofing system. 7. Review governing regulations and requirements for insurance and certificates if ap- plicable. 8. Review temporary protection requirements for roofing system during and after in- stallation. 9. Review roof observation and repair procedures after roofing installation. 1.12 FIELD CONDITIONS A. Weather Limitations: Proceed with installation only when existing and forecasted weather conditions permit roofing system to be installed according to manufacturer's written instructions and warranty requirements. CORP2000479 07 54 23-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION THERMOPLASTIC-POLYOLEFIN ROOFING DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 PART 2 PRODUCTS 2.01 MATERIALS A. Roofing Asphalt: ASTM D 312, Type III or Type IV. B. Asphalt Primer: ASTM D 41/D 41M. C. Manufacturers 1. Source Limitations: Obtain components including roof insulation and fasteners for roofing system from same manufacturer as membrane roofing or manufacturer ap- proved by membrane roofing manufacturer. D. TPO Roofing 1. Fabric-Reinforced TPO Sheet: ASTM D 6878, internally fabric- or scrim-reinforced, uniform, flexible fabric-backed TPO sheet. a. Thickness: 60 mils (1.5 mm), nominal. b. Exposed Face Color: White. E. Auxiliary Roofing Materials 1. General: Auxiliary materials recommended by roofing system manufacturer for in- tended use and compatible with roofing. a. Liquid-type auxiliary materials shall comply with VOC limits of authorities hav- ing jurisdiction. F. Sheet Flashing: Manufacturer's standard unreinforced TPO sheet flashing, 55 mils (1.4 mm) thick, minimum, of same color as TPO sheet. G. Bonding Adhesive: Manufacturer's standard. H. Slip Sheet: Manufacturer's standard, of thickness required for application. I. Metal Termination Bars: Manufacturer's standard, predrilled stainless-steel bars, approx- imately 1 by 1/8 inch (25 by 3 mm) thick; with anchors. J. Metal Battens: Manufacturer's standard, aluminum-zinc-alloy-coated or zinc-coated steel sheet, approximately 1 inch wide by 0.05 inch thick (25 mm wide by 1.3 mm thick), prepunched. K. Fasteners: Factory-coated steel fasteners and metal or plastic plates complying with corrosion-resistance provisions in FM Global 4470, designed for fastening roofing to sub- strate, and acceptable to roofing system manufacturer. L. Miscellaneous Accessories: Provide pourable sealers, preformed cone and vent sheet flashings, preformed inside and outside corner sheet flashings, T-joint covers, lap seal- ants, termination reglets, and other accessories. M. Substrate Boards 1. Substrate Board: ASTM C 728, perlite board, 1 inch (25 mm) thick, seal coated. CORP2000479 07 54 23-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION THERMOPLASTIC-POLYOLEFIN ROOFING DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 2. Fasteners: Factory-coated steel fasteners and metal or plastic plates complying with corrosion-resistance provisions in FM Global 4470, designed for fastening substrate board to roof deck. N. Vapor Retarder 1. Self-Adhering-Sheet Vapor Retarder: Polyethylene film laminated to layer of butyl rubber adhesive, minimum 30-mil- (0.76-mm-) total thickness; maximum perme- ance rating of 0.1 perm (6 ng/Pa x s x sq. m); cold applied, with slip-resisting sur- face and release paper backing. Provide primer when recommended by vapor-re- tarder manufacturer. 0. Insulation 1. General: Preformed roof insulation boards manufactured or approved by TPO roof- ing manufacturer, selected from manufacturer's standard sizes suitable for applica- tion, of thicknesses indicated. 2. Composite Polyisocyanurate Board Insulation: ASTM C 1289, with factory-applied facing board on one major surface, as indicated below by type, and felt or glass- fiber mat facer on the other. a. Type V, oriented strand board facer, 7/16 inch (11 mm) thick. P. Insulation Accessories 1. General: Roof insulation accessories recommended by insulation manufacturer for intended use and compatibility with roofing. 2. Fasteners: Factory-coated steel fasteners and metal or plastic plates complying with corrosion-resistance provisions in FM Global 4470, designed for fastening roof insu- lation and cover boards to substrate, and acceptable to roofing system manufac- turer. 3. Insulation Adhesive: Insulation manufacturer's recommended adhesive formulated to attach roof insulation to substrate or to another insulation layer as follows: 4. Full-spread spray-applied, low-rise, two-component urethane adhesive. Q. Cover Board: DOC PS 2, Exposure 1, oriented strand board, 7/16 inch (11 mm) thick. R. Protection Mat: Woven or nonwoven polypropylene, polyolefin, or polyester fabric, water permeable and resistant to UV degradation, type and weight as recommended by roof- ing system manufacturer for application. PART 3 EXECUTION 3.01 DEMOLITION/PREPARATION A. Clean substrate of dust, debris, moisture, and other substances detrimental to roofing installation according to roofing system manufacturer's written instructions. Remove sharp projections. B. Prevent materials from entering and clogging roof drains and conductors and from spill- ing or migrating onto surfaces of other construction. Remove roof-drain plugs when no work is taking place or when rain is forecast. CORP2000479 07 54 23-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION THERMOPLASTIC-POLYOLEFIN ROOFING DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 C. Install insulation strips according to acoustical roof deck manufacturer's written instruc- tions. 3.02 INSTALLATION A. Install roofing system according to roofing system manufacturer's written instructions. B. Complete terminations and base flashings and provide temporary seals to prevent water from entering completed sections of roofing system at the end of the workday or when rain is forecast. Remove and discard temporary seals before beginning work on adjoin- ing roofing. C. Substrate Board Installation 1. Install substrate board with long joints in continuous straight lines, perpendicular to roof slopes with end joints staggered between rows. Tightly butt substrate boards together. a. Fasten substrate board to deck to resist uplift pressure at corners, perimeter, and field of roof according to roofing system manufacturers' written instruc- tions. D. Vapor-Retarder Installation 1. Self-Adhering-Sheet Vapor Retarder: Prime substrate if required by manufacturer. Install self-adhering-sheet vapor retarder over area to receive vapor retarder, side and end lapping each sheet a minimum of 3-1/2 inches (90 mm) and 6 inches (150 mm), respectively. Seal laps by rolling. 2. Completely seal vapor retarder at terminations, obstructions, and penetrations to prevent air movement into roofing system. E. Insulation Installation 1. Coordinate installing roofing system components so insulation is not exposed to precipitation or left exposed at the end of the workday. 2. Comply with roofing system and insulation manufacturer's written instructions for installing roof insulation. 3. Install insulation under area of roofing to achieve required thickness. Where overall insulation thickness is 2.7 inches (68 mm) or greater, install two or more layers with joints of each succeeding layer staggered from joints of previous layer a minimum of 6 inches (150 mm) in each direction. a. Where installing composite and noncomposite insulation in two or more layers, install noncomposite board insulation for bottom layer and intermediate layers, if applicable, and install composite board insulation for top layer. 4. Trim surface of insulation where necessary at roof drains so completed surface is flush and does not restrict flow of water. 5. Install insulation with long joints of insulation in a continuous straight line with end joints staggered between rows, abutting edges and ends between boards. Fill gaps exceeding 1/4 inch (6 mm) with insulation. a. Cut and fit insulation within 1/4 inch (6 mm) of nailers, projections, and pene- trations. 6. Adhered Insulation: Install each layer of insulation and adhere to substrate as fol- lows: CORP2000479 07 54 23-8 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION THERMOPLASTIC-POLYOLEFIN ROOFING DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 a. Prime surface of concrete deck with asphalt primer at rate of 3/4 gal./100 sq. ft. (0.3 L/sq. m), and allow primer to dry. b. Set each layer of insulation in a solid mopping of hot roofing asphalt, applied within plus or minus 25 deg F (14 deg C) of equiviscous temperature. 7. Mechanically Fastened and Adhered Insulation: Install each layer of insulation to deck using mechanical fasteners specifically designed and sized for fastening spec- ified board-type roof insulation to deck type. a. Fasten first layer of insulation to resist uplift pressure at corners, perimeter, and field of roof. b. Set each subsequent layer of insulation in a solid mopping of hot roofing as- phalt, applied within plus or minus 25 deg F (14 deg C) of equiviscous temper- ature. c. Set each subsequent layer of insulation in a uniform coverage of full-spread insulation adhesive, firmly pressing and maintaining insulation in place. F. Adhered Roofing Installation 1. Adhere roofing over area to receive roofing according to roofing system manufac- turer's written instructions. Unroll roofing and allow to relax before retaining. 2. Start installation of roofing in presence of roofing system manufacturer's technical personnel. 3. Accurately align roofing, and maintain uniform side and end laps of minimum di- mensions required by manufacturer. Stagger end laps. 4. Bonding Adhesive: Apply to substrate and underside of roofing at rate required by manufacturer, and allow to partially dry before installing roofing. Do not apply to splice area of roofing. 5. In addition to adhering, mechanically fasten roofing securely at terminations, pen- etrations, and perimeter of roofing. 6. Apply roofing with side laps shingled with slope of roof deck where possible. 7. Seams: Clean seam areas, overlap roofing, and hot-air weld side and end laps of roofing and sheet flashings according to manufacturer's written instructions, to en- sure a watertight seam installation. 8. Test lap edges with probe to verify seam weld continuity. Apply lap sealant to seal cut edges of sheet. 9. Verify field strength of seams a minimum of twice daily, and repair seam sample areas. 10. Repair tears, voids, and lapped seams in roofing that do not comply with require- ments. 11. Spread sealant bed over deck-drain flange at roof drains, and securely seal roofing in place with clamping ring. 12. Start installation of roofing in presence of roofing system manufacturer's technical personnel. 13. In-Seam Attachment: Secure one edge of TPO sheet using fastening plates or metal battens centered within seam, and mechanically fasten TPO sheet to roof deck. 14. Seams: Clean seam areas, overlap roofing, and hot-air weld side and end laps of roofing and sheet flashings according to manufacturer's written instructions to en- sure a watertight seam installation. a. Test lap edges with probe to verify seam weld continuity. Apply lap sealant to seal cut edges of sheet. CORP2000479 07 54 23-9 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION THERMOPLASTIC-POLYOLEFIN ROOFING DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 b. Verify field strength of seams a minimum of twice daily, and repair seam sam- ple areas. c. Repair tears, voids, and lapped seams in roofing that do not comply with re- quirements. G. Base Flashing Installation 1. Install sheet flashings and preformed flashing accessories, and adhere to substrates according to roofing system manufacturer's written instructions. 2. Apply bonding adhesive to substrate and underside of sheet flashing at required rate, and allow to partially dry. Do not apply to seam area of flashing. 3. Flash penetrations and field-formed inside and outside corners with cured or un- cured sheet flashing. 4. Clean seam areas, overlap, and firmly roll sheet flashings into the adhesive. Hot-air weld side and end laps to ensure a watertight seam installation. 5. Terminate and seal top of sheet flashings and mechanically anchor to substrate through termination bars. 3.03 INSPECTION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements and other conditions affecting performance of the Work: 1. Verify that roof openings and penetrations are in place, curbs are set and braced, and roof-drain bodies are securely clamped in place. 2. Verify that wood blocking, curbs, and nailers are securely anchored to roof deck at penetrations and terminations and that nailers match thicknesses of insulation. 3. Verify that minimum concrete drying period recommended by roofing system man- ufacturer has passed. 4. Verify that concrete substrate is visibly dry and free of moisture. Test for capillary moisture by plastic sheet method according to ASTM D 4263. 5. Verify that concrete-curing compounds that will impair adhesion of roofing compo- nents to roof deck have been removed. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.04 FIELD TESTING A. Testing Agency: Owner will engage a qualified testing agency to inspect substrate con- ditions, surface preparation, membrane application, flashings, protection, and drainage components, and to furnish reports to Architect. B. Final Roof Inspection: Arrange for roofing system manufacturer's technical personnel to inspect roofing installation on completion. C. Repair or remove and replace components of roofing system where inspections indicate that they do not comply with specified requirements. D. Additional testing and inspecting, at Contractor's expense, will be performed to deter- mine if replaced or additional work complies with specified requirements. CORP2000479 07 54 23-10 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION THERMOPLASTIC-POLYOLEFIN ROOFING DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 3.05 CLEANING A. Protect roofing system from damage and wear during remainder of construction period. When remaining construction does not affect or endanger roofing, inspect roofing for deterioration and damage, describing its nature and extent in a written report, with copies to Architect and Owner. B. Correct deficiencies in or remove roofing system that does not comply with require- ments, repair substrates, and repair or reinstall roofing system to a condition free of damage and deterioration at time of Substantial Completion and according to warranty requirements. C. Clean overspray and spillage from adjacent construction using cleaning agents and pro- cedures recommended by manufacturer of affected construction. END OF SECTION CORP2000479 07 54 23-11 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION THERMOPLASTIC-POLYOLEFIN ROOFING DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 07 62 00 SHEET METAL FLASHING AND TRIM PART 1 GENERAL 1.01 SCOPE OF WORK A. Section Includes: 1. Manufactured through-wall flashing. 1.02 RELATED WORK A. Division 07 —Thermal and Moisture Protection 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Con- ditions and the Contract Documents. B. Product Data: For each type of product. 1. Include construction details, material descriptions, dimensions of individual com- ponents and profiles, and finishes for each manufactured product and accessory. C. Shop Drawings: For sheet metal flashing and trim. 1. Include plans, elevations, sections, and attachment details. 2. Detail fabrication and installation layouts, expansion-joint locations, and keyed de- tails. Distinguish between shop- and field-assembled work. 3. Include identification of material, thickness, weight, and finish for each item and location in Project. 4. Include details for forming, including profiles, shapes, seams, and dimensions. 5. Include details for joining, supporting, and securing, including layout and spacing of fasteners, cleats, clips, and other attachments. Include pattern of seams. 6. Include details of termination points and assemblies. 7. Include details of special conditions. 8. Include details of connections to adjoining work. 9. Detail formed flashing and trim at scale of not less than 3 inches per 12 inches. D. Samples for Verification: For each type of exposed finish. 1. Sheet Metal Flashing: 6 inches long by actual width of unit, including finished seam and in required profile. 2. Unit-Type Accessories and Miscellaneous Materials: Full-size Sample. E. Informational Submittals 1. Qualification Data: For fabricator. 2. Product Test Reports: For each product, for tests performed by a qualified testing agency. 3. Sample Warranty: For special warranty. CORP2000479 07 62 00-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SHEET METAL FLASHING AND TRIM DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 F. Closeout Submittals 1. Maintenance Data: For sheet metal flashing and trim, and its accessories, to in- clude in maintenance manuals. 1.04 REFERENCE STANDARDS (NOT USED) 1.05 QUALITY ASSURANCE A. Fabricator Qualifications: Employs skilled workers who custom fabricate sheet metal flashing and trim similar to that required for this Project and whose products have a record of successful in-service performance. 1.06 SYSTEM DESCRIPTION/ DESIGN REQUIREMENTS A. General: Sheet metal flashing and trim assemblies shall withstand wind loads, struc- tural movement, thermally induced movement, and exposure to weather without fail- ure due to defective manufacture, fabrication, installation, or other defects in con- struction. Completed sheet metal flashing and trim shall not rattle, leak, or loosen, and shall remain watertight. B. Sheet Metal Standard for Flashing and Trim: Comply with "Architectural Sheet Metal Manual" requirements for dimensions and profiles shown unless more stringent re- quirements are indicated. C. Thermal Movements: Allow for thermal movements from ambient and surface temper- ature changes to prevent buckling, opening of joints, overstressing of components, failure of joint sealants, failure of connections, and other detrimental effects. Base cal- culations on surface temperatures of materials due to both solar heat gain and nighttime-sky heat loss. 1. Temperature Change: 180 deg F, material surfaces. 1.07 DELIVERY, HANDLING AND STORAGE A. Do not store sheet metal flashing and trim materials in contact with other materials that might cause staining, denting, or other surface damage. Store sheet metal flash- ing and trim materials away from uncured concrete and masonry. B. Protect strippable protective covering on sheet metal flashing and trim from exposure to sunlight and high humidity, except to extent necessary for period of sheet metal flashing and trim installation. 1.08 MAINTENANCE/ SPARE PARTS (NOT USED) 1.09 EXTENDED WARRANTY (NOT USED) 1.10 COORDINATION A. Coordinate sheet metal flashing and trim layout and seams with sizes and locations of penetrations to be flashed, and joints and seams in adjacent materials. CORP2000479 07 62 00-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SHEET METAL FLASHING AND TRIM DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 B. Coordinate sheet metal flashing and trim installation with adjoining roofing and wall materials, joints, and seams to provide leak-proof, secure, and noncorrosive installa- tion. 1.11 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Project site. 1. Review construction schedule. Verify availability of materials, Installer's personnel, equipment, and facilities needed to make progress and avoid delays. 2. Review condition of other construction that affect sheet metal flashing and trim. 3. Review requirements for insurance and certificates if applicable. 4. Review sheet metal flashing observation and repair procedures after flashing in- stallation. PART 2 PRODUCTS 2.01 MATERIALS A. General: Provide materials and types of fasteners, solder, protective coatings, seal- ants, and other miscellaneous items as required for complete sheet metal flashing and trim installation and as recommended by manufacturer of primary sheet metal or manufactured item unless otherwise indicated. B. Solder: 1. For Stainless Steel: ASTM B 32, Grade Sn60, with acid flux of type recommended by stainless-steel sheet manufacturer. C. Sealant Tape: Pressure-sensitive, 100 percent solids, polyisobutylene compound seal- ant tape with release-paper backing. Provide permanently elastic, nonsag, nontoxic, nonstaining tape 1/2 inch wide and 1/8 inch thick. D. Elastomeric Sealant: ASTM C 920, elastomeric polyurethane polymer sealant; of type, grade, class, and use classifications required to seal joints in sheet metal flashing and trim and remain watertight. E. Butyl Sealant: ASTM C 1311, single-component, solvent-release butyl rubber sealant; polyisobutylene plasticized; heavy bodied for hooked-type expansion joints with limited movement. F. Epoxy Seam Sealer: Two-part, noncorrosive, aluminum seam-cementing compound, recommended by aluminum manufacturer for exterior nonmoving joints, including riv- eted joints. G. Bituminous Coating: Cold-applied asphalt emulsion according to ASTM D 1187. H. Asphalt Roofing Cement: ASTM D 4586, asbestos free, of consistency required for ap- plication. I. Sheet Metals CORP2000479 07 62 00-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SHEET METAL FLASHING AND TRIM DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 J. Stainless-Steel Sheet: ASTM A 240/A 240M or ASTM A 666, Type 304, dead soft, fully annealed; with smooth, flat surface. 1. Finish: 2D (dull, cold rolled) K. MANUFACTURED SHEET METAL FLASHING AND TRIM 1. Through-Wall, Ribbed, Sheet Metal Flashing: Manufacture through-wall sheet metal flashing for embedment in masonry, with ribs at 3-inch intervals along length of flashing to provide integral mortar bond. 2. Stainless Steel: 0.016 inch thick. a. Manufacturers: Subject to compliance with requirements, provide products by one of the following: (i) Cheney Flashing Company. (ii) Hohmann & Barnard, Inc. (iii) Keystone Flashing Company, Inc. (iv) Sandell Manufacturing Co., Inc. 2.02 FABRICATION A. General: Custom fabricate sheet metal flashing and trim to comply with details shown and recommendations in cited sheet metal standard that apply to design, dimensions, geometry, metal thickness, and other characteristics of item required. Fabricate sheet metal flashing and trim in shop to greatest extent possible. 1. Fabricate sheet metal flashing and trim in thickness or weight needed to comply with performance requirements, but not less than that specified for each applica- tion and metal. 2. Obtain field measurements for accurate fit before shop fabrication. 3. Form sheet metal flashing and trim to fit substrates without excessive oil canning, buckling, and tool marks; true to line, levels, and slopes; and with exposed edges folded back to form hems. 4. Conceal fasteners and expansion provisions where possible. Do not use exposed fasteners on faces exposed to view. B. Fabrication Tolerances: Fabricate sheet metal flashing and trim that is capable of in- stallation to a tolerance of 1/4 inch in 20 feet on slope and location lines indicated on Drawings and within 1/8-inch offset of adjoining faces and of alignment of matching profiles. C. Expansion Provisions: Form metal for thermal expansion of exposed flashing and trim. 1. Form expansion joints of intermeshing hooked flanges, not less than 1 inch deep, filled with butyl sealant concealed within joints. 2. Use lapped expansion joints only where indicated on Drawings. D. Sealant Joints: Where movable, non-expansion-type joints are required, form metal to provide for proper installation of elastomeric sealant according to cited sheet metal standard. CORP2000479 07 62 00-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SHEET METAL FLASHING AND TRIM DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 E. Seams: Fabricate nonmoving seams with flat-lock seams. Tin edges to be seamed, form seams, and solder. F. Do not use graphite pencils to mark metal surfaces. 2.03 WALL SHEET METAL FABRICATIONS A. Through-Wall Flashing: Fabricate continuous flashings in minimum 96-inch- long, but not exceeding 12-foot- long, sections at shelf angles. Fabricate discontinuous lintel, sill, and similar flashings to extend 6 inches beyond each side of wall openings; and form with 2-inch- high, end dams. Fabricate from the following materials: 1. Stainless Steel: 0.016 inch thick. PART 3 EXECUTION 3.01 INSTALLATION A. General: Anchor sheet metal flashing and trim and other components of the Work se- curely in place, with provisions for thermal and structural movement. Use fasten- ers, solder, protective coatings, separators, sealants, and other miscellaneous items as required to complete sheet metal flashing and trim system. 1. Install sheet metal flashing and trim true to line, levels, and slopes. Provide uni- form, neat seams with minimum exposure of solder, welds, and sealant. 2. Install sheet metal flashing and trim to fit substrates and to result in watertight performance. Verify shapes and dimensions of surfaces to be covered before fab- ricating sheet metal. 3. Install exposed sheet metal flashing and trim with limited oil canning, and free of buckling and tool marks. 4. Torch cutting of sheet metal flashing and trim is not permitted. 5. Do not use graphite pencils to mark metal surfaces. B. Metal Protection: Where dissimilar metals contact each other, or where metal contacts pressure-treated wood or other corrosive substrates, protect against galvanic action or corrosion by painting contact surfaces with bituminous coating or by other permanent separation as recommended by sheet metal manufacturer or cited sheet metal stand- ard. 1. Coat concealed side of stainless-steel sheet metal flashing and trim with bitumi- nous coating where flashing and trim contact wood, ferrous metal, or cementi- tious construction. 2. Underlayment: Where installing sheet metal flashing and trim directly on cementi- tious, install underlayment and cover with slip sheet. C. Expansion Provisions: Provide for thermal expansion of exposed flashing and trim. Space movement joints at maximum of 10 feet with no joints within 24 inches of cor- ner or intersection. 1. Form expansion joints of intermeshing hooked flanges, not less than 1 inch deep, filled with sealant concealed within joints. 2. Use lapped expansion joints only where indicated on Drawings. CORP2000479 07 62 00-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SHEET METAL FLASHING AND TRIM DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 D. Seal joints as required for watertight construction. 1. Use sealant-filled joints unless otherwise indicated. Embed hooked flanges of joint members not less than 1 inch into sealant. Form joints to completely conceal sealant. When ambient temperature at time of installation is between 40 and 70 deg F, set joint members for 50 percent movement each way. Adjust setting pro- portionately for installation at higher ambient temperatures. Do not install sealant- type joints at temperatures below 40 deg F. 2. Prepare joints and apply sealants to comply with requirements in Section 07 92 00 —Joint Sealants. E. Soldered Joints: Clean surfaces to be soldered, removing oils and foreign matter. Pre- tin edges of sheets with solder to width of 1-1/2 inches; however, reduce pre-tinning where pre-tinned surface would show in completed Work. 1. Do not use torches for soldering. 2. Heat surfaces to receive solder, and flow solder into joint. Fill joint completely. Completely remove flux and spatter from exposed surfaces. 3. Stainless-Steel Soldering: Tin edges of uncoated sheets, using solder for stainless steel and acid flux. Promptly remove acid flux residue from metal after tinning and soldering. Comply with solder manufacturer's recommended methods for cleaning and neutralization. F. WALL FLASHING INSTALLATION 1. General: Install sheet metal wall flashing to intercept and exclude penetrating moisture according to cited sheet metal standard unless otherwise indicated. Co- ordinate installation of wall flashing with installation of wall-opening components such as doors, and louvers. 3.02 CLEANING A. Clean exposed metal surfaces of substances that interfere with uniform oxidation and weathering. B. Clean and neutralize flux materials. Clean off excess solder. C. Clean off excess sealants. D. Remove temporary protective coverings and strippable films as sheet metal flashing and trim are installed unless otherwise indicated in manufacturer's written installation instructions. On completion of sheet metal flashing and trim installation, remove un- used materials and clean finished surfaces as recommended by sheet metal flashing and trim manufacturer. Maintain sheet metal flashing and trim in clean condition dur- ing construction. E. Replace sheet metal flashing and trim that have been damaged or that have deterio- rated beyond successful repair by finish touchup or similar minor repair procedures. CORP2000479 07 62 00-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SHEET METAL FLASHING AND TRIM DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 3.03 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances, substrate, and other conditions affecting per- formance of the Work. 1. Verify compliance with requirements for installation tolerances of substrates. 2. Verify that substrate is sound, dry, smooth, clean, sloped for drainage, and se- curely anchored. 3. Verify that air- or water-resistant barriers have been installed over backing sub- strate to prevent air infiltration or water penetration. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.04 ERECTION TOLERANCES A. Installation Tolerances: Shim and align sheet metal flashing and trim within installed tolerance of 1/4 inch in 20 feet on slope and location lines indicated on Drawings and within 1/8-inch offset of adjoining faces and of alignment of matching profiles. END OF SECTION CORP2000479 07 62 00-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SHEET METAL FLASHING AND TRIM DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 07 7100 ROOF SPECIALTIES PART 1 GENERAL 1.01 SCOPE OF WORK A. Section Includes: 1. Copings. 2. Roof-edge drainage systems. 3. Reglets and counterflashings. B. Preinstallation Conference: Conduct conference at Project site. 1. Meet with Owner, Owner's Representative, Owner's insurer if applicable, roofing- system testing and inspecting agency representative, roofing Installer, roofing- system manufacturer's representative, Installer, structural-support Installer, and installers whose work interfaces with or affects roof specialties, including installers of roofing materials and accessories. 2. Examine substrate conditions for compliance with requirements, including flatness and attachment to structural members. 3. Review special roof details, roof drainage, and condition of other construction that will affect roof specialties. 1.02 RELATED WORK A. Division 07 —Thermal and Moisture Protection 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Con- ditions and the Contract Documents. B. Shop Drawings Shop Drawings: For roof specialties. 1. Include plans, elevations, expansion-joint locations, keyed details, and attach- ments to other work. Distinguish between plant- and field-assembled work. 2. Include details for expansion and contraction; locations of expansion joints, in- cluding direction of expansion and contraction. 3. Indicate profile and pattern of seams and layout of fasteners, cleats, clips, and other attachments. 4. Detail termination points and assemblies, including fixed points. 5. Include details of special conditions. C. Samples: For each type of roof specialty and for each color and texture specified. D. Samples for Initial Selection: For each type of roof specialty indicated with factory- applied color finishes. E. Samples for Verification: CORP2000479 0771 00-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ROOF SPECIALTIES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1. Include Samples of each type of roof specialty to verify finish and color selection, in manufacturer's standard sizes. F. Certifications and Shop Tests G. Operations Maintenance Manuals H. Product Data: For each type of product. 1. Include construction details, material descriptions, dimensions of individual com- ponents and profiles, and finishes. I. Informational Submittals 1. Qualification Data: For manufacturer. 2. Product Certificates: For each type of roof specialty. 3. Product Test Reports: For copings, for tests performed by a qualified testing agency. 4. Sample Warranty: For manufacturer's special warranty. J. Closeout Submittal 1. Maintenance Data: For roofing specialties to include in maintenance manuals 1.04 REFERENCE STANDARDS (NOT USED) 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications: A qualified manufacturer offering products meeting re- quirements that are FM Approvals listed for specified class. 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE A. Do not store roof specialties in contact with other materials that might cause staining, denting, or other surface damage. Store roof specialties away from uncured concrete and masonry. B. Protect strippable protective covering on roof specialties from exposure to sunlight and high humidity, except to extent necessary for the period of roof-specialty installation. 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 WARRANTY/EXTENDED WARRANTY A. Roofing-System Warranty: Roof specialties are included in warranty provisions in Sec- tion 07 54 23 — Thermoplastic Polyolefin (TPO) Roofing. 1.10 FIELD CONDITIONS A. Field Measurements: Verify profiles and tolerances of roof-specialty substrates by field measurements before fabrication, and indicate measurements on Shop Drawings. CORP2000479 0771 00-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ROOF SPECIALTIES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 B. Coordination: Coordinate roof specialties with flashing, trim, and construction of para- pets, roof deck, roof and wall panels, and other adjoining work to provide a leakproof, secure, and noncorrosive installation. PART 2 PRODUCTS 2.01 MATERIALS A. Copings 1. Metal Copings: Manufactured coping system consisting of metal coping cap in sec- tion lengths not exceeding 12 feet, concealed anchorage; with corner units, end cap units, and concealed splice plates with finish matching coping caps. a. Manufacturers: Subject to compliance with requirements, provide products by one of the following: b. Architectural Products Company. c. Cheney Flashing Company. d. Hickman Company, W. P. e. Merchant & Evans Inc. f. Petersen Aluminum Corporation. 2. Formed Aluminum Sheet Coping Caps: Aluminum sheet, 0.063 inch thick. a. Surface: Smooth, flat finish. b. Finish: Three-coat fluoropolymer. c. Color: As selected by Engineer/Architect from manufacturer's full range. 3. Corners: Factory mitered and continuously welded. 4. Coping-Cap Attachment Method: Snap-on or face leg hooked to continuous cleat with back leg fastener exposed, fabricated from coping-cap material. a. Snap-on Coping Anchor Plates: Concealed, galvanized-steel sheet, 12 inches wide, with integral cleats. b. Face-Leg Cleats: Concealed, continuous stainless steel. B. Reglets and Counterf lashings 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Cheney Flashing Company. b. Fry Reglet Corporation. c. Heckmann Building Products, Inc. d. Hickman Company, W. P. e. Keystone Flashing Company, Inc. f. Metal-Fab Manufacturing, LLC. 2. Reglets: Manufactured units formed to provide secure interlocking of separate reglet and counterflashing pieces, from the following exposed metal: a. Stainless Steel: 0.025 inch thick. b. Corners: Factory mitered and continuously welded. CORP2000479 0771 00-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ROOF SPECIALTIES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 c. Surface-Mounted Type: Provide reglets with slotted holes for fastening to substrate, with neoprene or other suitable weatherproofing washers, and with channel for sealant at top edge. C. Counterflashings: Manufactured units of heights to overlap top edges of base flashings by 4 inches and in lengths not exceeding 12 feet designed to snap into reglets or through-wall-flashing receiver and compress against base flashings with joints lapped, from the following exposed metal: 1. Stainless Steel: 0.025 inch thick. D. Accessories: 1. Flexible-Flashing Retainer: Provide resilient plastic or rubber accessory to se- cure flexible flashing in reglet where clearance does not permit use of standard metal counterflashing or where reglet is provided separate from metal counter- flashing. 2. Counterflashing Wind-Restraint Clips: Provide clips to be installed before coun- terflashing to prevent wind uplift of counterflashing lower edge. E. Stainless-Steel Finish: No. 2B (bright, cold rolled, unpolished). F. Miscellaneous Materials 1. Fasteners: Manufacturer's recommended fasteners, suitable for application and designed to meet performance requirements. Furnish the following unless other- wise indicated: a. Exposed Penetrating Fasteners: Gasketed screws with hex washer heads matching color of sheet metal. b. Fasteners for Stainless-Steel Sheet: Series 300 stainless steel. 2. Elastomeric Sealant: ASTM C 920, elastomeric polyurethane polymer sealant of type, grade, class, and use classifications required by roofing-specialty manufac- turer for each application. 3. Butyl Sealant: ASTM C 1311, single-component, solvent-release butyl rubber seal- ant; polyisobutylene plasticized; heavy bodied for hooked-type joints with limited movement. 4. Bituminous Coating: Cold-applied asphalt emulsion complying with ASTM D 1187/D 1187M. 5. Asphalt Roofing Cement: ASTM D 4586, asbestos free, of consistency required for application. 2.02 FABRICATIONS A. Stainless-Steel Sheet: ASTM A 240/A 240M or ASTM A 666, Type 304. 2.03 PERFORMANCE REQUIREMENTS A. General Performance: Roof specialties shall withstand exposure to weather and resist thermally induced movement without failure, rattling, leaking, or fastener disengage- ment due to defective manufacture, fabrication, installation, or other defects in con- struction. CORP2000479 0771 00-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ROOF SPECIALTIES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 B. FM Approvals' Listing: Manufacture and install copings that are listed in FM Approvals' "RoofNav" and approved for windstorm classification, Class 1-90. Identify materials with FM Approvals' markings. C. Thermal Movements: Allow for thermal movements from ambient and surface temper- ature changes to prevent buckling, opening of joints, hole elongation, overstressing of components, failure of joint sealants, failure of connections, and other detrimental ef- fects. Provide clips that resist rotation and avoid shear stress as a result of thermal movements. Base calculations on surface temperatures of materials due to both solar heat gain and nighttime-sky heat loss. 1. Temperature Change (Range): 120 deg F, ambient; 180 deg F, material surfaces. PART 3 EXECUTION 3.01 DEMOLITION/PREPARATION A. Examine substrates, areas, and conditions, with Installer present, to verify actual loca- tions, dimensions, and other conditions affecting performance of the Work. B. Examine walls, roof edges, and parapets for suitable conditions for roof specialties. C. Verify that substrate is sound, dry, smooth, and clean, sloped for drainage where ap- plicable, and securely anchored. D. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. General: Install roof specialties according to manufacturer's written instructions. An- chor roof specialties securely in place, with provisions for thermal and structural movement. Use fasteners, solder, protective coatings, separators, underlayments, sealants, and other miscellaneous items as required to complete roof-specialty sys- tems. 1. Install roof specialties level, plumb, true to line and elevation; with limited oil- canning and without warping, jogs in alignment, buckling, or tool marks. 2. Provide uniform, neat seams with minimum exposure of solder and sealant. 3. Install roof specialties to fit substrates and to result in weathertight performance. Verify shapes and dimensions of surfaces to be covered before manufacture. 4. Torch cutting of roof specialties is not permitted. 5. Do not use graphite pencils to mark metal surfaces. B. Metal Protection: Protect metals against galvanic action by separating dissimilar metals from contact with each other or with corrosive substrates by painting contact surfaces with bituminous coating or by other permanent separation as recommended by manu- facturer. 1. Coat concealed side of uncoated aluminum and stainless-steel roof specialties with bituminous coating where in contact with wood, ferrous metal, or cementitious construction. CORP2000479 07 71 00-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ROOF SPECIALTIES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 2. Bed flanges in thick coat of asphalt roofing cement where required by manufac- turers of roof specialties for waterproof performance. C. Expansion Provisions: Allow for thermal expansion of exposed roof specialties. 1. Space movement joints at a maximum of 12 feet with no joints within 18 inches of corners or intersections unless otherwise indicated on Drawings. 2. When ambient temperature at time of installation is between 40 and 70 deg F, set joint members for 50 percent movement each way. Adjust setting proportionately for installation at higher ambient temperatures. D. Fastener Sizes: Use fasteners of sizes that penetrate substrate not less than recom- mended by fastener manufacturer to achieve maximum pull-out resistance. E. Seal concealed joints with butyl sealant as required by roofing-specialty manufacturer. F. Seal joints as required for weathertight construction. Place sealant to be completely concealed in joint. Do not install sealants at temperatures below 40 deg F. G. Soldered Joints: Clean surfaces to be soldered, removing oils and foreign matter. Pre- tin edges of sheets to be soldered to a width of 1-1/2 inches; however, reduce pre- tinning where pre-tinned surface would show in completed Work. Tin edges of un- coated copper sheets using solder for copper. Do not use torches for soldering. Heat surfaces to receive solder and flow solder into joint. Fill joint completely. Completely remove flux and spatter from exposed surfaces. H. Coping and Gutter Installation 1. Install cleats, anchor plates, and other anchoring and attachment accessories and devices with concealed fasteners. 2. Anchor copings and gutters with manufacturer's required devices, fasteners, and fastener spacing to meet performance requirements. a. Interlock face and back leg drip edges of snap-on coping cap into cleated an- chor plates anchored to substrate at 30-inch centers I. Reglet and counterflashing Installation 1. General: Coordinate installation of reglets and counterflashings with installation of base flashings. 2. Surface-Mounted Reglets: Install reglets to receive flashings where flashing with- out embedded reglets is indicated on Drawings. Install at height so that inserted counterflashings overlap 4 inches over top edge of base flashings. 3. Counterflashings: Insert counterflashings into reglets or other indicated receivers; ensure that counterflashings overlap 4 inches over top edge of base flashings. Lap counten°lashing joints a minimum of 4 inches and bed with butyl sealant. Fit coun- terflashings tightly to base flashings. 3.03 FIELD PAINTING A. Finishes CORP2000479 0771 00-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ROOF SPECIALTIES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Prod- ucts" for recommendations for applying and designating finishes. 2. Protect mechanical and painted finishes on exposed surfaces from damage by ap- plying a strippable, temporary protective covering before shipping. 3. Appearance of Finished Work: Noticeable variations in same piece are unaccepta- ble. Variations in appearance of adjoining components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. 4. Coil-Coated Aluminum Sheet Finishes: a. High-Performance Organic Finish: Prepare, pretreat, and apply coating to ex- posed metal surfaces to comply with coating and resin manufacturers' written instructions. Color to be brown, subject to Owner's approval, to match adja- cent buildings. (i) Three-Coat Fluoropolymer: AAMA 2605. Fluoropolymer finish containing not less than 70 percent PVDF resin by weight in both color coat and clear topcoat. Prepare, pretreat, and apply coating to exposed metal sur- faces to comply with coating and resin manufacturers' written instruc- tions. (ii) Concealed Surface Finish: Apply pretreatment and manufacturer's stand- ard acrylic or polyester backer finish consisting of prime coat and wash coat with a minimum total dry film thickness of 0.5 mil. 3.04 CLEANING AND PROTECTION A. Clean exposed metal surfaces of substances that interfere with uniform oxidation and weathering. B. Clean and neutralize flux materials. Clean off excess solder and sealants. C. Remove temporary protective coverings and strippable films as roof specialties are in- stalled. On completion of installation, clean finished surfaces, including removing un- used fasteners, metal filings, pop rivet stems, and pieces of flashing. Maintain roof specialties in a clean condition during construction. D. Replace roof specialties that have been damaged or that cannot be successfully re- paired by finish touchup or similar minor repair procedures. END OF SECTION CORP2000479 0771 00-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ROOF SPECIALTIES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 07 92 00 JOINT SEALANTS PART 1 GENERAL 1.01 SCOPE OF WORK A. Section includes: 1. Silicone joint sealants. 2. Urethane joint sealants. 3. Latex joint sealants. 4. Preformed joint sealants. 5. Acoustical joint sealants. 1.02 RELATED WORK (NOT USED) 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. 1. Manufacturer's product and application data of all materials specified in original form. Photocopies, facsimiles, etc. will not be accepted. B. Product Data: Provide data indicating sealant chemical characteristics. C. Samples: Submit two samples, 1/2 x 6 inch in size illustrating sealant colors for selection. D. Manufacturer's Installation Instructions: Indicate special procedures. E. Joint-Sealant Schedule: Include the following information: 1. Joint-sealant application, joint location, and designation. 2. Joint-sealant manufacturer and product name. 3. Joint-sealant formulation. 4. Joint-sealant color. F. Product test reports. G. Preconstruction compatibility and adhesion test reports. H. Preconstruction field-adhesion test reports. I. Field-adhesion test reports. J. Warranties CORP2000479 07 92 00-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION JOINT SEALANTS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1.04 REFERENCE STANDARDS (NOT USED) 1.05 QUALITY ASSURANCE A. Maintain one copy of each referenced document covering installation requirements on site. B. Manufacturer Qualifications: Company specializing in manufacturing the Products specified in this section with minimum fifteen years documented experience. C. Applicator Qualifications 1. Company specializing in performing the work of this section with minimum ten years experience. 2. Applicators shall provide written documentation as licensed and approved by the respective manufacture to install each specified system. 1.06 SYSTEM DESCRIPTION/ DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE (NOT USED) 1.08 MAINTENANCE/ SPARE PARTS (NOT USED) 1.09 EXTENDED WARRANTY A. See Section 01 70 00 — Execution and Closeout Requirements, for additional warranty requirements. B. Correct defective work within a five-year period after Date of Substantial Completion. C. Special Installer's Warranty: Manufacturer's standard form in which Installer agrees to repair or replace joint sealants that do not comply with performance and other requirements specified in this Section within specified warranty period. 1. Warranty Period: Two years from date of Substantial Completion. D. Special Manufacturer's Warranty: Manufacturer's standard form in which joint-sealant manufacturer agrees to furnish joint sealants to repair or replace those that do not comply with performance and other requirements specified in this Section within specified warranty period. 1. Warranty Period: two years from date of Substantial Completion. PART 2 PRODUCTS 2.01 MATERIALS A. Primer: Material recommended by joint-sealant manufacturer where required for adhesion of sealant to joint substrates indicated, as determined from preconstruction joint-sealant-substrate tests and field tests. B. Cleaners for Nonporous Surfaces: Chemical cleaners acceptable to manufacturers of sealants and sealant backing materials. CORP2000479 07 92 00-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION 30INT SEALANTS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 C. Masking Tape: Nonstaining, nonabsorbent material compatible with joint sealants and surfaces adjacent to joints. 2.02 FABRICATION A. Basis-of-Design Product: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include the following basis of design: 2.03 SILICONE JOINT SEALANTS A. Mildew Resistant, Neutral Curing Silicone Joint Sealant 1. Basis-of-Design Product: Subject to compliance with requirements, provide comparable product by one of the following: a. Dow Corning Corp: 756 SMS — www.dowcorning.com b. GE Silicones - Silicone II c. Pecora Corporation d. Sika Corporation e. Sonneborn Building Products, ChemRex, Inc.: www.chemrex.com f. Tremco Incorporated 2. Characteristics a. Type: Single component b. Grade: Nonsag c. Class: 100/50 d. Uses related to exposure: Non-traffic (NT) 2.03 URETHANE JOINT SEALANTS B. Urethane Joint Sealants: ASTM C920 1. Basis-of-Design Product: Subject to compliance with requirements, provide comparable product by one of the following a. Pecora Corporation: www.pecora.com. b. Sika Corporation c. Sonneborn Building Products, ChemRex, Inc.: www.chemrex.com d. Tremco, Inc.: www.tremcosealants.com 2. Characteristics a. Type: Single component b. Grade: Nonsag c. Class: 100/50 d. Uses related to exposure: Non-traffic (NT) 2.04 LATEX JOINT SEALANTS A. Latex Joint Sealants: Acrylic latex or siliconized acrylic latex, ASTM C 834, Type OP, Grade NF. 1. Basis-of-Design Product: Subject to compliance with requirements, provide comparable product by one of the following a. Pecora Corporation: www.pecora.com. CORP2000479 07 92 00-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION JOINT SEALANTS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 b. Sonneborn Building Products, ChemRex, Inc.: www.chemrex.com. c. Tremco, Inc.: www.tremcosealants.com. 2.05 PREFORMED JOINT SEALANTS: A. Preformed Foam Joint Sealant: Manufacturer's standard preformed, pre-compressed, open-cell foam sealant manufactured from urethane foam with minimum density of 10 Ib. /cu. ft. and impregnated with a nondrying, water-repellent agent. Factory produced in precompressed sizes in roll or stick form to fit joint widths indicated; coated on one side with a pressure-sensitive adhesive and covered with protective wrapping. 1. Basis-of-Design Product: Subject to compliance with requirements, provide comparable product by one of the following a. Emseal Joint Systems, Ltd: www.emseal.com (i) DSM System b. Illinois Products Corporation www.illinoisproducts.com 2.06 JOINT SEALANT BACKING A. Cylindrical Sealant Backings: ASTM C 1330, products approved in writing by joint-sealant manufacturer for joint application indicated, and of size and density to control sealant depth and otherwise contribute to producing optimum sealant performance B. Bond-Breaker Tape: Polyethylene tape or other plastic tape recommended by sealant manufacturer. PART 3 EXECUTION 3.01 DEMOLITION/ PREPARATION A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to comply with joint-sealant manufacturer's written instructions. 1. Remove laitance and form-release agents from concrete. 2. Clean nonporous joint substrate surfaces with chemical cleaners or other means that do not stain, harm substrates, or leave residues capable of interfering with adhesion of joint sealants. B. Joint Priming: Prime joint substrates where recommended by joint-sealant manufacturer or as indicated by preconstruction joint-sealant-substrate tests or prior experience. Apply primer to comply with joint-sealant manufacturer's written instructions. Confine primers to areas of joint-sealant bond; do not allow spillage or migration onto adjoining surfaces. C. Masking Tape: Use masking tape where required to prevent contact of sealant or primer with adjoining surfaces that otherwise would be permanently stained or damaged by such contact or by cleaning methods required to remove sealant smears. Remove tape immediately after tooling without disturbing joint seal. CORP2000479 07 92 00-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION JOINT SEALANTS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 3.02 INSTALLATION A. Sealant Installation Standard: Comply with recommendations in ASTM C 1193 for use of joint sealants as applicable to materials, applications, and conditions indicated. B. Install sealant backings of kind indicated to support sealants during application and at position required to produce cross-sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability. 1. Do not leave gaps between ends of sealant backings. 2. Do not stretch, twist, puncture, or tear sealant backings. 3. Remove absorbent sealant backings that have become wet before sealant application and replace them with dry materials. C. Install bond-breaker tape behind sealants where sealant backings are not used between sealants and backs of joints. D. Install sealants using proven techniques that comply with the following and at the same time backings are installed: 1. Place sealants so they directly contact and fully wet joint substrates. 2. Completely fill recesses in each joint configuration. 3. Produce uniform, cross-sectional shapes and depths relative to joint widths that allow optimum sealant movement capability. E. Tooling of Nonsag Sealants: Immediately after sealant application and before skinning or curing begins, tool sealants according to requirements specified in subparagraphs below to form smooth, uniform beads of configuration indicated; to eliminate air pockets; and to ensure contact and adhesion of sealant with sides of joint. 1. Remove excess sealant from surfaces adjacent to joints. 2. Use tooling agents that are approved in writing by sealant manufacturer and that do not discolor sealants or adjacent surfaces. 3. Provide concave joint profile per Figure 8A in ASTM C 1193, unless otherwise indicated. F. Acoustical Sealant Installation: Comply with ASTM C 919 and with manufacturer's written recommendations. G. Clean off excess sealant or sealant smears adjacent to joints as the Work progresses by methods and with cleaning materials approved in writing by manufacturers of joint sealants and of products in which joints occur. 3.03 INSPECTION A. Verify that substrate surfaces are ready to receive work. B. Verify that joint backing and release tapes are compatible with sealant. CORP2000479 07 92 00-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION 30INT SEALANTS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 3.04 FIELD TESTING A. Field-Adhesion Testing: Field test joint-sealant adhesion to joint substrates to be performed by Owners Materials Testing Agent. 1. Test Method: Test joint sealants according to Method A, Field-Applied Sealant Joint Hand Pull Tab, in Appendix X1 in ASTM C 1193 or Method A, Tail Procedure, in ASTM C 1521. B. Evaluation of Field-Adhesion Test Results: Sealants not evidencing adhesive failure from testing or noncompliance with other indicated requirements will be considered satisfactory. Remove sealants that fail to adhere to joint substrates during testing or to comply with other requirements. Retest failed applications until test results prove sealants comply with indicated requirements. 3.05 JOINT-SEALANT SCHEDULE A. Joint-Sealant Application: Exterior joints in horizontal traffic surfaces JS-1. 1. Joint Locations: a. Control and expansion joints in brick pavers. b. Isolation and contraction joints in cast-in-place concrete slabs. c. Joints between plant-precast architectural concrete paving units. d. Joints in stone paving units, including steps. e. Tile control and expansion joints. f. Joints between different materials listed above. g. Joint Sealant: Urethane. B. Joint-Sealant Application: Exterior joints in vertical surfaces and horizontal non-traffic surfaces JS-2. 1. Joint Locations: a. Construction joints in cast-in-place concrete. b. Joints between plant-precast architectural concrete units. c. Control and expansion joints in unit masonry. d. Joints in dimension stone cladding. e. Joints in glass unit masonry assemblies. f. Joints in exterior insulation and finish systems. g. Joints between metal panels. h. Joints between different materials listed above. i. Perimeter joints between materials listed above and frames of openings in walls. j. Control and expansion joints in overhead surfaces. 2. Joint Sealant: Urethane. 3. Joint-Sealant Color: As selected by Owner's representative from manufacturer's full range of colors. C. Joint-Sealant Application: Interior joints in horizontal traffic surfaces JS-3. 1. Joint Locations: CORP2000479 07 92 00-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION JOINT SEALANTS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 a. Isolation joints in cast-in-place concrete slabs. b. Control and expansion joints in stone flooring. c. Control and expansion joints in brick flooring. d. Control and expansion joints in tile flooring. 2. Joint Sealant: Urethane. 3. Joint-Sealant Color: As selected by Owner's representative from manufacturer's full range of colors. D. Joint-Sealant Application: Interior joints in vertical surfaces and horizontal non-traffic surfaces JS-4. 1. Joint Locations: a. Control and expansion joints on exposed interior surfaces of exterior walls. b. Perimeter joints of exterior openings where indicated. c. Tile control and expansion joints. d. Vertical joints on exposed surfaces of interior unit masonry, concrete, walls, and partitions. e. Joints on underside of plant-precast structural concrete beams and slabs. f. Perimeter joints between interior wall surfaces and frames of interior doors, openings, and elevator entrances. 2. Joint Sealant: Latex. 3. Joint-Sealant Color: As selected by Owner's representative from manufacturer's full range of colors E. Joint-Sealant Application: Mildew-resistant interior joints in vertical surfaces and horizontal nontraffic surfaces JS-5. 1. Joint Sealant Location: a. Joints between plumbing fixtures and adjoining walls, floors, and counters. b. Tile control and expansion joints where indicated. 2. Joint Sealant: Silicone. 3. Joint-Sealant Color: as selected by Owner's representative from manufacturer's full range of colors. F. Joint-Sealant Application: Interior acoustical joints in vertical surfaces and horizontal non-traffic surfaces JS-6. 1. Joint Location: a. Acoustical joints where indicated. b. Other joints as indicated. 2. Joint-Sealant Color: As selected by Owner's representative from manufacturer's full range. END OF SECTION CORP2000479 07 92 00-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION JOINT SEALANTS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 08 1100 METAL DOORS AND FRAMES PART 1 GENERAL 1.01 SCOPE OF WORK A. This Section includes the following: 1. Stainless Steel doors. 2. Stainless Steel door frames. 1.02 RELATED WORK A. Division 09 — Finishes 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Product Data: For each type of door and frame indicated, include door designation, type, level and model, material description, core description, construction details, label compliance, sound and fire-resistance ratings, and finishes. C. Shop Drawings: Show the following: 1. Elevations of each door design. 2. Details of doors including vertical and horizontal edge details. 3. Frame details for each frame type including dimensioned profiles. 4. Details and locations of reinforcement and preparations for hardware. 5. Details of each different wall opening condition. 6. Details of anchorages, accessories, joints, and connections. D. Door Schedule: Use same reference designations indicated on Drawings in preparing schedule for doors and frames. 1.04 REFERENCE STANDARDS (NOT USED) 1.05 QUALITY ASSURANCE A. Steel Door and Frame Standard: Comply with ANSI A 250.8, unless more stringent requirements are indicated. B. Fire-Rated Door Assemblies: Assemblies complying with NFPA 80 that are listed and labeled by a testing and inspecting agency acceptable to authorities having jurisdiction, for fire-protection ratings indicated, based on testing according to NFPA 252. 1. Test Pressure: Test at atmospheric pressure. 1.06 SYSTEM DESCRIPTION, DESIGN REQUIREMENTS (NOT USED) CORP2000479 08 11 00-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION METAL DOORS AND FRAMES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1.07 DELIVERY, HANDLING AND STORAGE A. Deliver doors and frames cardboard-wrapped or crated to provide protection during transit and job storage. Provide additional protection to prevent damage to finish of factory-finished doors and frames. B. Inspect doors and frames on delivery for damage, and notify shipper and supplier if damage is found. Minor damages may be repaired provided refinished items match new work and are acceptable to Architect. Remove and replace damaged items that cannot be repaired as directed. C. Store doors and frames at building site under cover. Place units on minimum 4-inch- (100-mm) high wood blocking. Avoid using nonvented plastic or canvas shelters that could create a humidity chamber. If door packaging becomes wet, remove cartons immediately. Provide minimum 1/4-inch (6-mm) spaces between stacked doors to permit air circulation. 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 EXTENDED WARRANTY (NOT USED) 1.10 DEFINITIONS A. Steel Sheet Thicknesses: Thickness dimensions, including those referenced in ANSI A250.8, are minimums as defined in referenced ASTM standards for both uncoated steel sheet and the uncoated base metal of metallic-coated steel sheets. PART 2 PRODUCTS 2.01 MATERIALS A. Cold-Rolled Stainless Steel Sheets: ASTM A 304, Type B; stretcher-leveled standard of flatness. 2.02 FABRICATION A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Steel Doors and Frames: a. Ceco Door Products; a United Dominion Company. b. Mesker Door, Inc. c. Republic Builders Products. d. Steelcraft; a division of Ingersoll-Rand. 2. Substitutions in accordance with Section 01 33 00. 2.03 DOORS A. General: Provide doors of sizes, thicknesses, and designs indicated. CORP2000479 08 11 00-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION METAL DOORS AND FRAMES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 B. Interior Doors: Provide doors complying with requirements indicated below by referencing ANSI 250.8 for level and model and ANSI A250.4 for physical-endurance level: 1. Level 3 and Physical Performance Level A (Extra Heavy Duty), Model 1 (Full Flush). C. Exterior Doors: Provide doors complying with requirements indicated below by referencing ANSI A250.8 for level and model and ANSI A250.4 for physical-endurance level: 1. Level 3 and Physical Performance Level A (Extra Heavy Duty), Model 1 (Full Flush). 2.04 FRAMES A. General: Provide steel frames for doors, transoms, sidelights, borrowed lights, and other openings that comply with ANSI A250.8 and with details indicated for type and profile. Conceal fastenings, unless otherwise indicated. B. Frames of 0.053-inch- (1.3-mm) thick steel sheet for: 1. Door openings wider than 48 inches (1220 mm). 2. Level 3 steel doors. C. Door Silencers: Except on weather-stripped frames, fabricate stops to receive three silencers on strike jambs of single-door frames and two silencers on heads of double- door frames. D. Supports and Anchors: Fabricated from not less than 0.042-inch- (1.0-mm-) thick, electrolytic zinc-coated or metallic-coated steel sheet. 1. Wall Anchors in Masonry Construction: 0.177-inch- (4.5-mm-) diameter, steel wire complying with ASTM A 510 (ASTM A 510M) may be used in place of steel sheet. E. Inserts, Bolts, and Fasteners: Manufacturer's standard units. Where zinc-coated items are to be built into exterior walls, comply with ASTM A 153/A 153M, Class C or D as applicable. 2.05 FABRICATION A. General: Fabricate steel door and frame units to comply with ANSI A250.8 and to be rigid, neat in appearance, and free from defects including warp and buckle. Where practical, fit and assemble units in manufacturer's plant. Clearly identify work that cannot be permanently factory assembled before shipment, to assure proper assembly at Project site. B. Exterior Door Construction: For exterior locations and elsewhere as indicated, fabricate doors, panels, and frames from stainless steel sheet. Close top and bottom edges of doors flush as an integral part of door construction or by addition of 0.053- inch- (1.3-mm-) thick, stainless steel channels with channel webs placed even with top and bottom edges. CORP2000479 08 11 00-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION METAL DOORS AND FRAMES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 C. Interior Door and Panel Faces: Fabricate exposed faces of doors and panels, including stiles and rails of non-flush units, from the following material: 1. Cold-rolled stainless steel sheet. D. Core Construction: Manufacturer's standard core construction that produces a door complying with SDI standards. E. Clearances for Non-Fire-Rated Doors: Not more than 1/8 inch (3.2 mm) at jambs and heads, except not more than 1/4 inch (6.4 mm) between pairs of doors. Not more than 3/4 inch (19 mm) at bottom. F. Clearances for Fire-Rated Doors: As required by NFPA 80. G. Single-Acting, Door-Edge Profile: Square edge. H. Tolerances: Comply with SDI 117, "Manufacturing Tolerances for Standard Steel Doors and Frames." I. Fabricate concealed stiffeners, reinforcement, edge channels, louvers, and moldings from either cold- or hot-rolled steel sheet. J. Exposed Fasteners: Unless otherwise indicated, provide countersunk flat or oval heads for exposed screws and bolts. K. Thermal-Rated (Insulating) Assemblies: At exterior locations and elsewhere as shown or scheduled, provide doors fabricated as thermal-insulating door and frame assemblies and tested according to ASTM C 236 or ASTM C 976 on fully operable door assemblies. 1. Provide thermal-rated assemblies with U-value of 0.41 Btu/sq. ft. x h x deg F (2.33 W/sq. m x K) or better. L. Hardware Preparation: Prepare doors and frames to receive mortised and concealed hardware according to final door hardware schedule and templates provided by hardware supplier. Comply with applicable requirements in ANSI A250.6 and ANSI A115 Series specifications for door and frame preparation for hardware. 1. For concealed overhead door closers, provide space, cutouts, reinforcement, and provisions for fastening in top rail of doors or head of frames, as applicable. M. Frame Construction: Fabricate frames to shape shown. 1. Fabricate frames with mitered or coped and continuously welded corners and seamless face joints. 2. Provide welded frames with temporary spreader bars. N. Reinforce doors and frames to receive surface-applied hardware. Drilling and tapping for surface-applied hardware may be done at Project site. 0. Locate hardware as indicated on Shop Drawings or, if not indicated, according to ANSI A250.8. P. Astragals: As required by NFPA 80 to provide fire ratings indicated. CORP2000479 08 11 00-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION METAL DOORS AND FRAMES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 2.06 FINISHES A. Prime Finish: Manufacturer's standard, factory-applied coat of rust-inhibiting primer complying with ANSI A250.10 for acceptance criteria. B. Field Painting: Refer to Specification Section 09 90 00 — Painting and Coating. PART 3 EXECUTION 3.01 INSTALLATION A. General: Install steel doors, frames, and accessories according to Shop Drawings, manufacturer's data, and as specified. B. Placing Frames: Comply with provisions in SDI 105, unless otherwise indicated. Set frames accurately in position, plumbed, aligned, and braced securely until permanent anchors are set. After wall construction is completed, remove temporary braces and spreaders, leaving surfaces smooth and undamaged. 1. In masonry construction, provide at least three wall anchors per jamb; install adjacent to hinge location on hinge jamb and at corresponding heights on strike jamb. Acceptable anchors include masonry wire anchors and masonry T-shaped anchors. 2. Install fire-rated frames according to NFPA 80. 3. For openings 90 inches (2286 mm) or more in height, install an additional anchor at hinge and strike jambs. C. Door Installation: Comply with ANSI A250.8. Fit S.9. hollow-metal doors accurately in frames, within clearances specified in ANSI A250.8. Shim as necessary to comply with SDI 122 and ANSI/DHI A115.1G. 1. Fire-Rated Doors: Install within clearances specified in NFPA 80. 3.02 CLEANING A. Prime-Coat Touchup: Immediately after installation, sand smooth any rusted or damaged areas of prime coat and apply touch up of compatible air-drying primer. B. Protection Removal: Immediately before final inspection, remove protective wrappings from doors and frames. END OF SECTION CORP2000479 08 11 00-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION METAL DOORS AND FRAMES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 08 7100 DOOR HARDWARE PART 1 GENERAL 1.01 SCOPE OF WORK A. Section includes: 1. Commercial door hardware 2. Door hardware 3. Door security hardware B. Coordinate the preparation of doors and frames for security hardware provided and installed Security Contractor through the General Contractor. 1.02 RELATED WORK A. Division 08 — Openings 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Product Data: Include installation details, material descriptions, dimensions of individual components and profiles and finishes. C. Samples: For exposed door hardware of each type indicated below, in specified finish, full size. Tag with full description for coordination with the Door Hardware Schedule. Submit samples before, or concurrent with submission of the final Door Hardware Schedule. 1. Door Hardware: As follows: a. Hinges b. Exit devices c. Cylinders and keys d. Closers e. Stops f. Door gaskets g. Thresholds h. Kick Plates i. Head and foot bolts 2. Samples will be returned to Contractor. Units that are acceptable and remain undamaged through submittal review, and field comparison process may, after final check of operation, be incorporated into the Work, within limitations of keying requirements CORP2000479 0871 00-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DOOR HARDWARE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 D. Door Hardware Schedule: Prepared by or under the supervision of supplier, detailing fabrication and assembly of door hardware, as well as procedures and diagrams. E. Coordinate the final Door Hardware Schedule with doors, frames, and related work to ensure proper size, thickness, hand, function, and finish of door hardware. 1. Format: Comply with scheduling sequence and vertical format in DHI's "Sequence and Format for the Hardware Schedule." 2. Organization: Organize the Door Hardware Schedule into door hardware sets indicating complete designations of every item required for each door or opening. a. Organize door hardware sets in same order as in the Door Hardware Schedule at the end of Part 3. b. Arrange schedule by Phase, by Building, by door. 3. Content: Include the following information: a. Type, style, function, size, label, hand, and finish of each door hardware item. b. Manufacturer of each item. c. Fastenings and other pertinent information. d. Location of each door hardware set, cross-referenced to Drawings, both on floor plans and in door and frame schedule. e. Explanation of abbreviations, symbols, and codes contained in schedule. f. Mounting locations for door hardware. g. Door and frame sizes and materials. h. Indicate the doors that are to receive security hardware to be provided by OWNER'S Security Contractor and specifically what is understood to be provided. 4. Submittal Sequence: Submit initial draft of final schedule along with essential Product Data to facilitate the fabrication of other work that is critical in the Project construction schedule. Submit the final Door Hardware Schedule after Samples, Product Data, coordination with Shop Drawings of other work, delivery schedules, and similar information has been completed and accepted. F. Keying Schedule: Prepared by or under the supervision of supplier, detailing Owner's final keying instructions for locks. Include schematic keying diagram and index each key set to unique door designations. G. Project Record Documents: Record actual locations of installed cylinders and their master key code. H. Certifications: Upon request of Engineer/Architect, submit hardware manufacturer's letter of compliance that products meet ANSI requirements and have been tested and are grades required by specification. I. Operation and Maintenance Data: Provide manufacturer's parts lists and maintenance instructions for each type of hardware supplied and necessary wrenches and tools required for proper maintenance of hardware. J. Warranties: Special warranties specified in this Section. 1. Submit manufacturer's warranty and ensure that forms have been completed in OWNER'S name and registered with manufacturer. CORP2000479 0871 00-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DOOR HARDWARE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1.04 REFERENCE STANDARDS (NOT USED) 1.05 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed door hardware similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. B. Supplier Qualifications: Door hardware supplier with warehousing facilities in Project's vicinity and who is or employs a qualified Architectural Hardware Consultant, available during the course of the Work to consult with CONTRACTOR, ARCHITECT/ENGINEER, and OWNER about door hardware and keying. 1. Scheduling Responsibility: Preparation of door hardware and keying schedules. C. Architectural Hardware Consultant Qualifications: A person who is currently certified by the Door and Hardware Institute as an Architectural Hardware Consultant and who is experienced in providing consulting services for door hardware installations that are comparable in material, design, and extent to that indicated for this Project. D. Source Limitations: Obtain each type and variety of door hardware from a single manufacturer, unless otherwise indicated. E. Regulatory Requirements: Comply with provisions of NFPA 101: Comply with the following for means of egress doors: 1. Latches, Locks, and Exit Devices: Not more than 15 Ibf to release the latch. Locks shall not require the use of a key, tool, or special knowledge for operation 2. Door Closers: Not more than 30 Ibf to set door in motion and not more than 15 Ibf to open door to minimum required width. 3. Thresholds: Not more than 1/2 inch high. F. Keying Conference: Conduct conference at Project site. Incorporate keying conference decisions into final keying schedule after reviewing door hardware keying system including, but not limited to the following: 1. Preliminary key system schematic diagram. 2. Requirements for key control system 3. Address for delivery of keys. 1.06 SYSTEM DESCRIPTION/ DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE A. Package hardware items separately with necessary screws, bolts, miscellaneous parts, instructions, and where necessary, installation templates for installation. Clearly label packages to identify contents and finish location in building. B. Receive hardware when delivered. Provide dry, secure lock-up for hardware delivered to project, but not yet installed. Provide space for unpacking, sorting, checking and storage of finished hardware. CORP2000479 0871 00-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DOOR HARDWARE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 C. Tag each item or package separately with identification related to the final Door Hardware Schedule, and include basic installation instructions with each item or package. D. Control handling and installation of hardware items which are not immediately replaceable so completion of work will not be delayed by hardware losses, both before and after installation. E. Deliver keys to OWNER by registered mail or overnight package service 1.08 MAINTENANCE/ SPARE PARTS (NOT USED) 1.09 WARRANTY/EXTENDED WARRANTY A. General Warranty: Special warranties specified in this Article shall not deprive Owner of other rights Owner may have under other provisions of the Contract Documents and shall be in addition to, and run concurrent with, other warranties made by Contractor under requirements of the Contract Documents. 1. See Division 1, for additional warranty requirements. B. Special Warranty: Written warranty, executed by manufacturer agreeing to repair or replace components of door hardware that fail in materials or workmanship within specified warranty period. Failures include, but are not limited to, the following: 1. Structural failures including excessive deflection, cracking, or breakage. 2. Faulty operation of operators and door hardware. 3. Deterioration of metals, metal finishes, and other materials beyond normal weathering. C. Warranty Period: 1. Locks and Latch Sets: Five (5) year limited warranty. 2. Door Closer: Ten (10) year limited warranty from date of Acceptance. 3. Hinges: Five (5) year limited warranty. 4. Warranty periods will begin with the date of beneficial occupancy. 5. Balance of hardware: Three years from date of Substantial Completion, unless otherwise indicated. 1.10 COORDINATIONS A. Obtain and distribute to the parties involved templates for doors, frames and other work specified to be factory prepared for installing door hardware. Check Shop Drawings of other work to confirm that adequate provisions are made for locating and installing door hardware to comply with indicated requirements. B. Verify all existing conditions and accommodate with proper adjustments to schedule and components. C. Coordinate the work with other directly affected sections involving manufacture or fabrication of internal reinforcement for door hardware. CORP2000479 08 71 00-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DOOR HARDWARE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1. Fully coordinate with OWNER'S Security Contractor for all items and issues affecting each other's work, to ensure an appropriate and proper installation. D. Furnish templates for door and frame preparation. E. Sequence installation to ensure utility connections are achieved in an orderly and expeditious manner. F. Coordinate OWNER'S keying requirements during the course of the Work. G. Manufacturer, style, line; and finish shall match owner's and building's standards. H. Coordinate with the security system contractor to ensure the required preparation of the doors and frames is accomplished to accommodate the security system hardware. 1.11 MAINTENANCE SERVICE A. Maintenance Tools and Instructions: Furnish a complete set of specialized tools and maintenance instructions as needed for Owner's continued adjustment, maintenance, and removal and replacement of door hardware. B. Provide two extra key lock cylinders for each master keyed group. PART 2 PRODUCTS 2.01 FABRICATION A. Manufacturer's Nameplate: Do not provide manufacturers' products that have manufacturer's name or trade name displayed in a visible location (omit removable nameplates) except in conjunction with required fire-rated labels and as otherwise approved by Architect. 1. Manufacturer's identification will be permitted on rim of lock cylinders only. B. Base Metals: Produce door hardware units of base metal, fabricated by forming method indicated, using manufacturer's standard metal alloy, composition, temper, and hardness. Furnish metals of a quality equal to or greater than that of specified door hardware units and BHMA Al 56.18 for finishes. Do not furnish manufacturer's standard materials or forming methods if different from specified standard. C. Fasteners - Stainless Steel: Provide door hardware manufactured to comply with published templates generally prepared for machine, wood, and sheet metal screws. Provide screws according to commercially recognized industry standards for application intended. Provide Phillips flat-head screws with finished heads to match surface of door hardware, unless otherwise indicated. 1. Concealed Fasteners: For door hardware units that are exposed when door is closed, except for units already specified with concealed fasteners. Do not use through bolts for installation where bolt head or nut on opposite face is exposed unless it is the only means of securely attaching the door hardware. Where through bolts are used on hollow door and frame construction, provide sleeves for each through bolt. CORP2000479 0871 00-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DOOR HARDWARE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 2. Machine Screws: For the following fire-rated applications: a. Mortise hinges to doors. b. Closers to doors and frames. 3. Through Bolts: For the following fire-rated applications, unless door blocking is provided: a. Closers to doors and frames. b. Surface-mounted exit devices. 4. Spacers or Sex Bolts: For through bolting of hollow metal doors. 2.02 SCHEDULED DOOR HARDWARE A. General: Provide door hardware for each door to comply with requirements in this Section. 1. Door Hardware Sets: Provide quantity, item, size, finish or color indicated, and named manufacturer's products. B. Designation: Requirements for design, grade, finish, size and other distinctive qualities of each type of door hardware type are indicated in the Door Hardware Schedule at the end of 3.0 Execution. Products are identified by using door hardware designations, as follows: 1. Named Manufacturer's Products: Product designation and manufacturer are listed for each door hardware type required for the purpose of establishing minimum requirements. 2. References to BHMA Standards: Provide products complying with these standards and requirements for description, quality and function 2.03 MANUFACTURERS A. Manufacturers: 1. Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, provide products by one manufacturer. 2. Substitutions shall be in accordance with Section 0160 00, Material and Equipment and upon written approval by the Architect. B. Approved Manufacturers 1. National Guard Hardware Company - www.ncipinc.com 2. Hager Companies - www.haaerco.com 3. Ives Architectural Hardware Products, Division of Allegion - www.us.alleaion.com 4. Stanley Commercial Hardware; Division of The Stanley Works - www.stanleyhardware.com. 5. Best Lock Corporation - www.bestaccess.com 6. Select Products Limited - www.select-hinaes.com 7. Von Duprin Exit Devices, Division of Allegion - www.us.alleaion.com 8. Sargent Manufacturing - www.saraentlock.com 9. LCN Closers; Division of Allegion - www.us.alleaion.com. CORP2000479 0871 00-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DOOR HARDWARE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 10. Rixson, a Division of ASSA ABLOY - www.rixsondoorcontrol.com 11. Rockwood Manufacturing Co., a Division of ASSA ABLOY - www.rockwoodmfa.com 12. National Guard Products - www.ngp.com 13. Pemko Manufacturing Co., Inc. A Division of ASSA ABLOY - www.pemko.com 14. Zero International, Inc., www.zerointernational.com 2.04 HINGES A. Type 1 - Square Butt Hinges 1. Basis of Design - Ives Architectural Hardware Products. 2. Size Match the existing conditions 3. Material and Finish a. Type 316, 14 Gauge Stainless Steel b. US 32D Satin B. Type 2 Concealed leaf continuous geared hinges 1. Basis of Design - Ives 112HD Series full mortise 2. Material and Finish a. Type 316 stainless steel b. US 26D Satin 3. Fasteners: Stainless Steel comply with the following: a. Machine Screws: Compatible with type of doors and frames. Install into drilled and tapped holes. b. Screws: Phillips flat-head screws; machine screws (drilled and tapped holes) for doors. Finish screw heads to match surface of hinges. 2.05 LOCKS AND LATCHES A. Type 1 - Provided by the OWNER'S Security Contractor B. Type 2 1. Mortised Locks and Latches: a. Best Lock Corporation. 2. Basis of Design: 40H Series. 3. Lock Trim: Comply with the following: a. Lever: Forged. b. Escutcheon: Wrought or forged. c. Basis Of Design: 16J Design 4. Lock Throw: Comply with testing requirements for length of bolts to comply with labeled fire door requirements, and as follows: a. Mortise Locks: Minimum 3/4-inch latch bolt throw. b. Back-set: 2-3/4 inches unless otherwise indicated CORP2000479 08 71 00-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DOOR HARDWARE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 2.06 EXIT DEVICES A. Type 1 B. Panic Exit Devices: Listed and labeled by a testing and inspecting agency acceptable to authorities having jurisdiction, for panic protection, based on testing according to UL 305. C. Fire Exit Devices: Complying with NFPA 80 that are listed and labeled by a testing and inspecting agency acceptable to authorities having jurisdiction, for fire and panic protection, based on testing according to UL 305 and NFPA 252. D. Outside Trim: Lever with cylinder; material and finish to match locksets, unless otherwise indicated. 1. Match design for locksets and latch sets. Functions as scheduled. E. Through Bolts for exit devices and trim on metal doors. F. For double doors, provide top and bottom concealed vertical rods on active leaf. 2.07 CYLINDERS AND KEYING A. Keying of locks and cylinders throughout project shall be scheduled through a keying conference with ENGINEER/ARCHITECT, OWNER, and hardware supplier. Keying schedule shall be prepared and submitted to the Owner for approval. Copies of final key schedule with bitting instructions shall be submitted as part of the Project Record Documents. B. Cylinders: Same manufacturer as for locks and latches. 1. Basis of Design - Best Lock Corporation 2. Mortise Cylinder 1E74, Rim Cylinder 1E72. C. Key Control Systems: 1. Key Control Systems, Inc. D. Cylinders: Manufacturers standard tumbler type, constructed from stainless steel, and complying with the following: 1. Number of Pins: Seven. 2. Mortise Type: Threaded cylinders with rings and straight- or clover-type cam. 3. Rim Type: Cylinders with back plate, flat-type vertical or horizontal tailpiece, and raised trim ring. E. Permanent Cores: Manufacturer's standard; finish face to match lockset; complying with the following: 1. Removable Cores: Core insert, removable by use of a special key, and for use with only the core manufacturer's cylinder and door hardware. F. Construction Keying: Comply with the following: CORP2000479 0871 00-8 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DOOR HARDWARE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1. Construction Cores: Provide construction cores that are replaceable by permanent cores. 2. Provide 5 construction master keys. 3. Furnish permanent cores to Owner for installation. G. Keying System: Unless otherwise indicated, provide a factory-registered keying system complying with the following requirements: 1. Existing System: Master key or grand master key locks to Owner's existing system. 2. Cylinders shall be master keyed. H. Keys: Provide nickel-silver keys complying with the following: 1. Stamping: Permanently inscribe each key with a visual key control number and include the following notation: a. Notation: "DO NOT DUPLICATE." 2. Quantity: In addition to one extra blank key for each lock, provide the following: a. Cylinder Change Keys: Three. b. Master Keys: Five. c. Grand Master Keys: Five. I. Key Control System: 1. Coordinate with OWNER for the integration of keys for new construction (if any) into the existing system. 2. Cross-Index System: Set up by key control manufacturer, complying with the following: a. Computer Software: Furnish cross-index files for the existing software system that has the records and key-holder listings. 2.08 ASTRAGAL A. Type 1 - Provided by door manufacturer as standard. 1. Surface mount 2. Metals used with the astragal shall be 314 stainless steel. 3. Finish - Dark bronze to match door color. 2.09 DOOR BOLTS A. Type 1 - Surface Mounted, Spring Loaded, Chain Bolts 1. Manufacturers 2. Head Bolt - Basis of Design a. Stanley b. 1065 Chain Bolt - Zinc Plated c. 2'-0" pull chain with clasps 12" o.c. 3. Foot Bolt - Basis of Design a. Stanley b. V810 Cane Bolt - Stainless Steel c. V-0" length of cane CORP2000479 0871 00-9 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DOOR HARDWARE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 2.10 CLOSERS A. Basis Of design: 1. LCN 4030 and 4130 Series (Interior Closers) 2. Stainless steel arms, metal cover. B. Size of Units: Unless otherwise indicated, comply with manufacturer's written recommendations for size of door closer depending on size of door, exposure to weather, and anticipated frequency of use. Provide factory-sized closer, adjustable to meet field conditions and requirements for opening force. 2.11 STOPS A. Basis of Design - Rockwood Manufacturing B. Type 1 - Floor Mounted Heavy Duty Door Stop 1. 468 2. Material and Finish a. Wrought Stainless Steel b. US 32D Satin C. Type 2 - Wall Mounted Door Stop 1. 426 2. Material and Finish a. Type 304, 14 Gauge Stainless Steel b. US 32D Satin D. Type 3 - Kick-Down Door Stop 1. 460 2. Material and Finish a. Type 316 Stainless Steel b. US 32D Satin E. Furnish wall type dome stops where doors strike masonry or concrete walls, furnish floor type stops at other conditions. Where floor or wall stops cannot be used provide stop feature on door closer. 2.12 DOOR GASKET SEALS A. General: Provide continuous weather-strip smoke seal type gaskets on exterior doors and provide fire rated gaskets on interior doors where indicated or scheduled. Provide non-corrosive fasteners for exterior applications and elsewhere as indicated. a. Perimeter Gaskets - Apply to head and jamb, forming seal between door and frame. B. Air Leakage: Not to exceed 0.50 cfm per foot of crack length for gaskets other than for smoke control, as tested according to ASTM E283. CORP2000479 0871 00-10 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DOOR HARDWARE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 C. Gasket Materials: Comply with ASTM D 2000 and AAMA 701/702. D. Basis Of Design: 1. Zero International Inc. 2. Head and Jamb Smoke Seal (Fire Rated): No. 312A 2.13 THRESHOLDS A. Type 1 Basis of Design 1. Zero International 2. Rabbeted Threshold No. 65A 3. Stainless Steel B. Type 2 Basis of Design 1. Zero International 2. 545 Series 3. Stainless Steel 2.14 PROTECTION PLATES A. Basis of Design - Ives B. Type 1 1. 8302 - 6"x16" 2. US32D C. Type 2 - Mop Plate (Vertical) 1. 8400 - 6"x25" 2. US 32D D. Type 3 - Armor Plate 1. 8400 - 30" High x Width of Door less 4". 2. US 32D 2.15 FINISHES A. Standard: Stainless Satin, US 32D (630), comply with BHMA Al 56.18. B. Protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. C. Appearance of Finished Work: Variations in appearance of abutting or adjacent pieces are acceptable if they are within one-half of the range of approved Samples. Noticeable variations in the same piece are not acceptable. Variations in appearance of other components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. CORP2000479 0871 00-11 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DOOR HARDWARE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 PART 3 EXECUTION 3.01 DEMOLITION/ PREPARATION A. Stainless Steel Door and Frames: Comply with DHI Al 15 series. 1. Surface-Applied Door Hardware: Drill and tap doors and frames according to SDI 107. 3.02 INSTALLATION A. Mounting Heights: Mount door hardware units at heights indicated in following applicable publications, unless specifically indicated or required to comply with governing regulations: 1. Standard Steel Doors and Frames: DHI's "Recommended Locations for Architectural Hardware for Standard Steel Doors and Frames." B. Install each door hardware item to comply with manufacturer's written instructions. Where cutting and fitting are required to install door hardware onto or into surfaces that are later to be painted or finished in another way, coordinate removal, storage, and reinstallation of surface protective trim units with finishing work specified in Division 9 Sections. Do not install surface-mounted items until finishes have been completed on substrates involved. 1. Set units level, plumb, and true to line and location. Adjust and reinforce attachment substrates as necessary for proper installation and operation. 2. Drill and countersink units that are not factory prepared for anchorage fasteners. Space fasteners and anchors according to industry standards. C. Key Control System: Place keys on markers and hooks in key control system cabinet, as determined by final keying schedule. D. Thresholds: Set thresholds for exterior doors in full bed of sealant complying with requirements specified in Section 07 92 00 —Joint Sealants. 3.03 INSPECTION A. Examine doors and frames, with Installer present, for compliance with requirements for installation tolerances, labeled fire door assembly construction, wall and floor construction, and other conditions affecting performance. B. Proceed with installation only after unsatisfactory conditions have been corrected 3.04 FIELD TESTING A. Independent Architectural Hardware Consultant: Contractor shall engage a qualified independent Architectural Hardware Consultant to perform inspections and to prepare inspection reports. 1. Independent Architectural Hardware Consultant will inspect door hardware and state in each report whether installed work complies with or deviates from requirements, including whether door hardware is properly installed and adjusted. CORP2000479 0871 00-12 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DOOR HARDWARE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 3.05 ADJUSTING A. Initial Adjustment: Adjust and check each operating item of door hardware and each door to ensure proper operation or function of every unit. Replace units that cannot be adjusted to operate as intended. Adjust door control devices to compensate for final operation of heating and ventilating equipment and to comply with referenced accessibility requirements. 1. Door Closers: Adjust sweep period so that, from an open position of 70 degrees, the door will take at least 3 seconds to move to a point 3 inches from the latch, measured to the leading edge of the door. B. Six-Month Adjustment: Approximately six months after date of Substantial Completion, Installer shall perform the following: 1. Examine and readjust each item of door hardware as necessary to ensure function of doors, door hardware, and electrified door hardware. 2. Consult with and instruct Owner's personnel on recommended maintenance procedures. 3. Replace door hardware items that have deteriorated or failed due to faulty design, materials, or installation of door hardware units. 3.06 DEMONSTRATION A. Engage a factory-authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain door hardware and door hardware finishes. 3.07 DOOR HARDWARE SCHEDULE A. HW Set No. 1: Aeration Building Door #101 1. Hinge - Type 2 2. Lock -Type 1 3. Exit Device with Pull and Plate - Type 1 4. Astragal - Type 1 5. Door Bolts - Type 1 6. Closer (w/ Stop Feature) Active leaf only 7. Stop - Type 1 (Each leaf) 8. Gasket - Smoke Seals 9. Threshold - Type 1 10. Protection Plate a. Type 2 - behind the chain of the head bolt to protect door finish. b. Type 3 - both leafs interior face Aeration Building Room 102. END OF SECTION CORP2000479 08 71 00-13 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DOOR HARDWARE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 09 90 00 PAINTING AND COATING PART 1 GENERAL 1.01 SCOPE OF WORK A. Provide for the furnishing of all materials, supplies, labor, and equipment necessary for surface preparation and application of paints and/or protective coating materials in a safe manner with proper handling and removal and disposal of all waste materials. The work in this section includes preparing surfaces and applying protective coatings to new equipment, pumps, above grade or vault piping and valves, structural steel, masonry and concrete, and miscellaneous items. B. The term "paint" as used in this section means the protective coatings specified. Other paintings may be required in other sections of the specifications. All paint for concrete, masonry, or metal surfaces shall be especially adapted for use around a moist and humid environment and shall be applied in conformance with the Manufacturer's published specifications. C. Lead and chromate-base coatings containing lead, chromates and/or hazardous waste chemicals shall not be used. 1. Miscellaneous requirements associated with the scope of this work include: 2. Furnish all materials, equipment, supplies, and accessories required in connection with the work specified herein. 3. Obtain all permits necessary to complete the surface preparation and coatings work designed for this project, including removal, handling, and disposal of used abrasive, hazardous and/or toxic waste materials. 4. Use non-lead containing coatings that comply with all laws, regulations and ordinances of the Federal, State, and Local government including V.O.C. regulations. 5. Specification covers the surface preparation and painting of all surfaces, both interior and exterior, except as otherwise or specifically excluded. 6. Protect all adjacent work, vehicular traffic, property, and persons from damage, i.e., over spray, over blast and spillage. Should damage occur, make provisions for repair of damage in a timely manner. 7. Properly store and handle materials according to manufacturer's requirements and in compliance with applicable government regulations. 8. Provide scaffolding, ladders, lighting, and equipment as necessary to accomplish work. All operations, equipment and their installations shall comply with all applicable laws, regulations, and ordinances. Compliance with OSHA Standards per 29 CFR 1926 and 29 CFR 1910 is to be enforced by the Contractor. 9. Provide for the safety of all personnel, including but not limited to the use of explosion proof lighting and proper electrical grounding of equipment. Handling and application of all coating materials shall be in accordance with the Manufacturer's latest material safety data sheets (MSDS) and/or product data sheets. 10. The Contractor shall provide daily site cleanup. CORP2000479 09 90 00-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PAINTING AND COATING DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1.02 RELATED WORK A. Division 03 — Concrete 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Product Data and Shop Drawings: Submit product data, shop drawings, certificates, and instructions on all protective coatings items as specified herein and in accordance with Division 1, General Requirements. Submittals shall be provided to the Owner's Representative for review. 1. Manufacturer Technical Data Sheets for all paints, coatings, solvents, detergents, and degreasers proposed. 2. Manufacturer Material Safety Data Sheets (MSDS) for all paints, coatings, and thinners proposed. 3. Color name and/or number with color chart for each specific coating product. Exterior topcoat color shall be selected by the Owner. C. Product Data: Complete data on each type and kind of paint and primer shall be submitted for review. Submittal data shall show where and for what uses each paint product is to be used, with cross reference made to paragraphs of the specifications or the coating schedule. Data submitted on each type and kind of paint product shall include information to show that the product meets the detailed requirements of these specifications. D. Manufacturer's Instructions: The Manufacturer's published instructions, for use as a guide in specifying and applying the Manufacturer's proposed paint, shall be submitted. Paint shall not be delivered to the job site before review of the Manufacturer's instructions by the Owner's Representative. A Manufacturer's paint will not be considered for use unless that Manufacturer's published instructions meet the following requirements: E. The instructions must have been written and published by the Manufacturer for the purpose and with the intent of giving complete instruction for the use and application of the proposed paint in the locality and for the conditions for which the paint is specified or shown to be applied under this contract. F. All limitations, precautions and requirements that may adversely affect the paint; that may cause unsatisfactory results after the painting application; or that may cause the paint not to serve the purpose for which it was intended, that is, to protect the covered material from corrosion, shall be clearly and completely stated in the instructions. These limitations and requirements shall include, but not be limited to, the following: 1. Surface preparation. 2. Methods of application. 3. Number of coats. 4. Thickness of each coat. CORP2000479 09 90 00-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PAINTING AND COATING DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 5. Total thickness. 6. Drying time of each coat, including primer. 7. Drying time of final coat before placing in service. 8. Time allowed between coats. 9. Primer required to be used. 10. Primers not permitted. 11. Use of a primer. 12. Compatible topcoats. 13. Thinner and use of thinner. 14. Weather limitations during and after application (temperature, humidity, wind velocity). 15. Protection from sun. 16. Physical properties of paint, including percent solids content by volume, ingredient analysis, and weight per unit surface per dry mil thickness. 17. Cathodic disbonding limitations, if any. 18. Equipment settings (air cap, fluid tip, equipment pressure settings, etc.). 19. Manufacturer's specific ventilation requirements for products used on interior surfaces. Ventilation requirements shall be provided to ensure adequate evacuation of solvents to prevent solvent entrapment, worker exposure to solvents above the OSHA PEL and to provide for timely coating system cure. 20. Manufacturer's statement of conformance with ANSI/NSF 61 (NSF International) requirements for use on potable water mains. 21. Cleanup Procedures: Prior to the field cleaning or painting of any surface, the Contractor shall present a written plan to the Owner and Owner's Representative for review concerning how paint and/or abrasive damage to automobiles and property will be handled, including a process for quick removal of the paint or abrasive, and who will do the work. This approval in no way shall relieve the contractor from the responsibility of settling claims for damage but is intended as an avenue to expedite and minimize said claims. 22. Containment Procedures: Prior to the field cleaning or painting of any surface, the Contractor shall present a written plan to the Owner and Owner Representative for review concerning how spent cleaning debris and/or paint over spray or droplets will be contained/confined to the jobsite and tank site during the surface preparation and coating application operations. Reasonable care shall be exercised by the Contractor to prevent damage, nuisance, or hazardous conditions to adjacent or nearby property owners. 1.04 REFERENCE STANDARDS A. ASTM D16 - Definitions of Terms Relating to Paint, Varnish, Lacquer, and Related Products. B. NACE (National Association of Corrosion Engineers) - Industrial Maintenance Painting. C. NPCA (National Paint and Coatings Association) - Guide to U.S. Government Paint Specifications. CORP2000479 09 90 00-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PAINTING AND COATING DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 D. PDCA (Painting and Decorating Contractors of America) - Painting - Architectural Specifications Manual. E. SSPC (Society for Protective Coatings) - Society for Protective Coatings Standards. F. Materials to be used in contact with the raw water or potable water process stream shall meet the current requirements of the Food and Drug Administration Document, Title 21, Section 175.300 or have been approved by the EPA for potable water use and have been certified by the National Sanitation Foundation for Standard 61 listing. Submit certification that the material meets these requirements. 1.05 QUALITY ASSURANCE A. Materials: 1. All coating materials required by this section shall be provided by a single manufacturer, unless otherwise required or approved. 2. For each individual system: Provide primer and other undercoat paint produced by the same manufacturer as finish coat. B. Applicator: Firm with not less than 3 years of successful experience in painting work similar in scope to work of this project. 1. Maintain throughout duration of the work a crew of painters who are fully qualified to satisfy requirements of the specifications. C. Containing Cleaning Debris and Overspray: The Contractor shall ensure that no spent cleaning/blasting debris, dust, overspray, coating droplets, or emissions of any kind, escape to the atmosphere, or adjacent buildings, private property, work sites and parking lots. 1. The ground and floor shall be protected from any material scrapped, sanded, or removed in any fashion and the material shall be collected and properly disposed of by the contractor. 2. The Contractor shall be responsible for all materials that are used and for any apparatus used to contain dust, emissions, debris, overspray, and coating droplets. 3. If tarps are used as part of the containment system, the tarps shall be an impervious, solid, flame-resistant material, reinforced with a fiber mesh and shall allow as much light as possible to pass through the material. 4. The Owner reserves the right to stop work or to require additional or different containment methods if the Contractor's operations create a nuisance beyond the site property line in the sole opinion of the Owner, the Owner's designated representative, any regulatory agency, or neighbor. All costs of providing an adequate containment system shall be included by the Contractor in the Base Price Proposal. 5. Review of the containment system for containing the spent cleaning dust, debris, emissions, overspray, and coating droplets shall not warrant the structural integrity of the containment system and shall not warrant the structural integrity of the facility to support the containment system. Nor shall review of the containment system warrant the ability of the system to contain spent cleaning dust, debris, emissions, and overspray. CORP2000479 09 90 00-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PAINTING AND COATING DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE A. All paints, coatings, and related materials shall be delivered to the job site or Fabrication shop in original unopened containers with the product name, type and batch number, color, and manufacturer date clearly marked on each container. B. All materials used on the job by the Contractor shall be stored in a single place provided by the Contractor or designated by the Owner's Representative at the job site. On site and fabrication shop storage shall comply with OSHA requirements, recommendations of the National Fire Protection Association, City Fire Codes, and manufacturer recommendations. C. Oily or solvent-soaked rags and all waste shall be removed from the job site every night, and all necessary precautions shall be taken to reduce fire hazards to a minimum. D. Deliver products to site in original, unopened, and labeled containers; inspect to verify acceptability. E. Container label to include Manufacturer's name, type of paint, brand name, lot number, brand code, coverage, surface preparation, drying time, cleanup requirements, color designation, and instructions for mixing and reducing. F. Store materials in an accepted location which meets the Manufacturer's storage requirements. Recommended storage temperatures and ventilation shall be maintained. Keep the storage area clean and repair any damage done. Remove oily rags, waste, or other fire hazards from buildings each night; take adequate precautions to avoid damage by fire. Place cloths and cotton waste which might constitute a fire hazard in metal containers or destroy at the end of each workday. G. Upon completion of the work, if the storage space was a fixed part of the project, it shall be left clean. Any damages to such storage space or its surroundings shall be repaired by the Contractor. 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 EXTENDED WARRANTY A. The Contractor and coating manufacturer shall jointly and severally warrant to the Owner and guarantee the work under this section against defective workmanship and materials for a period of 2 years commencing on the date of final acceptance of the work. 1.10 EXCLUSIONS A. Unless otherwise specified, painting will not be required on the following items: 1. Exposed surfaces of aluminum 2. Polished or finished stainless steel 3. Nickel, Monel, Copper, Bronze, Lead or Brass CORP2000479 09 90 00-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PAINTING AND COATING DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 4. Rubber and plastic including fiberglass reinforced plastics 5. Chromium plated surfaces B. If contractor applies paint to or causes damage to surface to be protected, or unspecified surfaces, removal of coating, repair or replacement of item is required. 1.11 SCHEDULING A. Perform painting work according to the contract construction schedule as required in the General Conditions. B. Scheduling shall not negate any requirements of temperature and/or humidity specified by the manufacturer of the coatings to be used. C. Coordinate work of other trades and provide conditions for neat, clean, dust-free work. 1.12 SAFETY AND HEALTH REQUIREMENTS A. General: In accordance with requirements set forth by regulatory agencies applicable to the construction industry and Manufacturer's printed instructions and appropriate technical bulletins and manuals, the Contractor shall provide and require use of personal protective lifesaving equipment for persons working on or about the project site. B. Ventilation: Where ventilation is used to control hazardous exposure, all equipment shall be explosion-proof. Ventilation shall reduce the concentration of air contaminants to the degree a hazard does not exist. Forced air circulation and exhausting of solvent vapors shall be continued until coatings have fully cured. C. Whenever the occupational sound levels exceed the OSHA Standard 29 CFR 1926.52, the Contractor shall implement exposure control measures that protect employee hearing against the affects from these sound levels. One such control measure can be the use of hearing protective devices. D. Illumination: Adequate illumination shall be provided while work is in progress, including explosion-proof lights and electrical equipment. Whenever required by the Owner's Representative, the Contractor shall provide additional illumination and necessary supports to cover all areas to be inspected. The level of illumination purposes shall be determined by the Owner's Representative. 1.13 REGULATORY REQUIREMENTS A. Conform to applicable code for flame and smoke rating requirements for finishes. B. Conform to code 29 CFR 1910.1200 for Hazard Communication. PART 2 PRODUCTS 2.01 COLOR SCHEDULE A. Final color selection will be made by the Owner's Representative from color chips submitted by the Contractor; colors selected may or may not be a Manufacturer's CORP2000479 09 90 00-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PAINTING AND COATING DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 standard color. Submit color charts to Owner at least 60 days prior to paint application to allow time for color selection. B. Shop Painted Equipment: Motors, equipment, pumps, valve bodies and metal pump bases shall be shop painted, unless specified otherwise. 1. Motors, equipment, pumps, pump bases and valve bodies shall be painted color as selected by the Owner. 2. All bronze or stainless steel valve bodies shall not be painted. C. Moving Parts and Guards. 1. Do not paint moving parts of operating units, mechanical and electrical parts, such as valve and damper operators, linkages, sensing devices, motor, fan shafts, etc. 2. Contractor shall coordinate with Owner on color selection prior to painting guards or shields. 2.02 TEST EQUIPMENT A. The Owner's Representative will use, but is not limited to, the following pieces of equipment to determine film thickness and presence of flaws. The Contractor shall provide, maintain, and calibrate the following equipment for the Owner's Representative use for testing the coating system. All costs related to the testing equipment shall be borne by the Contractor. B. Electronic Digital Readout Gage: 0.40 mils film thickness gage including a set of 0.5 Department of Commerce, Bureau of Standards Film Thickness Calibration Standards from 0-8 mils and 10-25 mils or equivalent. C. Wet Sponge Holiday Detector: Low voltage (67-1/2 volts) flow detector (holiday detector). D. Clemtex Comparator: Surface anchor profile standard. E. Wet Film Thickness Gage. F. Sling Psychrometer. 2.03 MATERIALS AND MANUFACTURERS A. Paint shall arrive on the job ready-mixed, except for the tinting of undercoats, field catalyzed coatings, and possible thinning. B. All coating shall meet all Federal, State, United States Corps of Engineers, Environmental Quality Board, and any other local governmental ordinances and regulations for allowable Volatile Organic Compounds and other hazardous contents. C. When thinning coating, the amount of thinner used shall not exceed the limit recommended by the Manufacturer, nor shall it cause the paint to exceed the allowable limits for VOCs. Only thinners recommended by the Manufacturer's, or approved equal, shall be used. CORP2000479 09 90 00-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PAINTING AND COATING DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 2.04 COATING SCHEDULE A. General: 1. Coat materials as called for in the Drawings and as specified in this Section. 2. All finished coatings on horizontal surfaces must be non-skid, slip-resistant. 3. DFT: Dry Film Thickness. B. Ferrous Metal, Interior, Non-Immersed, Subject to Non-Abrasive Conditions: 1. General. All interior above ground ferrous surfaces subject to dry non-abrasive conditions shall be painted in accordance with the following provisions. This includes but is not limited to exposed pumps, exterior of valves, pipes, motors, machinery, and miscellaneous metals such as structural steel. 2. Surface Preparation. SSPC SP-6 Commercial Blast Cleaning, Reference Part 2.02 Surface Preparation, item D for description. 3. Coating (Epoxy-Polyamide) Minimum Coveraae MfQl Primer 5.0 mils *DFT Tnemec, N69 High Build Epoxoline II Carboline, 893 Polymid Epoxy Primer Devoe, Devran 224 HS Finish Coat 5.0 mils DFT Tnemec, N69 Hi-Build Epoxoline II Carboline, 134 HS Polyurethane Devoe, Devran 224 HS * DFT - Dry Film Thickness C. Ferrous Metal, Exterior, Non-Immersed, Subject to Non-Abrasive Conditions: 1. General. All exterior ferrous surfaces not submerged, and subject to non-abrasive conditions shall be painted in accordance with the following provisions. This includes but is not limited to: Exterior of non-submerged equipment, valves, pipes, pipe sleeves, brackets, grates, structural steel, light poles, exterior face of overhead doors, etc. Surfaces intermittently or partially submerged will be treated as submerged. 2. Surface Preparation. SSPC SP-6 Commercial Blast Cleaning. Reference Part 2.02 Surface Preparation D for description. 3. Coating (Aliphatic-Polyurethane System) Minimum Coverage MfQl CORP2000479 09 90 00-8 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PAINTING AND COATING DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 Primer 5.0 mils DFT Tnemec, N69 Hi-Build Epoxoline II Carboline, 890 Epoxy Devoe, Devran 224 HS Finish Coat 4.0 mils DFT Tnemec, 750-Color Endura-Shield Carboline, 134 HS Polyurethane Devoe, Devthane 359 DTM D. Ferrous Metals, Immersed or Subject to Abrasive Conditions 1. General. All ferrous surfaces below ground level, submerged, or subject to abrasive conditions shall be painted in accordance with the following provisions. This includes but is not limited to: Ladders, grates, checkered plates, handrails, access covers, exterior of submerged valves, piping, brackets, structural steel, sluice gates, roller gates, drains, etc. (Surfaces that are questionable as to if they are subject to submerged or abrasive conditions will be considered as subject to those conditions). 2. Surface Preparation. SSPC SP-10 Near White Metal Blast Cleaning. Reference Part 2.02 Surface Preparation Ferrous Metal D for description. 3. Coating (Epoxy-Polyamide System) Minimum Coverage Mf Primer 5.0 mils DFT Tnemec, N140-1255 Pota-Pox Plus Primer Devoe, Bar-Rust 233H Carboline Carboguard 61 Finish Coat 5.0 mils DFT Tnemec, N140-11WH Pota-Pox Plus Finish Devoe, Bar-Rust 233H Carboline Carboguard 61 E. Non Ferrous Metal Interior: 1. General. All non-ferrous surfaces where painting is required shall be painted in accordance with the following provisions. This includes but is not limited to: pipe supports, underside of roof decks and service doors. 2. Surface Preparation. SSPC-SP6 Commercial Blast Cleaning. Reference Part 2.02 Surface Preparation D for description. 3. Coating (Epoxy-Polyamide System) CORP2000479 09 90 00-9 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PAINTING AND COATING DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 Minimum Coverage Mf C1 Coat 4.0 mils DFT Tnemec, N69 Hi-Build Epoxoline II Devoe, Devran 205 Carboline Carboguard 60 Finish Coat 5.0 mils DFT Tnemec, N69 Hi-Build Epoxoline II Devoe, Devran 224HS Carboline Carboguard 60 Finish Coat (For Exterior Tnemec Series 73 Endura-Shield Installation) 3.0 mils DFT in Devoe, Devthane 359 addition of Primer and Finish Carboline Carbothane 134HG Coat described above F. Aluminum, Stainless Steel, Galvanized Steel, Copper, or Brass: Unless specifically called out, only clean these surfaces. Do not paint. G. All Aluminum in Contact with Dissimilar Materials: 1. Surface Preparation. Remove all foreign matter and apply sealer as required by coating Manufacturer. 2. Coating (Epoxy-Polyamide) Minimum Coverage Mf Primer (not required) Finish Coats - 2 coats at Tnemec, 66 Hi-Build Epoxoline 4.0 mils each Carboline, 890 Epoxy Devoe, Devran 224 HS CORP2000479 09 90 00-10 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PAINTING AND COATING DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 H. Interior Concrete: Unless specifically called out. Do not paint. I. Exterior Concrete - Exposed. 1. Surface Preparation: Remove all grease, oils, and grime by washing with an emulsifying alkaline water base cleaner. All surface contaminants including existing coatings shall be removed prior to application of new coating. Brush blast or acid- etch concrete prior to coating. Surface preparation shall be as per Manufacturer's recommendations. 2. First coat: Tnemec none required, or Devoe Decraflex 300 Elastomeric System at 12 dry mils or Carboline Flexxide @ 12 mils DFT. 3. Second coat: Tnemec Series 156 Enviro-Crete applied at 8 dry mils, or Devoe Decraflex 300 Elastomeric System at 12 dry mils or Carboline Flexxide @ 12 mils DFT. 4. Third Coat: Tnemec Series 157 Enviro-Crete applied at 9 dry mils, or Devoe Decraflex 300 Elastomeric System at 12 dry mils or Carboline Flexxide @ 12 mils DFT. J. Concrete—Secondary Containment and in any other locations called for in the Drawings for the following chemicals: 1. Sodium Hydroxide (25% conc.) 2. Sodium Hydroxide (12.5% conc) 3. Manufacturers: Tnemec or Sausersain Sauereisen ConoFlex Urethane Refer to Sauereisen data sheets and Surface Preparation instructions for the area preparation, application, and setting/curing requirements. First Coat ConoPrimer No. 502 - 8 mils DFT. Second Coat ConoFlex Urethane No. 381 - 60 mils DFT Or Tnemec High-Build Epoxoline Allow new concrete to cure 28 days. Abrasive blast as per SSPC-SP13 Surface Preparation of Concrete, achieving a surface profile equal to ICRI CSP 3 to 5. All Surface Preparation surfaces shall be dry, clean, and free of dust, dirt, oil, grease, and other contaminants. Fill all voids, divots and cracks with Tnemec Series 215 Surfacing Epoxy and strike flush with adjacent surfaces. First Coat Series 66HS Hi-Build Epoxoline 4.0 to 6.0 DFT. CORP2000479 09 90 00-11 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PAINTING AND COATING DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 Second Coat Series 66H Hi-Build Epoxoline 4.0 to 6.0 DFT Third Coat Series 104 H.S. Epoxy 6.0 to 8.0 DFT Or Tnemec Tneme-Glaze Allow new concrete to cure 28 days. Abrasive blast as per SSPC-SP13 Surface Preparation of Concrete, achieving a surface profile equal to ICRI CSP 3 to 5. All Surface Preparation surfaces shall be dry, clean, and free of dust, dirt, oil, grease, and other contaminants. Fill all voids, divots and cracks with Tnemec Series 215 Surfacing Epoxy and strike flush with adjacent surfaces. First Coat Tenemec Series 201 Epoxoprime 6.0 to 8.0 DFT Second Coat Tnemec Series 282 Tneme-Glaze 10.0 to 12.0 DFT K. Interior Concrete Block Masonry - Exposed. 1. Surface Preparation: Remove all oil, grease, and other contaminants. Allow mortar to cure for 14 days. Surface preparation shall be as per Manufacturer's recommendations. 2. First coat: Tnemec Series 130 Enviro-fill cementious block filler applied at 65-75 square feet per gallon, or Devoe Bloxfill 4000 applied at 50-75 SF per gallon or Carboline Sanitile 100 applied @ 50-75 sq per gallon. 3. Second coat: Tnemec Series 287 Enviro-Pox applied at 2-3 mils DFT, or Devoe Tru- Glaze 4406 applied at 3-5 mils DFT or Carboline Sanitile 555 applied @ 3-5 mils DFT. 4. Third coat: Tnemec Series 297 Enviro-Glaze applied at 2-3 mils DFT, or Devoe Tru- Glaze 4406 applied at 3-5 mils DFT or Carboline Carbothane134WB Applied 2.0-2.5 mils DFT. L. Exterior Concrete Block Masonry - Exposed. 1. Surface Preparation: Remove all oil, grease, and other contaminants. Allow mortar to cure for 14 days. Surface preparation shall be as per Manufacturer's recommendations. 2. First coat: Tnemec Series 130 Enviro-fill applied at 85-115 SF per gallon, or Carboline Sanitile 100 applied @ 50-75 sq per gallon. 3. Second coat: Tnemec Series 6 Tneme-Cryl applied at 4-6 dry mils, or Carboline Sanitile 155 applied @ 10-12 mils DFT. 4. Third coat: Tnemec Series 6 Tneme-Cryl applied at 4-6 dry mils, or Carboline Sanitile 155 applied @ 10-12 mils DFT. CORP2000479 09 90 00-12 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PAINTING AND COATING DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 M. Interior PVC Pipe 1. Surface Preparation. As recommended by MANUFACTURER. 2. Coating (Epoxy-Polyamide) Minimum Coverage MfQl Primer (not required) Finish Coat 4.0-6.0 mils DFT Tnemec, N69 Hi-Build Epoxoline II Devoe, Devran 224 HS Carboline Carboguard 60 N. Exterior PVC Pipe 1. Surface Preparation: As recommended by MANUFACTURER. 2. Coating (Hybrid-Polyurethane System). Minimum Coverage MfQl Primer 4.0 - 6.0 mils DFT Tnemec, N69 Hi-Build Epoxoline II Devoe, Devran 224 HS Carboline Carboguard 60 Finish Coat 3.0-4.Omils SFT Tnemec, 73-Endura-Shield Devoe, Devthane 379 UVA Carboline 133HB PART 3 EXECUTION 3.01 WORK CONDITIONS A. Coating or painting shall be applied per manufacturer's recommendations. B. Surface: If surfaces to be painted cannot be put in proper condition for painting by customary cleaning and sanding operations, notify the Owner's Representative in writing or assume the responsibility for and rectify any unsatisfactory finish resulting from application to an unsatisfactory surface. Do not proceed with surface preparation or coating application until adverse conditions are corrected to provide an acceptable surface. The paint supplier shall inspect and certify all surfaces prior to coating application. Do not apply paint to a wet or damp surface. CORP2000479 09 90 00-13 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PAINTING AND COATING DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 C. Equipment: The Contractor's coating and painting equipment shall be designed for application of the materials specified and shall be maintained in good working order comparable to that described in printed instructions of the coating manufacturer. Clean equipment thoroughly before and after use with the appropriate cleaning solution indicated by the coating manufacturer. All gages and controls on spray equipment shall be in proper working order at all times and the gages must be operational and readable. D. Warnings: Display caution signs in necessary areas advising of spray painting and warning against open flames. E. Barriers: Provide barriers or shelters on windy days to protect equipment and treatment facilities. 3.02 SURFACE PREPARATION A. Surface preparation standards are as described in this specification. The Steel Structures Painting Council, Surface Preparation Specification is used for steel and as a guide for concrete. B. Solvent Cleaning: Remove oil, grease, soil, and other contaminants by use of solvents, emulsions, cleaning compounds, steam cleaning, or similar materials and methods which involve a solvent or cleaning action, in accordance with Steel Structures Painting Council Surface Protection Specifications (SSPC) SP-1. Care must be taken to not allow solvent chemicals to enter treatment processes. C. Hand Tool Cleaning: Remove all loose mill scale, loose rust, loose paint, and other loose detrimental foreign matter by hand chipping, scraping, sanding, and wire brushing. D. Grinding: Remove weld splatter and rough edges and grind rough welds so that all surfaces are in proper condition, in the opinion of the Owner's Representative, to receive the specified coating. E. Abrasive Grit Cleaning: All abrasive blasting shall be done at the shop in accordance with SSPC-SP 10 near white metal blast. No abrasive blasting shall be allowed at the job site. F. Alternative surface preparation methods and materials shall be approved by the Owner's Representative before use. Contractor shall protect all electrical components from entrance of paint, solvents, or blast mediums into the cabinets. Contractor shall be responsible for any damage to switches, contacts, and other electrical controls if contaminated by blast media during painting operations. 3.03 INSPECTION A. Inspection: 1. The Contractor shall provide OSHA-approved staging, scaffolding, and lighting as required to permit proper inspection as outlined in these specifications. 2. Surface preparation, coating application and repairs are subject to inspection by the Owner and Owner's Representative. The standards published by the Steel Structures Painting Council, especially SSPC-VISL-635, Pictorial Surface, will be CORP2000479 09 90 00-14 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PAINTING AND COATING DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 used as guides for acceptance or rejection of the cleaning, painting, or coating application. Particular attention will be given hard-to-reach areas, bolted connections, supports, anchor bolts and threaded joints. 3. A magnetic-type dry film thickness gage, and an electrical holiday detector will be used to determine the acceptability of the paint application. Calibration of the magnetic thickness gage will be done on the site using the U.S. Department of Commerce, Bureau of Standard Film Thickness Calibration Standards. 4. Give sufficient notice in advance of coating applications so that the Owner and Owner's Representative can perform the following inspections: a. Examination and approval of surface preparation prior to any coating. b. Examination and approval of each coat prior to application of the next coat. c. Inspection of the completed coating for runs, overspray, roughness, and any evidence of improper application. d. Direction or observation of testing. 3.04 FIELD TESTING A. Contractor shall be responsible for and shall bear all the costs to perform the quality control tests for the coating. B. Should any paint system fail to pass a test, the Contractor shall make necessary changes approved by the Construction Manager for the corrective measures. The paint system will then be retested. C. The following tests will be conducted: 1. Dry film thickness will be tested after each coat of paint has been applied, and after final coat of the exterior system has been applied to the pump, motor, piping, equipment, metal, and appurtenances. A test will be made for every 25 square feet of surface and at locations designated by the inspector. 2. All submerged paint systems will be tested for holidays after the final coat has been applied. 3. Warranty Inspection: Warranty inspection shall be conducted during the eleventh month following completion of all coating and painting work. All defective work shall be repaired in accordance with this specification and to the satisfaction of the Owner and Owner's Representative. 3.05 FIELD PAINTINIG A. Mix and thin paints in strict accordance with manufacturer's directions. B. At the time of application, paint must show no signs of hard settling, excessive skinning, livering, or other deterioration. 3.06 PROTECTION A. Protect surfaces and installations requiring no painting or finishing by use of drop cloths, masking, or other approved precautionary measures. Repair or replace property and work of other trades damaged, marred or stained by painting and finishing operations. CORP2000479 09 90 00-15 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PAINTING AND COATING DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 B. Prior to surface preparation and painting operations, remove, mask, or otherwise protect hardware, hardware accessories, machined surfaces, plates, light fixtures, and similar items not to be painted but which are in contact with painted surfaces. C. Mask openings in motors to prevent paint and other materials from entering the motors. D. Protect spaces used for mixing or storage of paint materials from damage or staining. Leave space in clean, neat condition. 3.07 COATING APPLICATION A. Manufacturer's Representative: The coating manufacturer will be responsible, through an authorized representative, to provide technical assistance to the paint Contractor as needed. B. Workmen: Employ workmen skilled in structural steel, piping, and mechanical equipment painting. C. Materials: 1. Coating materials, abrasive grit, and equipment used in painting and blasting are subject to inspection at any time by the Owner's Representative and Construction Manager. 2. Remove blasting grit and dust from the surface to be painted before paint application is begun. 3. Dust, dirt, oil, grease, or any foreign matter that will affect the adhesion or durability of the finish must be removed by washing with clean rags dipped in an approved cleaning solvent and wiped dry with clean rags. D. Application: 1. Priming: Not later than during the same day and before the formation of rust, the cleaned exterior surfaces shall be primed with the specified primer. 2. Intermediate Coat: All primed exterior surfaces shall be given a full intermediate coat of the specified paint. 3. Finish Coat: After adequate curing of the intermediate coat, the entire exterior surfaces shall then be given a final coat of the selected paint in the selected color. E. Paint Coating Methods: 1. Finished surfaces must be free from runs, drips, ridges, waves, laps, brush marks and variations in color, texture, and finish. 2. Double-lap all welds. Apply prime coat by brush to all weld areas; then apply prime coat to entire surface, including weld areas, by spray, roller or method selected. 3. Coat areas with a uniform film, free of sags, runs, or brush marks. 4. Except where otherwise specified, thin paint only as necessary for workability of coating material in accordance with manufacturer's printed instructions. Use only an appropriate thinner as recommended by the paint manufacturer. 5. When paint is being applied to any other closed areas, provide adequate ventilation. 6. Comply with recommendations of the paint manufacturer in regard to drying time for each coat, technique of spray application, ventilation, paint thinning, and safety CORP2000479 09 90 00-16 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PAINTING AND COATING DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 precautions. The Contractor must fully inform all members of his field crew of these recommendations. 7. Where inspection shows that the specified thickness is not developed, apply additional coats in accordance with the manufacturer's surface preparation and cure schedule requirements to produce the required film thickness. 8. Repair and recoat improper applications as recommended by the manufacturer or as required by the Construction Manager. 9. Factory finished items shall be protected against damage during transit, storage, and erection. Damaged areas must be refinished as the original. The following items shall receive final finish at the factory, colors to be reviewed by the Owner and Owner's Representative. a. Electrical panels (to be factory painted ANSI No. 61 gray). b. Light fixtures. c. Pressure gages. d. Instrumentation. e. Valves and accessories f. Mechanical equipment with standard factory finish, subject to Owner's Representative's review. 10. The following items shall not be painted unless otherwise specified: a. Aluminum, brass, bronze, chrome, copper, or stainless steel. b. Nameplates or serial numbers. c. Grease fittings. d. Valve operator stems. e. Buried or encased piping or conduit. f. Concrete floors, interior walls, and slabs. g. Glass. h. Fiberglass doors, grating and handrail. i. Existing and new corrugated metal wall panels. j. Exterior split faces concrete masonry units. 11. Finish exterior doors on tops, bottoms, and side edges the same as the exterior face. 12. Sand lightly between each succeeding enamel or varnish coating. 13. Allow sufficient time between successive coatings to permit proper drying. F. Cleaning: Upon completion of the work, remove all staging and scaffolding. Dispose of all used grit, containers, and rubbish in a suitable manner. Remove overspray, paint spots, oil, or stains on adjacent surfaces. Leave the entire job clean and acceptable. END OF SECTION CORP2000479 09 90 00-17 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PAINTING AND COATING DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 10 14 00 SIGNAGE PART 1 GENERAL 1.01 SCOPE OF WORK A. This Section includes the following: 1. Panel signs as scheduled. 2. Signage accessories. 1.02 RELATED WORK A. Division 26 — Electrical 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Product Data: Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for each type of sign. C. Shop Drawings: Include plans, elevations, and large-scale sections of typical members and other components. Show mounting methods, grounds, mounting heights, layout, spacing, reinforcement, accessories, and installation details. 1. Provide message list for each sign, including large-scale details of wording, lettering, artwork, and braille layout. D. Samples for Initial Selection: For each type of sign material indicated that involves color selection. E. Maintenance Data: For signage cleaning and maintenance requirements to include in maintenance manuals. 1.04 REFERENCE STANDARDS (NOT USED) 1.05 QUALITY ASSURANCE A. Installer Qualifications: An authorized representative of signage manufacturer for installation and maintenance of units required for this Project. B. Source Limitations: Obtain each sign type through one source from a single manufacturer. C. Regulatory Requirements: Comply with the Americans with Disabilities Act (ADA) and with code provisions as adopted by authorities having jurisdiction. 1. Interior Code Signage: Provide signage as required by accessibility regulations and requirements of authorities having jurisdiction. CORP2000479 10 1400-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SIGNAGE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENT A. Field Measurements: Where sizes of signs are determined by dimensions of surfaces on which they are installed, verify dimensions by field measurement before fabrication and indicate measurements on Shop Drawings. 1.07 DELIVERY, HANDLING AND STORAGE A. For signs supported by or anchored to permanent construction, advise installers of anchorage devices about specific requirements for placement of anchorage devices and similar items to be used for attaching signs. 1. For signs supported by or anchored to permanent construction, furnish templates for installation of anchorage devices. 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 WARRANTY/EXTENDED WARRANTY (NOT USED) PART 2 PRODUCTS 2.01 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply for 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, the manufacturers specified. 2.02 PANEL SIGNS A. General: Provide panel signs that comply with requirements indicated for materials, thicknesses, finishes, colors, designs, shapes, sizes, and details of construction. 1. Produce smooth panel sign surfaces constructed to remain flat under installed conditions within tolerance of plus or minus 1/16 inch measured diagonally. B. Manufacturers: 1. Andco Industries Corp. 2. ASI Sign Systems, Inc. 3. Supersine Company (The). 4. Substitutions in accordance with Section 01300 - Submittals. C. Aluminum Sheet: Manufacturer's standard for exterior installation and as follows: 1. Color: As selected by OWNER or Architect from manufacturer's full range. D. Unframed Panel Signs: Fabricate signs with edges mechanically and smoothly finished to comply with the following requirements: 1. Corner Condition: Rounded to radius. CORP2000479 10 1400-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SIGNAGE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 E. Graphic Content and Style: Provide sign copy that complies with requirements indicated for size, style, spacing, content, mounting height and location, material, finishes, and colors of signage. 1. Overall Panel Size: 8 x 8 inches. 2. Panel Color: To be selected from manufacturer's standard colors. 3. Text and Graphic color: Raised text and graphics. Color to be selected from manufacturer's standard colors. 4. Letter Styles, colors, letter sizes and layout position: To be selected from manufactures standard color chart. 5. "No Smoking" signs shall include universal symbology and text. 2.03 ACCESSORIES A. Mounting Methods: Use concealed fasteners fabricated from materials that are not corrosive to sign material and mounting surface. B. Anchors and Inserts: Provide nonferrous-metal or hot-dip galvanized anchors and inserts for exterior installations and elsewhere as required for corrosion resistance. Use toothed steel or lead expansion-bolt devices for drilled-in-place anchors. Furnish inserts, as required, to be set into concrete or masonry work. 2.04 FINISHES, GENERAL A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Appearance of Finished Work: Variations in appearance of abutting or adjacent pieces are acceptable if they are within one-half of range of approved Samples. Noticeable variations in same piece are not acceptable. Variations in appearance of other components are acceptable if they are within range of approved Samples and are assembled or installed to minimize contrast. 2.05 RESTRICTIVE CAUTION AND HAZARD IDENTIFICATION SIGNS A. Room Warning Signs 1. Identical wall-mounted signs shall be furnished and installed, one in Operating Floor and at each entry door into Operating Floor. Actual mounting locations shall be as directed by the Owner. 2. The signs shall be enameled aluminum having dimensions 24-in by 24-in minimum. The signs shall each display the following message in accordance with ASTM E591: CAUTION HEARING PROTECTION REQUIRED B. Equipment Warning Signs 1. Permanent warning signs shall be mounted at all mechanical equipment which may be started automatically or from remote locations. Signs shall be in accordance with OSHA regulations and shall be suitable for exterior use. Mounting CORP2000479 10 1400-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SIGNAGE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 details shall be in accordance with manufacturer's recommendations and location shall be acceptable to the Owner. 2. Warning signs shall be 7-in high by 10-in wide, colored yellow and black, on not less than 18 gage vitreous enameling stock. Each sign shall read: CAUTION THIS EQUIPMENT STARTS AUTOMATICALLY BY REMOTE CONTROL C. Step Warning Signs 1. Permanent warning sign shall be mounted inside electrical room on the opposite side of the door hinge entering the pump room. Mounting details shall be in accordance with manufacturer's recommendations and location shall be acceptable to the Owner. Each sign shall read: CAUTION WATCH YOUR STEP D. Chlorine Room Warning Signs 1. Placement of the Chlorine Room warning signs shall be per the contract drawings (See structural sheets.). Mounting details shall be in accordance with manufacturer's recommendations and location shall be acceptable to the Owner. E. No Trespassing Signs 1. Permanent warning sign shall be mounted to each entrance gate of all fences. Mounting details shall be in accordance with manufacturer's recommendations and location shall be acceptable to the Owner. Each sign shall read: NO TRESPASSING F. Non-Potable Water Warning Signs 1. Placement of the Non-Potable Water warning signs for the hose bib station shall be per the contract drawings (See standard mechanical details.). Mounting details shall be in accordance with manufacturer's recommendations and location shall be acceptable to the Owner. 2.06 BUILDING SIGNS A. Building signs shall be provided for the following: 1. Chlorine Building B. Building signs shall be ASI LF Series, clear anodized aluminum, 1-1/4 in deep. C. For bidding purposes, text and composition of building signs shall be as shown on Drawings. Final text and composition shall be as shown on approved shop drawings. D. Mounting systems shall be as recommended by the manufacturer. CORP2000479 10 1400-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SIGNAGE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 PART 3 EXECUTION 3.01 DEMOLITION/PREPARATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of work. B. Verify that items, including anchor inserts, provided under other sections of Work are sized and located to accommodate signs. C. Examine supporting members to ensure that surfaces are at elevations indicated or required to comply with authorities having jurisdiction and are free from dirt and other deleterious matter. D. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. General: Locate signs and accessories where indicated, using mounting methods of types described and in compliance with manufacturer's written instructions. 1. Install signs level, plumb, and at heights indicated, with sign surfaces free from distortion and other defects in appearance. 2. Interior Wall Signs: Install signs on walls adjacent to latch side of door where applicable. Where not indicated or possible, such as double doors, install signs on nearest adjacent walls. Locate to allow approach within 3 inches of sign without encountering protruding objects or standing within swing of door. B. Wall-Mounted Panel Signs: Attach panel signs to wall surfaces using methods indicated below: 1. Mechanical Fasteners: Use non-removable mechanical fasteners placed through predrilled holes. Attach signs with fasteners and anchors suitable for secure attachment to substrate as recommended in writing by sign manufacturer. 2. Where panel signs are scheduled or indicated to be mounted on glass, provide matching plate on opposite side of glass to conceal mounting materials. C. Installation Schedule: Door Number Text Comments / Location A Chlorine Storage Room Exterior B Chlorine Feed Room Exterior B Chlorine Room Danger Exterior (See Warning Sign Chlorine on Drawings) 3.03 CLEANING AND PROTECTION A. After installation, clean soiled sign surfaces according to manufacturer's written instructions. Protect signs from damage until acceptance by Owner. END OF SECTION CORP2000479 10 1400-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SIGNAGE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 10 44 00 FIRE PROTECTION SPECIALITIES PART 1 GENERAL 1.01 SCOPE OF WORK (NOT USED) 1.02 RELATED WORK A. Division 06 — Wood, Plastics, and Composites B. Division 09 — Finishes 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Shop Drawings 1. Indicate physical dimensions, operational features, color and finish, wall mounting brackets with mounting measurements, anchorage details, rough-in measurements, location, details and fire rating of cabinets. C. Certifications and Shop Tests D. Operations and Maintenance Manuals 1. Product Data 2. Submit manufacturer's standard printed installation instructions. 3. Submit manufacturer's standard printed operation and maintenance data. a. Include test, refill or recharge schedules, procedures, and re-certification requirements. 1.04 REFERENCE STANDARDS A. Manufacturer's Qualifications 1. NFPA 10 — Portable Fire Extinguishers. B. Acceptable Manufacturers 1. Fire Extinguishers, Cabinets and Brackets a. J. L. Industries, Bloomington, Minnesota. b. Larsen's Manufacturing Co., Minneapolis, Minnesota. c. Potter-Rommer, Inc., Cerritos, Calif. 2. Substitutions: In accordance with Division 1 requirements. C. Services of Manufacturer's Representative 1.05 QUALITY ASSURANCE A. Conform to NFPA 10 requirements for extinguishers. CORP2000479 10 44 00-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION FIRE PROTECTION SPECIALTIES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS A. Fire Extinguisher Brackets B. Fire Extinguishers C. Accessories 1.07 DELIVERARY, HANDLING AND STORAGE 1. Project conditions a. Do not install extinguishers when ambient temperatures may cause freezing. 1.08 MAINTENACE/SPARE PARTS (NOT USED) 1.09 EXTENDED WARRANTY PART 2 PRODUCTS 2.01 MATERIALS A. Materials Fire Extinguishers 1. Type 1 a. Fire Class: A,B,C b. Type: Multi-purpose Dry Chemical c. Capacity: 5 pounds d. Range: 15 feet e. UL Rating: 2A-10BC f. Shell Material: Enameled Steel g. Weight: 17 lbs. 2. Fire Extinguisher Brackets: Formed 16 gage galvanized sheet steel. 2.02 FABRICATION A. Fire Extinguisher Brackets 1. Fabricate to fit extinguisher specified. 2. Fabricate with integral spring type band and retaining clip. 3. Provide pre-drilled mounting holes. PART 3 EXECUTION 3.01 INSTALLATION A. Brackets 1. Install one bracket at each location noted on drawings or as required by Authority Having Jurisdiction. 2. Install plumb and level. 3. Mounting height from finished floor in accordance with NFPA 10. CORP2000479 10 44 00-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION FIRE PROTECTION SPECIALTIES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 3.02 FIELD PAINTING A. Finishes 1. Extinguishers: Baked red enamel. 2. Brackets: Baked red enamel. END OF SECTION CORP2000479 10 44 00-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION FIRE PROTECTION SPECIALTIES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 13 34 00 FABRICATED ENGINEERED STRUCTURES PART 1 GENERAL 1.01 SCOPE OF WORK A. Contractor to furnish precast, post-tensioned concrete building. Building to be field erected on cast-in-place concrete foundation in accordance with Manufacturer's recommendations. Building to be provided by Manufacturer with all necessary openings as specified in conformance with Manufacturer's structural requirements. 1.02 RELATED WORK A. Division 03 — Concrete B. Division 09 — Finishes 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Building engineering calculations that are designed and sealed by a Professional Engineer, licensed in the State of Texas, shall be submitted for review. 1.04 REFERENCE STANDARDS A. ACI-318-14, "Building Code Requirements for Structural Concrete". B. ASCE-7-10, "Minimum Design Loads for Buildings and Other Structures". C. 2012 IBC, "2018 International Building Code". D. Texas Department of Licensing and Regulation Windstorm Resistant Code. E. PCI Design Handbook, Precast/Prestressed Concrete Institute. F. UL 752, Standard for Safety for Bullet Resisting Equipment, Underwriters Laboratories Inc. G. "Manual of Standard Practice", Concrete Reinforcing Institute. H. ASTM, American Society for Testing and Materials: 1. C150 - Standard Specification for Type I and Type II - Low Alkali Portland cement. 2. C33 - Standard Specification for Concrete Aggregates. 3. A36 - Standard Specification for Carbon Structural Steel. 4. A615 - Standard Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement. CORP2000479 13 34 00-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION FABRICATED ENGINEERED STRUCTURES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 5. A706 - Standard Specification for Low-Alloy Steel Deformed and Plain Bars for Concrete Reinforcement. 6. A416 - Standard Specification for Steel Strand, Uncoated Seven-Wire for Prestressed Concrete. 7. A1064 - Standard Specification for Steel Wire and Welded Wire Reinforcement, Plain and Deformed, for Concrete. 8. A307 - Standard Specification for Carbon Steel Bolts and Studs, 60,000 PSI Tensile Strength. 9. A123 - Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products. 10. A153 - Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware. 1.05 QUALITY ASSURANCE A. Building fabricator must have a minimum of 10 years experience manufacturing pre- cast concrete buildings. B. Building fabricator must be a producer member of the National Precast Concrete Association (NPCA). C. No alternate building designs to the pre-engineered specified building manufacturers will be allowed unless pre-approved by the Owner TEN (10) days prior to the bid date. D. Acceptable Manufacturers: 1. Lonestar Prestress Mfg., Inc., Houston, Texas 2. Oldcastle Precast, Telford, Pennsylvania 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS A. Dimensions: 1. Per project drawings. B. Standard Design Loads: 1. Wind Loading - Min. 160 MPH (ASCE 7-10, Category III, Exposure C, Enclosed Building). 2. Roof Live Load - 60 PSF. 3. Floor Live Load — N/A. 4. Seismic Design Category 'B', Seismic use Group I, Site Class "D", Seismic Importance Factor 1.25. C. Roof: Roof panel shall double slope from centerline to edge. The roof shall extend a minimum of 6" beyond the wall panel on each side and have a turndown design which extends 1" below the top edge of the wall panels to prevent water migration into the building along top of wall panels. Roof shall also have an integral architectural ribbed edge. Roof slabs shall be designed to clear span without intermediate internal support. CORP2000479 13 34 00-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION FABRICATED ENGINEERED STRUCTURES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 D. Keyway Roof Joints: Grout in keyway shall be polymer concrete placed after coating keyway with a methyl methacrylate resin and isocyanate resin. E. Floor: There shall be a 1 1/2" deep recess, the width of the wall panels, cast into the floor. The 1 1/2" recess makes the interior floor surface 1 1/2" higher than the joint between the wall panel and floor slab preventing intrusion of water. F. Walls shall be of an insulated precast concrete sandwich panel type. The walls shall have an extruded polystyrene core sandwiched between interior and exterior concrete wythes. The wall panels shall have a minimum thickness of 61/2". Minimum wythe thickness shall be 2". The walls shall have a minimum equivalent R-value of R-26 per the 2012 International Energy Conservation Code. 1.07 DELIVERY, HANDLING AND STORAGE (NOT USED) 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 EXTENDED WARRANTY A. The Manufacturer shall provide a ten (10) year warranty from the date of successful start-up and Owner acceptance for the precast concrete structure to be free of defects material and/or workmanship under normal use and service. B. All other components supplied as part of the precast concrete structure shall be warranted for a period of two (2) year from the date of successful start-up and Owner acceptance. PART 2 PRODUCTS 2.01 MATERIALS A. Concrete: Steel-reinforced, 6000 PSI minimum 28-day compressive strength. B. Reinforcing Steel: ASTM A615, grade 60 or ASTM A1064, grade 80 unless otherwise indicated: 1. Post-tensioning Strand: Roof shall be post-tensioned in field after keyway is filled and has cured to required strength (psi). Post-tensioned cable shall be 41K Polystrand CP50, .50 in., 270 KSI, 7-wire ungreased strand (ASTM A416). There shall be a minimum of three post-tensioning cables connecting roof panels together to provide watertight joint. C. Caulking: All joints between panels shall be caulked on the exterior and interior surface of the joints. Caulking shall be SIKAFLEX-IA elastic sealant or equal. Exterior caulk joint to be 3/8" x 3/8" square so that sides of joint are parallel for correct caulk adhesion. Back of joint to be taped with bond breaking tape to ensure adhesion of caulk to parallel sides of joint and not the back. D. Panel Connections: All panels shall be securely fastened together with 3/8" thick stainless steel brackets. Steel is to be of structural quality, stainless steel complying with ASTM F593. All fasteners to be 304 stainless steel bolts complying with ASTM CORP2000479 13 34 00-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION FABRICATED ENGINEERED STRUCTURES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 F593 for stainless steel, hex caps screws, and studs of the size required, by the manufacturers calculations. Cast-in anchors used for panel connections to be Dayton- Superior #F-63, or equal. All inserts for corner connections must be secured directly to form before casting panels. Floating of connection inserts will not be allowed. 2.02 ACCESSORIES — (PROVIDED BY PRECAST BUILDING MANUFACTURER) A. Door and Frame: Shall comply with Steel Door Institute "Recommended Specifications for Standard Steel Doors and Frames" (SDI-100), and as also herein specified. The building shall be equipped with doors as indicated on the drawings. Doors shall be single or double 3'-0" x 7'-0" x 13/4", stainless steel doors per Specification Section 08 71 00 — Door Hardware, with insulated core and galvanized. Doors shall open as noted on drawings. Frames shall be stainless steel per Specification Section 08 71 00 — Door Hardware. Doors and frames shall be painted with one coat of primer and one finish coat of epoxy paint, medium gray, if no other color is specified. B. Door Hardware: 1. Handle: Lindstrum pull-handle stainless steel, 8-1/2" x 2", or equal at exterior. Interior shall be panic-bar full width. 2. Lockset: Cal-Royal lever lock or Easi-Set or equal. 3. Deadbolt: Yale or Easi-Set stainless steel keyed outside only or equal. 4. Hinges: Hagar stainless steel five knuckle ball bearing with non-removable pins or equal. 5. Threshold: Hagar or National Guard Products extruded aluminum with neoprene seal or equal. 6. Overhead Door Holder: Yale surface mounted overhead slide type with safety release or equal. 7. Drip Cap: Hager or National Guard Products aluminum with stainless steel screws or equal. 8. Door Closer: Norton 7500 or Yale 4410 with hold open or equal. 9. Surface Bolts (Upper and Lower): Magnokrom Inc. 400-401 stainless steel finish or equal, as required for double doors. 10. Astragal: Stainless steel, same finish and brand as door, as required for double doors, removable. 11. Door Stop: Ives 445B26D stainless steel (inactive leaf only) or equal, as required for double doors. 2.03 HVAC A. HVAC systems shall consist of air conditioning (AC) units, unit heaters (UH) for system downtime and extreme winter operation, and a positive pressurization/filtration unit (PPU). Building manufacturer shall coordinate all aspects of providing the specified HVAC systems including, but not limited to, equipment, materials, labor, conduit, wiring, etc. 1. The AC units serving the Electrical Room shall be sized for the building envelope loads using ASHRAE minimum `R' values and ASHRAE weather data, and include both outside air loads from the PPU and internal heat gain from the electrical CORP2000479 13 34 00-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION FABRICATED ENGINEERED STRUCTURES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 equipment. AC units shall be located to distribute airflow throughout the space and not blow directly into electrical equipment. 2. Provide separate condensate dry wells and piping for each AC unit. 3. The PPU shall be vertical upflow type and have a total airflow for 6 air changes per hour with 250 CFM outside air for pressurization. PPU shall be located in the Control Room. 4. The unit heaters shall be sized for the building envelope loads using ASHRAE 90.1 minimum `R' values and ASHRAE weather data, and include outside air loads from the PPU. B. Equipment shall be 208/3/60, refer to electrical drawings. C. Materials shall be aluminum with stainless steel fasteners, unless noted otherwise. D. Provide a wall mounted thermostat for each AC unit and unit heater. E. The following table includes preliminary sizing of the HVAC equipment. Building Manufacturer shall verify HVAC equipment sizes indicated with proposed electrical equipment and building construction. Notify engineer of any discrepancies or changes. Table 1 — HVAC Equipment Tag Serves Size AC-1 Electrical Room 2 tons 2.04 LIGHTING A. External lights shall be provided on each building, adjacent to doors and as shown on the plans. Lights shall be per Electrical drawings and specifications. B. Interior lighting shall be provided per the Electrical drawings and specifications. C. Building manufacturer shall coordinate all aspects of providing a working lighting system including, but not limited to, equipment, materials, labor, conduit, wiring, etc. 2.05 EMERGENCY APPURTENANCES A. Building shall be provided with emergency exit signs and emergency lighting as required by code and Electrical drawings and specifications. 2.06 FINISHES A. Interior of Building: Smooth steel form finish on all interior panel surfaces, painted with two coats of epoxy paint as manufactured by white Sherwin-Williams, or equal. B. Exterior of Building: Architectural precast textured concrete masonry unit finish: Finish shall be imprinted in top face of panel while in form using an open grid impression tool. Face of panels shall be coated with an acrylic concrete stain: FOSROC; or United CORP2000479 13 34 00-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION FABRICATED ENGINEERED STRUCTURES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 Coatings. Stain color will be as selected by Owner. Stain shall be applied per Manufacturer's recommendation. PART 3 EXECUTION 3.01 SITE PREPARATION REQUIREMENTS (CAST-IN-PLACE FLOOR) A. Concrete floor slab will be constructed by the Contractor. The floor slab will be designed to support the anticipated load of the building walls and its contents. B. The floor shall have a 1 1/2" deep recess, the width of the wall plus 3 1/2" wide cast into the floor around the perimeter except at doors. The 1 1/2" recess shall make the interior floor surface 1 1/2" higher than the joint between the wall panel and the foundation preventing intrusion of water. C. The finished floor slab elevation will be above the exterior grade. The grade will have a positive slope and drainage away from the building at all points. D. Concrete slab to be steel reinforced and level within 1/8" in both directions. E. Foundation depth and reinforcement to be in accordance with design drawings. F. Corner of slab must be square, not chamfered, to allow for proper sealant joint. 3.02 ACCESS A. Contractor shall provide level unobstructed area large enough for crane and tractor/trailer to park adjacent to pad. Crane shall be able to place outriggers within T-0" of edge of pad and truck and crane must be able to get side-by-side under their own power. No overhead lines may be within 75' radius of center of pad. 3.03 ERECTION OF BUILDING A. Erection of building shall be performed by building manufacturer or by a sub- contractor authorized and approved by the building manufacturer. Erection shall be in complete accordance with the requirements of the building manufacturer. B. After completion of the work, Building Manufacturer shall engage an engineer licensed in the State of Texas to inspect the work and prepare a certification that the work has been done in complete accordance with these specifications and their requirements. END OF SECTION CORP2000479 13 34 00-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION FABRICATED ENGINEERED STRUCTURES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 26 00 00 ELECTRICAL GENERAL PROVISIONS PART 1 GENERAL 1.01 SCOPE OF WORK A. This scope covers the furnishing, installation, testing, adjusting and placing in operation all electrical equipment, devices, facilities, materials, and auxiliary items necessary for the complete and successful operation of all electrical equipment as herein described, shown on the plans, or deemed necessary for the completion of the electrical portion of the project. It is the intent of Division 26 to outline the electrical requirements of the contract in order to provide the information necessary for the construction of a fully operational system as shown on the plans and as herein described. A comprehensive electrical scope of work is as follows: 1. Power/Electrical System 2. Lighting System 3. Control System 4. Utility Work 5. Connection of Electrically Powered Mechanical Equipment 6. Temporary Construction Power 7. All Incidentals Necessary for a Complete and Fully Operational Electrical System. 1.02 RELATED WORK A. Division 26 — Electrical B. Division 40 — Process Interconnections 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. 1. The Contractor installing all Electrical work shall review and approve all electrical shop drawings prior to submittal to the Engineer for review. As part of the review, the installer shall certify the following: a. I hereby certify that the (equipment (material) (article) shown and marked in this submittal is in compliance with the contract drawing and specifications, can be installed in the allocated space, will be stored in accordance with the manufacturer's recommendation, will be installed per NEC, and is submitted for approval. Certified by: Date: B. Shop drawing received without the Certification above will be returned without being reviewed. The Certification must be signed by the Master Electrician in responsible charge of the project. CORP2000479 26 00 00-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ELECTRICAL GENERAL PROVISIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 C. Submit shop drawings and product data grouped to include complete submittal of related systems, products, and accessories in a single submittal. No electrical work may be performed until shop drawings are approved. Submit Shop Drawings on the Following Systems as Grouped Below: 1. Low Voltage Power/Electrical System a. Conduit and Conduit Fittings b. Wire c. Pull Boxes d. Panelboards e. Panelboard Layouts f. Circuit Breakers g. Disconnects h. Fuses i. Conduit Support Systems j. Wiring Devices k. Switchboards I. Transformers m. Surge Protection Equipment n. Motor Starters o. VFDs p. Soft Starts q. Motor Starters r. Equipment and Conduit/Tray Supports 2. Power System Studies a. Prior to Approval of Any Power Equipment (i) Load Flow (ii) Short Circuit (iii) Protective Device Evaluation b. Prior to application of Electrical Power (i) Arc Flash c. After 30 Day Facility Run Test (i) Final Load Flow (ii) Final Short Circuit (iii) Final Protective Device Evaluation (iv) Final Arc Flash (v) Final Harmonic Studies d. 3. Generator Equipment a. Generator b. Fuel System c. Generator Enclosure d. Low Voltage Transfer Switches CORP2000479 26 00 00-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ELECTRICAL GENERAL PROVISIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 4. Lighting System a. All Light Fixtures (i) Computer Printout of Lighting Layout (a) Site (b) All Process Areas (c) All Buildings (ii) Sample Fixture (as directed by Engineer) (iii) IES Photometric Files (iv) Energy Code Analysys 5. Miscellaneous Utility Work a. Power Company Coordination and Ducts b. Telephone Company and Ducts c. Network Communication Company and Ducts 6. Miscellaneous Electrical Equipment a. Miscellaneous Electrical Parts 7. Drawings a. Coordination drawing of All Electrical Rooms b. Conduit layout drawings c. Duct drawings D. Mark dimensions and values in units to match those specified. 1.04 REFERENCE STANDARDS A. ANSI/NFPA 70 — National Electrical Code. B. ANSIC2 — National Electrical Safety Code. C. ANSI — American National Standards Institute D. IBC — International Building Code E. IEEE —The Institute of Electrical and Electronics Engineers F. IES — The Illuminating Engineering Society of North America G. ISA— International Society of Automation H. NECA— National Electrical Contractor Association I. NEMA— National Electrical Manufacturer's Assoc. J. NETA — International Electrical Testing Association K. NFPA— National Fire Protection Assoc. L. TCEQ —Texas Commission on Environmental Quality CORP2000479 26 00 00-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ELECTRICAL GENERAL PROVISIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 M. OSHA — The Occupational Health and Safety Administration of the United States Department of Labor N. UL— Underwriters Laboratories 1.05 QUALITY ASSURANCE (NOT USED) 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE (NOT USED) 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 WARRANTY/EXTENDED WARRANTY (NOT USED) 1.10 WORKING CLEARANCES A. Working clearances around equipment requiring electrical services shall be verified by Contractor to comply with Code requirements. Should there be apparent violations of clearances; the Contractor shall notify the Engineer before proceeding with connection or placing of equipment. B. In the case of panelboards, safety switches and other equipment requiring wire and cable terminations, the Contractor shall ascertain that lug sizes and wiring gutters or space allowed for proper accommodation and termination of the wires and cables are adequate. 1.11 WORKMANSHIP A. Workmanship under this Division shall be accomplished by persons skilled in the performance of the required task. All work shall be done in keeping with conventions of the trade. Work of this Division shall be closely coordinated with work of other trades to avoid conflict and interference. 1.12 PROTECTION OF ELECTRICAL EQUIPMENT A. All electrical equipment and wiring shall be stored in a clean and dry location. The location shall be temperature and humidity controlled. All equipment shall be stored per the equipment manufacturer's published storage requirements and recommendation. The equipment supplier shall verify that the storage location proposed by the contractor is acceptable to the equipment manufacturer. The contractor shall submit documentation proving that the storage location is acceptable to the manufacturer B. All equipment stored outside of the equipment manufacturers published storage guidelines shall be replaced at the contractor expense. The contractor shall provide temperature and humidity monitoring equipment in the storage area as part of the proof of acceptable storage. C. One equipment is placed in an electrical room, the room must be temperature and humidity controlled. In addition, the environment must remain clean and dirt free. CORP2000479 26 00 00-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ELECTRICAL GENERAL PROVISIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 Doors and temporary AC units must be installed prior to electrical equipment being placed in the rooms. Recording temperature and humidity gauges will be required in all electrical and process areas with electrical equipment once the equipment is placed. D. The contractor shall provide monthly storage reports including the temperature and humidity reading for each storage area. The reports shall include 15 minute interval time frame for all temperature and humidity readings. 1.13 UTILITIES A. The Contractor shall provide a fully operational electrical service as described in the plans. 1. Arrange with the utility company for the services and install the services in accordance with their requirements, regulations and recommendations. 1.14 WARRANTY/EXTENDED WARRANTY A. Per Division 1 1.15 TEMPORARY POWER AND LIGHTS DURING CONSTRUCTION A. It shall be the responsibility of the Contractor to provide and maintain adequate temporary power and lighting at all times during construction, so that the various other trades can accomplish their work in a flawless manner. Particular attention will be given to lighting for masonry, drywall, painting, tile work and any other finish work. 1.16 MATERIAL STANDARDS A. Material shall be new and comply with standards of Underwriters' Laboratories, Inc., where standards have been established for the particular product and the various NEMA, ANSI, ASTM, IEEE, AEIC, IPCEA or other publications referenced. 1.17 TEST EQUIPMENT A. The contractor shall provide all test equipment and supplies deemed necessary by the Engineer at no extra cost to the Owner. All equipment shall have a current certification certificate. These supplies shall include but not be limited to the following: volt meters, amp meters, light meters, watt meters, harmonic distortion test equipment, thermal image camera, high pot test equipment, power quality analyzers, and oscilloscopes. B. The test equipment is in addition to any equipment necessary to conduct the testing prescribed in the project documents. 1.18 REGULATORY REQUIREMENTS A. Conform to applicable sections of the Building Code and all local rules, regulations and ordinances. B. Electrical: Conform to NFPA 70 & National Electric Safety Code CORP2000479 26 00 00-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ELECTRICAL GENERAL PROVISIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 C. Obtain permits, and request inspections from authority having jurisdiction. D. References listed in Paragraph 1.04, this section. 1.19 FINAL INSPECTION AND TESTING A. After the electrical installation is complete, the Contractor shall deliver to the Engineer the following information with his request for final inspection. 1. One set of contract drawings marked to show all significant changes in equipment ratings and locations, alterations in locations of conduit runs, or of any data differing from the contract drawings. This shall include revised or changed panelboard and switchgear schedules. 2. Certificates of final inspection from local authority. 3. A tabulation of all motors listing their respective manufacturer, horsepower, nameplate voltage and current, actual running current after installation and overload heater rating. B. The electrical work shall be thoroughly tested to demonstrate that the entire system is in proper working order and in accordance with the plans and specifications. Each motor with its control shall be run as nearly as possible under operating conditions for a sufficient length of time to demonstrate correct alignment, wiring capacity, speed and satisfactory operation. All main switches and circuit breakers shall be operated, but not necessarily at full load. Contractor may be required during final inspection, at the request of the Engineer to furnish test instruments for use during the testing. 1.20 STAFFING A. The electrical contractor shall provide an "Unlimited Electrical Journeyman Electrician" who has been deemed so by exam through the State of Oklahoma as the Electrical Superintendent for the project. The Electrical Superintendent shall be on the project site any time any electrical work is performed by the contractor. B. In addition, the contractor shall provide one Journeyman electrician for every four "Electrical Apprentices" used on the project site. 1.21 PROCESS EQUIPMENT A. The electrical contractor is required to read all other equipment specifications contained in these documents and provide all required power and control conductors required by said equipment to allow them to function as described. B. All equipment for which power is not specifically indicated on the plans shall be provided with power per the NEC to the nearest panelboard, MCC, or switchboard with adequate capacity to serve said equipment as calculated by the NEC. 1.22 COORDINATION DRAWINGS A. The contractor shall provide 3-D Revit coordination drawings for all electrical rooms. CORP2000479 26 00 00-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ELECTRICAL GENERAL PROVISIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 B. The drawings shall be used by the contractor to coordinate conduits stub ups for equipment and cable tray routing. C. The coordination drawings must be approved prior to installation any below grade conduits associates with a building. 1.23 AS-BUILT DRAWINGS A. The contractor shall provide detailed as-built drawings for the project indicating all power wiring. (All Drawings shall be delivered to the Owner in an AutoCAD 2019 Format.) B. The As-Built drawings shall include detailed drawings of all duct banks, underground conduit, above ground conduit, motor control centers, PLC control panels, control drawings. These drawings shall indicate exact location of all underground electrical wiring and fiber optic cable. C. CP&Y will provide electronic copies of all drawings in the bid plans set on a CD for use by the contractor. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION CORP2000479 26 00 00-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ELECTRICAL GENERAL PROVISIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 26 00 02 ELECTRICAL SAFETY EQUIPMENT PART 1 GENERAL 1.01 SCOPE OF WORK A. This Section includes the following: 1. Arc Flash Personal Protection Equipment. 2. Voltage Rated Gloves 3. Electrical Tools 4. Test Equipment 5. Lock Out Tag Out Equipment 6. Training Aids 1.02 RELATED WORK (NOT USED) 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Product Data: For each piece of safety equipment. C. Samples: For each type of label and sign to illustrate size, colors, lettering style, mounting provisions, and graphic features of identification products. 1.04 REFERENCE STANDARDS (NOT USED) 1.05 QUALITY ASSURANCE (NOT USED) 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE (NOT USED) 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 WARRANTY/EXTENDED WARRANTY (NOT USED) PART 2 PRODUCTS 2.01 ARC FLASH LEVEL II — PPE (11 CAL/CM2) A. Provide 2 Salisbury model SKCA11 Arc Flash PPE Kits (sizes as requested by customer). 2.02 600 V ELECTRICAL GLOVES A. Provide 2 Salisbury model E0011B gloves (size as requested by customer). B. Provide 2 sets of cotton liner gloves. CORP2000479 26 00 02-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ELECTRICAL SAFETY EQUIPMENT DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 C. Provide 2 Salisbury model ILPG protectors (size as requested by customer). D. Provide 4 Salisbury model GB112 glove bags. 2.03 NON-CONTACT VOLTAGE SENSING EQUIPMENT A. Provide 2 - Fluke 1LAC-II Volt Alert units B. Provide 1 — Salisbury model 4556 high voltage non-contact voltage detector with associated shotgun hot stick. 2.04 MULTIMETERS A. Provide 1 — Fluke 115 digital multimeters, 1 — Fluke C510 leather cases, 1 — I410 amp clamps, and 1 —TL 223 test leads. 2.05 INSULATED TOOLS A. Provide 1 — Klein "22 Piece General-Purpose Insulated Tool Kits", each kit to include a carrying case. 2.06 LOCKOUT, TAGOUT STATIONS A. Provide 1 — Prinzing model LC251M Lockout, Tagout Station for each 480V switchboard or panelboard located in an air-conditioned space. Mount lockout, tagout stations as directed by the owner in the field. B. Mats shall be: 1/4" thick Type 11 Class 2, Recommended max. voltage of 17,000 volts AC RMS C. Mats shall meet Ozone, Flame and Oil Resistance requirements. 2.07 TRAINING VIDEOS A. Provide NFPA 70E video training aids B. Provide Multimeter safety video C. Provide lockout, tagout PART 3 EXECUTION 3.01 TRAINING A. Provide NFPA 70E and Lockout / Tagout training course for up to 10 employees from two shifts. The course shall be a minimum of 16 hours. Upon completion of the course the employees shall be able to: 1. Identify electrical safety hazards and plan protective schemes and techniques to address each hazard 2. Know what safety requirements employers are legally required to provide for employees CORP2000479 26 00 02-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ELECTRICAL SAFETY EQUIPMENT DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 3. Recognize the steps needed to work on or near live parts 4. Analyze work tasks and select the appropriate PPE 5. Determine the hazard risk category classification of a given task 6. Locate specific requirements for energizing and de-energizing power circuits 7. Explain the intent and limitations of personal protective equipment 8. Locate a simplified approach to assure adequate PPE for diverse tasks 9. Employ the specific steps to be taken to ensure an electrically safe work condition 10. Create lockout/tagout procedures applicable to any given facility or activity B. The training course shall be performed at the Owner's proposed facility upon completion of the proposed plant start-up. C. Provide training on the use of all safety equipment provided. D. The training course shall be a Professional Development Seminar offered by the NFPA, and shall be the"NFPA 70E: Standard for Electrical Safety in the Workplace", or Engineer approved equal. END OF SECTION CORP2000479 26 00 02-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ELECTRICAL SAFETY EQUIPMENT DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 26 05 02 COMMON MOTOR REQUIREMENTS FOR PROCESS EQUIPMENT PART 1 GENERAL 1.01 SCOPE OF WORK A. Equipment: This section specifies general requirements for fractional and integral horsepower electric motors 150hp and below with a voltage rating of 480VAC or below. Unless otherwise specified, provide motors meeting the basic requirements for high efficiency premium insulation general-purpose alternating current motors, as defined in NEMA MG 1. B. Unit Responsibility: Motors shall be furnished under other sections of this specification as a part of the driven equipment. The contractor is responsible for all coordination between the various components, as well as for the warranty. C. Exceptions: Exceptions to this section are listed in the various sections that specify motor-driven equipment or are indicated on the drawings. D. Motors connected to variable frequency drives shall be inverter duty rated; each bearing on the non-drive end shall be insulated. E. This specification does not cover Submersible Motors. F. The City has purchased equipment to be used for this project. Purchase Orders (POs) are attached at the end of each of the pre-purchased equipment specification. The Contractor shall provide Services for all equipment provided by the Owner, as specified in Section 01 64 00 — Owner-Furnished Products as well as elsewhere in the Contract Documents. 1.02 RELATED WORK A. Division 26 — Electrical B. Division 40 — Process Interconnections 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Requirements: Refer to Division 26 and to the specific driven equipment sections. C. Information: Include the following information on the attached motor data sheet. 1. Manufacturer. 2. Rated full load horsepower. 3. Rated volts. 4. Number of phases. CORP2000479 26 05 02-1 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON MOTOR REQUIREMENTS FOR PROCESS EQUIPMENT DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 5. Frequency in hertz. 6. Locked rotor amperes (LRA) at rated voltage or NEMA code letter. 7. NEMA design letter. 8. Bearing Type. 9. Service Factor. 10. Nominal speed at full load. 11. Full Load Amperes (FLA) 12. Efficiency at 1/2, 3/4 and full load. 13. Power factor at no load, 1/2, 3/4 and full load. 14. NEMA insulation system classification. For motors installed outdoors, include information showing compliance with the intent of paragraph 2.03D. 15. Corrosion duty rating 16. Fan, end bell cast evidence. D. Integral Horsepower Motors 40HP and Larger: In addition to the information listed above, include: 1. No load amperes. 2. Safe stall time. 3. Maximum guaranteed slip at full load. 4. Motor damage curves for motors larger than 100HP. 5. Motor manufacturer recommended maximum power factor correction capacitor KVAR. E. Include the motor data sheet at the end of this section in submittal. F. The motor manufacturer shall provide in writing that he has coordinated the motor data with VFD and or RVSS manufacturer and that the motor is suitable for VFD or RVSS application. G. Literature and drawings describing the equipment in sufficient detail, including parts list and materials of construction, to indicate full conformance with the Specifications. H. Submit a letter certifying full and complete compliance with the Specifications, Drawings and other project requirements. The letter shall list any exceptions or deviations from specified requirements, if any and reasons for same. Exceptions or deviation shall also be clearly marked in a separate color in submittals. 1.04 REFERENCE STANDARDS A. The following standards shall apply as if written here in their entirety: 1. ANSI/NEMA MG1 - Motors and Generators. 2. ANSI/UL 674(A) - Safety Standard for Electric Motors and Generators for Use in Hazardous Locations, Class II, Groups E, F and G. 3. ANSI/UL 674(B) - Safety Standard for Electric Motors and Generators for Use in Hazardous Locations, Class I, Groups C and D. 4. NFPA 70 - National Electrical Code (latest Edition). 5. IEEE 112 -Standard Test Procedure for polyphase induction motors and generators. CORP2000479 26 05 02-2 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON MOTOR REQUIREMENTS FOR PROCESS EQUIPMENT DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 6. UL 1004 - Electric Motors. 7. ASTM B173 - Standard Specification for Rope-Lay-Stranded Copper Conductors Having Concentric-Stranded Members, for Electrical Conductors. 1.05 QUALITY ASSURANCE A. Manufacturer's Qualifications 1. The general construction of the motor and materials shall be similar to that used for motors of the same size and rating in continuous production for at least 15 years and successfully operating in the field in substantial quantities. Upon request,the manufacturer shall submit a copy of his Quality Assurance Manual detailing the quality control and quality assurance measures in place at his facility. 2. The manufacturer shall have available for audit detailed descriptions of the method by which his various manufacturing processes and production test are recorded, thus enabling the "traceability" of the completed motor. All steps in the manufacturing process, from receipt of raw material to the final tests, are to be included. Where multiple records are used, the method for cross-referencing shall be noted. B. Acceptable Manufacturers 1. The motor model shall be as listed and manufactured by one or more of the following manufacturers unless otherwise approved by the Engineer. a. General Electric. b. TECO/Westinghouse c. Siemens. d. Toshiba. e. US Motors. 1.06 SYSTEM DESCRIPTION / DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE A. Store in a clean, dry space. Maintain factory wrapping or provide an additional heavy canvas or heavy plastic cover to protect units from dirt, water, construction debris and traffic. B. Handle in accordance with manufacturer's written instructions. Lift only with lugs provided for the purpose. Handle carefully to avoid damage to components, enclosure and finish. 1.08 MAINTENANCE / SPARE PARTS (NOT USED) 1.09 EXTENDED WARRANTY A. Base Warranty per Division 1 — General Requirements. B. Extended Warranty Period: No less than the driven equipment warranty. CORP2000479 26 05 02-3 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON MOTOR REQUIREMENTS FOR PROCESS EQUIPMENT DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 PART 2 PRODUCTS 2.01 FABRICATION A. Rating 1. Speed and Size: a. Speed and horsepower sizes are specified in the driven equipment specification sections or are indicated on the drawings. b. Furnish motors sufficiently sized for the particular application and with full-load rating not less than required by the driven equipment at specified capacity. c. Size motors so as not to overload at any point throughout the normal operating range. d. Furnish dual speed motors of two speed, two winding type, when specified. 2. Frequency: 60 hertz. 3. Service Factor: 1.15 for all motors. B. Design Type 1. Motors Smaller Than 1/6 Horsepower: Provide single-phase 120 volts, induction motors with integral thermal protectors. 2. Motors 1/6 Through 1/2 Horsepower: Provide single-phase 120 volts, NEMA Design N, induction motors. 3. Motors Larger Than 1/2 Horsepower: Provide 3-phase, 480 volts NEMA Design B, induction motors unless specified otherwise. 4. Acceleration NEMA Time: If the calculated acceleration time of the combined motor and driven load exceeds 3 seconds at 90 percent of rated voltage, request review by the Engineer. Do not proceed with manufacturing without approval. 5. All induction motors shall have squirrel cage rotors. 6. Motor shall be suitable for outdoor environment. C. Motor Insulation and Winding 1. Class: Use a Class F insulation with temperature Rise of Class B or better, meeting the requirements of NEMA MG 1 and made of non-hygroscopic materials. The insulation shall be manufacturer's premium grade, resistant to attack by moisture, acids, alkalies, and mechanical or thermal shock for 480-volt motors. 2. All insulated winding conductors shall be copper. 3. Insulation for inverter duty motor shall meet or exceed the Pulse Endurance Index for magnetic wire and shall not be damaged when exposed to repeated pulse type wave forms, repetitive high voltage transients, switching frequency and rate of rise of the pulse. All bearings on the non-drive end shall be insulated. 4. Outdoor Suitability: all motors must be suitable for outdoor installation. D. Grounding Connections 1. Ground provisions shall be furnished per NEMA standard. 2. For motors less than 1/6 HP, each motor shall be furnished with provision for attaching a ground connection to the motor frame inside the motor terminal housing. CORP2000479 26 05 02-4 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON MOTOR REQUIREMENTS FOR PROCESS EQUIPMENT DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 E. Leads 1. For motor leads, use not less than ASTM B 173, Class G, stranded copper conductors with insulation the same as or better than specified in the preceding Motor Insulation paragraph. 2. Provide permanent identification numbers on leads according to NEMA MG1. 3. Use crimp-on, solderless tinned copper terminals on leads and place heat-shrink insulation sleeves or covers between leads and terminals. F. Enclosure 1. Use enclosure type as follows: a. Indoors: Totally enclosed, fan cooled (TEFC). b. Outdoors: Totally enclosed, fan cooled (TEFC), weatherproof. c. Class 1 Division 2 Area: Provide motors totally enclosed, non-vented, explosion proof (TEFC-XP). d. Class 1 Division 1 Area: Provide motors rated for this class. e. Motors mounted vertically shall be provided with the rain/snow shield made of the same material as the motor frame. f. Motors shall have drain openings and plugs suitably located for the type assembly being provided. g. Motor shall be corrosion resistant and severe duty rated per IEEE 841. 2. TEFC motors shall have a cast iron frame, cast iron end brackets, cast iron bell frame, cast iron conduit box, tapped drain holes (erosion resistant plug for frames 286T(20HP) and smaller and automatic breaker/drain devices for frame 324T(25HP) and larger, and upgraded insulation by additional dips and baked to increase moisture resistance. G. Additional Requirements for Vertical motors 1. Solid shaft vertical motors are acceptable for all applications except when the connection to the driven equipment consists of sectional driven shaft which may unscrew and lengthen with direction reversal. 2. Hollow shaft vertical motors are acceptable for all applications when the thrust is in the direction to engage the coupling. 3. Hollow shaft vertical motors coupled to a sectional drive shaft with screwed joints shall have special coupling described as follows: a. Provide motors, except the explosion-proof type, with self-releasing couplings designed to disconnect motor from driven equipment and permit lengthening of drive shaft upon reversal of rotation. 4. Design vertical motor thrust bearings conservatively to carry maximum axial thrusts (up and down) imposed by driven equipment. 5. Vertical motors shall have grease or oil-lubricated bearings at both top and bottom. 6. Vertical motor bases shall be NEMA type P. 7. Provide hollow shaft vertical motors with a positive, non-reversing, corrosion- resistant anti-reverse ratchet mechanism. 8. Provide vertical motors with fan-end splash shields. H. Bearings CORP2000479 26 05 02-5 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON MOTOR REQUIREMENTS FOR PROCESS EQUIPMENT DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1. Motors smaller than 1/6 Horsepower: Motor manufacturer's standard bearing is acceptable. 2. Motors 1/6 Horsepower and Larger: Supply these motors with grease-lubricated antifriction ball bearings conservatively rated for 60,000 hours L10 minimum life of continuous operation under the total radial and thrust loads produced by the actual combination of motor-driven equipment. Provide each motor with suitable lubrication fittings and pressure relief devices. 3. Oil Lubricated: If the driven equipment section specifies oil-lubricated bearings for motors, include a suitable sight gauge on each bearing with maximum and minimum levels clearly indicated. 4. Unless specified otherwise in the driven equipment specifications. Motor bearing life shall be 60,000 hours L10 minimum life whichever is greater. I. Nameplates 1. Main Nameplate: Provide each motor with a stainless steel nameplate meeting the requirements of NEMA MG1, and the National Electrical Code, Section 430-7. 2. Heater Nameplate: When space heaters are furnished, include voltage and wattage on a suitable nameplate. 3. Bearings Nameplate: When bearings are oil lubricated, include oil type information on a suitable nameplate. Also, indicate bearing data if nonstandard. 4. Attachment: Attach the nameplates to the motor with stainless steel fastening pins or screws. J. Identifications: 1. All motors shall be identified per Division 26 — Electrical. K. Conduit Box 1. Provide each motor not supplied with a cord and plug with a conduit box amply dimensioned for the motor lead terminations. Include a grounding lug on motors 1/6 horsepower and larger. Supply a gasket suitable for the motor enclosure type and application. 2. Provide an oversized box to facilitate wiring terminations. 3. Oversized terminal box shall have a volume greater than or equal to the next standard NEMA size box. 4. Terminals shall be tinned copper. L. Space Heaters 1. Provide space heaters in all motors 25HP and above. a. Use heaters hermetically sealed in stainless steel or equivalent corrosion- resistant sheaths. b. Heaters shall be rated for 240V, but will be operated at 120 volts. c. Braze heat-resistant insulated leads to the heater or supply heater with brazed leads and extend to the conduit box. M. Monitoring Devices 1. Motor shall be protected and be supplied with necessary monitoring devices per driven equipment specification and contract drawing. CORP2000479 26 05 02-6 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON MOTOR REQUIREMENTS FOR PROCESS EQUIPMENT DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 N. Paint 1. Shall be severe duty and shall have an epoxy coating per IEEE 841. 0. Motor Efficiencies 1. Three phase motors rated 1 Hp and larger shall be of the NEMA premium efficiency type. Efficiency values shall be based on tests performed in accordance with IEEE Publication No. 112, Method B. Motors with horsepower or rpm's not listed shall conform to comparable standards of construction and materials as those for listed motors. 2. Motor shall be severe duty rated for industrial application. PART 3 EXECUTION 3.01 INSTALLATION A. The Contractor shall make all electrical connections to equipment specified. Installation shall be made in compliance with manufacturer's recommendations and the Contract Drawings. If the Contract Drawings or drawings and recommendations from the Manufacturer are not available then installation shall proceed according to the best electrical industry and trade practice. B. Properly install and align motors in the locations shown, except motors which are factory mounted on the driven equipment. When the motor and equipment are installed, the nameplate must be in full view. C. Larger Motors 1. If a motor horsepower rating larger than indicated is offered as a substitute and accepted, provide required changes in conductors, motor controllers, overload relays, fuses, breakers, switches and other related items with no change in the contract price. 3.02 FIELD TESTING A. General: Provide all necessary instruments, labor and personnel required to perform motor inspection and testing. B. Inspection: Inspect all motors for damage, moisture, alignment, freedom of rotation, proper lubrication, oil leaks, phase identification and cleanliness, and report any abnormalities to Engineer before energizing. C. Energizing: After installation has been thoroughly checked and found to be in proper condition, with thermal overloads in motor controllers properly rated and all controls in place, energize the equipment at system voltage for operational testing. D. As a part of the testing procedure, the Contractor shall prepare a card for each motor, 20 HP and larger, installed on this contract. After each motor has been run to operating temperature, the motor shall be shut down and an insulation resistance shall be made, using a megohmmeter. Make the test immediately after shutdown. Record megohmmeter reading and winding temperature. Correct reading of insulation CORP2000479 26 05 02-7 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON MOTOR REQUIREMENTS FOR PROCESS EQUIPMENT DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 resistance to 40° C/104°F. Insulation resistance in megohms, corrected to 40° C, shall be at least equal to one (1) megohm for each 1000 volts applied. E. Testing shall be in accordance with Division 26 — Electrical. CORP2000479 26 05 02-8 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON MOTOR REQUIREMENTS FOR PROCESS EQUIPMENT DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 ELECTRIC MOTOR QUESTIONNAIRE Motor Data Manufacturer: Motor HP: Frame Enclosure: Type: RPM: Voltage: Phases: Hertz: Starting Method: Shaft: Size: Insulation Class: Duty: Full Load AMPS: No Load AMPS: Locked Rotor AMPS: Locked Rotor Time: Locked Rotor Torque: % Breakdown Torque: Locked Rotor KVA/HP: Rotor WK2 (Ib-ft2): NEMA Design: Service Factor: Inrush Current (%of Full Load): Max Safe Stalled Time (Seconds): Number of Safe Starts Per Day: Number of Consecutive Starts: *Full Load Temp Rise, degrees C over 40° C Ambient (at 1.0 S.F.): *Service Factor Temp Rise, degrees C over 40° C Ambient (at 1.15 S.F.): *Limiting Temperature Rise: Resistance (at 250C): Bearings: Type/Size Life Lubrication: Exhaust Air (CFM): Exhaust Air Temp Rise (°F): EFFICIENCY: POWER FACTOR:CURRENT 1.15 S.F. Load: 4/4 Load: 3/4 Load: 1/2 Load: 1/4 Load: *Temperature rise measured by embedded detectors and not by resistance. All Data Fields To Be Completed By The Motor Manufacturer CORP2000479 26 05 02-9 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION END OF SECTION COMMON MOTOR REQUIREMENTS FOR PROCESS EQUIPMENT DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 26 05 19 LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish labor, materials, equipment and incidentals necessary to install 600 volt wires and cables. Electrical work shall be in accordance with Division 26 — Electrical. B. Work shall include building wire, cable, wiring connections and terminations, and mod- ular wiring systems. 1.02 RELATED WORK A. Division 26 — Electrical 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Condi- tions and the Contract Documents and shall include: 1. Product Data: Submit for wire and each cable assembly type. 2. Project Record Documents: Record actual locations of components and circuits. 1.04 REFERENCE STANDARDS A. International Electrical Testing Association: 1. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems. B. National Fire Protection Association: 1. NFPA 70 - National Electrical Code. 2. NFPA 262 - Standard Method of Test for Flame Travel and Smoke of Wires and Cables for Use in Air-Handling Spaces. C. National Electrical Manufacturers Association: 1. NEMA WC-3Rubber-Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy 2. NEMA WC-5Thermoplastic-Insulated Wire and Cable for the Transmission and Dis- tribution of Electrical Energy D. Underwriters Laboratories, Inc.: 1. UL 1277 - Standard for Safety for Electrical Power and Control Tray Cables with Optional Optical-Fiber Members. 1.05 QUALITY ASSURANCE A. Perform Work in accordance with State and Local codes and standards; NEC, and project specifications. CORP2000479 4005 19-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 B. Manufacturer: Company specializing in manufacturing products specified in this section with minimum three years. 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS A. Product Requirements: Provide products as follows: 1. Supply Stranded conductor for all feeders and branch circuits. 2. Increase wire size in branch circuits to limit voltage drop to a maximum of 3 percent. B. Wiring Methods: Provide the following wiring methods: 1. For all Raceway Locations: Use only Type XHHW-2 insulation in raceways. 2. Office Locations: THHN/THWN insulation in raceways. 3. Cable Tray Locations: Use only Tray cable Type TC or XHHW-2 for individual con- ductors as permitted by the NEC. 4. All VFDs shall be supplied with VFD rated cable 5. All Control Cables shall have on overall shield and be grounded 6. All 4-20mA cable shall be #16AWG Twisted Shielded Pair 7. Ground Wire used as a counterpoise shall be bare tinned copper 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 con- nections. Wire connections to the ground rods of the ground mat shall be of the fused type equal to the Cadweld process. D. Conductor sizes are based on copper. E. Aluminum conductors are not permitted 1.07 DELIVERY, HANDLING AND STORAGE (NOT USED) 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 WARRANTY/EXTENDED WARRANTY (NOT USED) 1.10 COORDINATION A. Where wire and cable destination is indicated and routing is not shown, determine rout- ing and lengths required. B. Wire and cable routing indicated is approximate unless dimensioned. CORP2000479 4005 19-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 PART 2 PRODUCTS A. CONDUCTORS: Soft-drawn, annealed copper with a conductivity of not less than that of 98% pure copper bearing the U.L. label. The minimal size shall be #12. Conductors #8 or larger shall be stranded. Utilize single conductors. B. SINGLE CONDUCTORS: Conductor with thermoplastic insulation rated at 600 volts and insulated with type XHHW-2 insulation. Wire shall be water tank tested and approved as machine tool wire, in accordance with National Machine Tool Builders Association. Wire in light fixture channels and other special locations shall be as specifically noted for temperature in NEC Article 300. Wire shall be manufactured by Okonite, Southwire, Encore Wire, or General Cable. C. GROUND WIRE: Bare or Tinned, Class B stranded conductor without insulation. Ground wire installed above ground shall be tinned, below ground shall be bare. D. PAIRED SHIELDED CABLE: 18 gauge, 7/28 stranded, tinned copper conductors with .015" extruded PVC; .004" nylon insulation twisted into pairs, stranded into a core and enclosed by a non-hygroscopic core tape, 100% coverage, helically wound, aluminum foil shield, drain wire, and .045" minimum extruded PVC jacket. Pairs shall be black/red or black/white numbered. Cables shall be 600 volts in accordance with NEC-725 and IEEE 383. Cables shall be manufactured by Belden, Okonite, Alpha or General Cable. E. TRIAD SHIELDED CABLE (RTD CABLE): RTD cable shall have the following characteris- tics: 1. Eight (8) triads each with three (3) 18 AWG conductors. 2. Triads shall each have individual shield and overall shield. 3. Each conductor insulated for 600V and entire cable rated for 90 deg C. a. Primary Insulation: 15 mils nominal; PVC; 4 mils nylon b. Number of Conductors: 3 c. Color Code: Black and white and red d. Group Identification: Each triad numbered e. Pair Shield: 100% coverage; .35 mil aluminum x .5 mil Mylar tape and 20 gauge 7 strand tinned copper drain wire; shield tape to be applied to give a total shield isolation from all other triad shields. f. Cable Shield: 100% coverage; 2.35 mil aluminum Mylar tape shield and an 18 gauge 7 strand tinned copper drain wire. g. Jacket: Black 90 deg C FR PVC h. RTD cable shall be manufactured by Okonite, Belden, or General Cable. F. TRAY CABLE: Type TC; multi-conductor cable specifically approved for the installation of cable trays, in accordance with NEC Article 340. Cable shall be Okonite, Southwire, Encore Wire, or General Cable. Each cable conductor shall be insulated with XHHW-2 type insulation rated at 600 volts. The individual conductors shall be twisted together and jacketed with a PVC outer covering containing a U.L. label and necessary identifi- cation, including the Manufacturer,the number of conductors, size,XHHW-2 conductors, sun-resistance, and other pertinent information. CORP2000479 4005 19-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 2.02 TERMINATIONS A. Terminal Lugs for Wires 6 AWG and Smaller: Solderless, compression type copper. B. Lugs for Wires 4 AWG and Larger: Color keyed, compression type copper, with insulating sealing collars. PART 3 EXECUTION 3.01 EXAMINATION A. Verify interior of building has been protected from weather. B. Verify mechanical work likely to damage wire and cable has been completed. C. Verify raceway installation is complete and supported. 3.02 PREPARATION A. Completely and thoroughly swab raceway before installing wire. 3.03 EXISTING WORK A. Remove exposed abandoned wire and cable, including abandoned wire and cable above accessible ceiling finishes. Patch surfaces where removed cables pass through building finishes. B. Disconnect abandoned circuits and remove circuit wire and cable. Remove abandoned boxes when wire and cable servicing boxes is abandoned and removed. Install blank cover for abandoned boxes not removed. C. Provide access to existing wiring connections remaining active and requiring access. Modify installation or install access panel. D. Extend existing circuits using materials and methods compatible with existing electrical installations, or]as specified. E. Clean and repair existing wire and cable remaining or wire and cable to be reinstalled. 3.04 INSTALLATION A. 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. B. 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. 4AWG 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. CORP2000479 4005 19-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 C. Circuits shall be tagged at terminations (both ends), in pull boxes, cabinets, and enclo- sures as follows: 1. Tags relying on adhesives or taped-on markers are not acceptable. 2. Provide conductor tags for conductors No. 10 AWG and below with legible perma- nent sleeve of yellow or white PVC with machine printed black marking, Raychem TMS sleeves. 3. Provide tags for cables and for conductors No. 8 AWG and larger consisting of per- manent 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. 4. Tags shall be imprinted with panelboard and panelboard position number(e.g. LA3- 23) for conductors fed from panelboards. Other conductors shall have tags im- printed with the MCC which feeds the conductors (e.g. MCC 1). 5. Switchlegs shall have the designation described above on their tags, plus an "S" suffix. Travelers shall have the designation described above on their tags, plus a "T" suffix. 6. Where more than one neutral is present with a group of conductors, a tag shall be applied to each neutral indicating which phase conductors are served by each neu- tral (e.g. HA-2, 4, 6). D. Wire other than telephone station wire shall be stranded. The minimum size conductor permitted is #12 AWG, except as specifically indicated on the plans. Wire shall bear the approval of Underwriter's Laboratories, Inc. Conductors terminated on a screw termina- tion shall have a crimp on type spade connector applied on the wire end, Panduit Pan- Term. E. 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. F. Route wire and cable to meet Project conditions. G. Neatly train and lace wiring inside boxes, equipment, and panelboards. H. Identify and color code wire and cable under provisions of Division 26. Identify each conductor with its circuit number or other designation indicated. I. Special Techniques--Wire in Raceway: 1. Pull conductors into raceway at same time. 2. Install building wire 4 AWG and larger with pulling equipment. J. Special Techniques - Cable: 1. Protect exposed cable from damage. 2. Support cables above accessible ceiling, using spring metal clips or metal cable ties to support cables from structure. Do not rest cable on ceiling panels. 3. Use suitable cable fittings and connectors. CORP2000479 4005 19-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 K. Special Techniques - Wiring Connections: 1. Clean conductor surfaces before installing lugs and connectors. 2. Make splices, taps, and terminations to carry full ampacity of conductors with no perceptible temperature rise. 3. Tape uninsulated conductors and connectors with electrical tape to 150 percent of insulation rating of conductor. 4. Install split bolt connectors for copper conductor splices and taps, 6 AWG and larger. 5. Install solderless pressure connectors with insulating covers for copper conductor splices and taps, 8 AWG and smaller. 6. Install insulated spring wire connectors with plastic caps for copper conductor splices and taps, 10 AWG and smaller. 7. Install suitable reducing connectors or mechanical connector adaptors for connect- ing aluminum conductors to copper conductors. 8. PAIRED SHIELDED AND TRIAD SHIELDED CABLE: Ground paired shielded and triad shielded cables at the instrument panel end only and insulate from ground else- where. The shield shall be continuous for the entire run. The paired shielded and triad shielded cable shall not be laced with or placed in the same conduit with power cables. Each termination of paired shielded or triad shielded cable shall be coated with silicone jelly after termination. The shield of pair shielded cable and triad shielded cable shall only be broken when the conductors are terminated on terminal strips. L. Install stranded conductors for branch circuits 10 AWG and smaller. Install crimp on fork terminals for device terminations. Do not place bare stranded conductors directly under screws. M. Install terminal lugs on ends of 600 volt wires unless lugs are furnished on connected device, such as circuit breakers. N. Size lugs in accordance with manufacturer's recommendations terminating wire sizes. Install 2-hole type lugs to connect wires 4 AWG and larger to copper bus bars. 0. For terminal lugs fastened together such as on motors, transformers, and other appa- ratus, or when space between studs is small enough that lugs can turn and touch each other, insulate for dielectric strength of 2-1/2 times normal potential of circuit. 3.05 WIRE COLOR A. 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: 1. For 480Y/277V, 3-phase wiring: a. Phase A - Brown b. Phase B - Orange c. Phase C - Yellow d. Neutral - Gray e. Equipment Grounding Conductor - Green CORP2000479 4005 19-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 2. For 208Y/120V or 240/120V, 3-phase wiring: a. Phase A - Black b. Phase B - Red c. Phase C - Blue d. Neutral - White e. Equipment Grounding Conductor— Green 3. For 120/240V, 1-phase wiring: a. Leg A - Black b. Leg B - Red c. Neutral - White d. Equipment Grounding Conductor - Green B. 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. C. Neutral Conductors: White. When two or more neutrals are located in one conduit, in- dividually identify each with proper circuit number. D. Branch Circuit Conductors: Install three or four wire home runs with each phase uniquely color coded. E. Feeder Circuit Conductors: Uniquely color code each phase. F. Ground Conductors: 1. For 6 AWG and smaller: Green. 2. For 4 AWG and larger: Identify with green tape at both ends and visible points including junction boxes. 3.06 GROUND CONDUCTORS A. 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. B. 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. Con- nections to motors shall be to the grounding stud which shall be threaded into the stationary frame; Burndy KC Servit, and not an end bell. The ground wire shall not be lugged to a mounting bolt. C. 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 CORP2000479 40 05 19-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 conductors in the conduit, or where the ground wire is directly buried in earth or con- crete. In all other cases, insulate ground wire with insulation as specified for low voltage wire. 3.07 FIELD QUALITY CONTROL A. Inspect and test in accordance with NETA ATS. END OF SECTION CORP2000479 4005 19-8 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 26 05 26 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required and install a complete grounding system in strict accordance with Article 250 of the National Electrical Code (NEC), as shown on the Drawings and as specified herein. B. All raceways, conduits and ducts shall contain equipment grounding conductors sized in accordance with the NEC. Minimum sizes shall be No. 12 AWG. C. Section Includes: 1. Rod electrodes. 2. Active electrodes. 3. Wire. 4. Grounding well components. 5. Mechanical connectors. 6. Exothermic connections. 1.02 RELATED WORK A. Division 26 — Electrical 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Con- ditions and the Contract Documents. B. Product Data: 1. Submit catalog data showing specified features of standard products. 2. Submit data on grounding electrodes and connections. C. Test Reports: Indicate overall resistance to ground and resistance of each electrode. D. Manufacturer's Installation Instructions: Submit for active electrodes. E. Manufacturer's Certificate: Certify Products meet or exceed specified requirements. F. Project Record Documents: Record actual locations of components and grounding electrodes. 1.04 REFERENCE STANDARDS A. Institute of Electrical and Electronics Engineers: 1. IEEE 142 - Recommended Practice for Grounding of Industrial and Commercial Power Systems. CORP2000479 2605 26-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 2. IEEE 1100 - Recommended Practice for Powering and Grounding Electronic Equipment. B. International Electrical Testing Association: 1. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems. C. National Fire Protection Association: 1. NFPA 70 - National Electrical Code. 2. NFPA 99 - Standard for Health Care Facilities. 1.05 QUALITY ASSURANCE A. Provide grounding materials conforming to requirements of NEC, IEEE 142, and UL la- beled. B. Manufacturer: Company specializing in manufacturing Products specified in this section with minimum three years documented experience. C. Installer: Company specializing in performing work of this section with minimum 5 years documented experience. 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS A. Grounding systems use the following elements as grounding electrodes: 1. Metal underground water pipe. 2. Metal building frame. 3. Concrete-encased electrode. 4. Ground ring as shown on the drawings. 5. Rod electrode. 6. Plate electrode. B. Grounding System Resistance: 5 ohms maximum. 1.07 DELIVERY, STORAGE, AND HANDLING A. Section 26 00 00 — Electrical General Provisions B. Accept materials on site in original factory packaging, labeled with manufacturer's identification. C. Protect from weather and construction traffic, dirt, water, chemical, and mechanical damage, by storing in original packaging. D. Do not deliver items to project before time of installation. Limit shipment of bulk and multiple-use materials to quantities needed for immediate installation. 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 WARRANTY/EXTENDED WARRANTY (NOT USED) CORP2000479 2605 26-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1.10 COORDINATION A. Complete grounding and bonding of building reinforcing steel prior concrete place- ment. PART 2 PRODUCTS 2.01 ROD ELECTRODES A. Product Description: 1. Material: Stainless Steel. 2. Diameter: 3/4 inch (19 mm). 3. Length: 10 feet (3.0 m) Sections 4. Total Length: As shown on the drawings B. Connector: Connector for exothermic welded connection. 2.02 WIRE A. Material: Stranded Tinned copper. B. Sizes: 1. 4/0 Counterpoise 2. 4/0 Switchboard Bonding Jumpers 3. #2 Bonding jumpers for all other as allowed by the NEC 2.03 GROUNDING WELL COMPONENTS A. Test Well box: 12"x 12"x 12" Open Bottom Polymer Concrete B. Well Cover: Polymer Concrete with legend "GROUND" cast in cover. 2.04 MECHANICAL CONNECTORS A. Manufacturers: 1. Burndy 2. Substitutions: Division 1 — General Requirements. B. Description: Bronze connectors, suitable for grounding and bonding applications, in configurations required for particular installation. 2.05 EXOTHERMIC CONNECTIONS A. Manufacturers: 1. Cadweld 2. Substitutions: Division 1 — General Requirements B. Product Description: Exothermic materials, accessories, and tools for preparing and making permanent field connections between grounding system components. CORP2000479 2605 26-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 PART 3 EXECUTION 3.01 EXAMINATION A. Verify final backfill and compaction has been completed before driving rod electrodes. 3.02 PREPARATION A. Remove paint, rust, mill oils, surface contaminants at connection points. 3.03 EXISTING WORK A. Modify existing grounding system to maintain continuity to accommodate renovations. B. Extend existing grounding system using materials and methods compatible with exist- ing electrical installations. 3.04 INSTALLATION A. Install in accordance with IEEE 142. B. Install rod electrodes at locations as indicated on Drawings. Install additional rod elec- trodes to achieve specified resistance to ground. C. Install grounding and bonding conductors concealed from view. D. Install grounding well pipe with cover at rod locations as indicated on Drawings. Install well boxes top flush with finished grade. E. Install grounding electrode conductor and connect to reinforcing steel in foundation footing as indicated on Drawings. Electrically bond steel together. F. Bond together metal siding not attached to grounded structure; bond to ground. G. Bond together reinforcing steel and metal accessories in fountain structures. H. Install isolated grounding conductor for circuits shown on the drawing in accordance with IEEE 1100. 1. Isolated Grounding Conductors: Green-colored insulation with continuous yellow stripe. On feeders with isolated ground, identify grounding conductor where visi- ble to normal inspection, with alternating bands of green and yellow tape, with at least three bands of green and two bands of yellow. I. Install grounding and bonding in patient care areas to meet requirements of NFPA 99. J. Equipment Grounding Conductor: Install separate, insulated conductor within each feeder and branch circuit raceway. Terminate each end on suitable lug, bus, or bush- ing. K. Connect to site grounding system. L. Bond to lightning protection system. CORP2000479 2605 26-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 M. Install continuous grounding using underground cold-water system and building steel as grounding electrode. Where water piping is not available, install artificial station ground by means of driven rods or buried electrodes. N. Permanently ground entire light and power system in accordance with NEC, including service equipment, distribution panels, lighting panelboards, switch and starter enclo- sures, motor frames, grounding type receptacles, and other exposed non-current car- rying metal parts of electrical equipment. 0. Install branch circuits feeding isolated ground receptacles with separate insulated grounding conductor, connected only at isolated ground receptacle, ground terminals, and at ground bus of serving panel. P. Accomplish grounding of electrical system by using insulated grounding conductor in- stalled with feeders and branch circuit conductors in conduits. Size grounding conduc- tors in accordance with NEC. Install from grounding bus of serving panel to ground bus of served panel, grounding screw of receptacles, lighting fixture housing, light switch outlet boxes or metal enclosures of service equipment. Ground conduits by means of grounding bushings on terminations at panelboards with installed number 12 conductor to grounding bus. Q. Grounding electrical system using continuous metal raceway system enclosing circuit conductors in accordance with NEC. R. Permanently attach equipment and grounding conductors prior to energizing equip- ment. S. Grounding Bus: Install in electrical and telephone equipment rooms, in rooms hous- ing service equipment, and elsewhere as indicated. 1. Install bus on insulated spacers 1 inch, minimum, from wall 6 inches above fin- ished floor, unless otherwise indicated. 2. Where indicated on both sides of doorways, route bus up to top of door frame, across top of doorway, down to specified height above floor, and connect to hor- izontal bus. 3.05 GROUNDING UNDERGROUND DISTRIBUTION SYSTEM COMPONENTS A. Comply with IEEE C2 grounding requirements. B. Grounding Manholes and Handholes: Install a driven ground rod through manhole or handhole floor, close to wall, and set rod depth so 4 inches will extend above finished floor. If necessary, install ground rod before manhole is placed and provide No. 1/0 AWG bare, copper conductor from ground rod into manhole through a waterproof sleeve in manhole wall. Protect ground rods passing through concrete floor with a double wrapping of pressure-sensitive insulating tape or heat-shrunk insulating sleeve from 2 inches above to 6 inches below concrete. Seal floor opening with wa- terproof, nonshrink grout. C. Grounding Connections to Manhole Components: Bond exposed-metal parts such as inserts, cable racks, pulling irons, ladders, and cable shields within each manhole or CORP2000479 2605 26-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 handhole, to ground rod or grounding conductor. Make connections with No. 4 AWG minimum, stranded, hard-drawn copper bonding conductor. Train conductors level or plumb around corners and fasten to manhole walls. Connect to cable armor and ca- ble shields as recommended by manufacturer of splicing and termination kits D. Pad-Mounted Transformers and Switches: Install four ground rods and a ground ring around the pad. Ground pad-mounted equipment and noncurrent-carrying metal items associated with substations by connecting them to underground cable and grounding electrodes. Install bare copper conductor not less than No. 2 AWG for ground ring and for taps to equipment grounding terminals. Bury ground ring not less than 24 inches from the foundation. Install a ground rod at each corner of the ground ring. 3.06 FIELD QUALITY CONTROL A. Division 1 - Field inspecting, testing, adjusting, and balancing. B. Inspect and test in accordance with NETA ATS C. Grounding and Bonding: Perform inspections and tests listed in NETA ATS D. Perform ground resistance testing in accordance with IEEE 142. E. Perform leakage current tests in accordance with NFPA 99. F. Perform continuity testing in accordance with IEEE 142. G. When improper grounding is found on receptacles, check receptacles in entire project and correct. Perform retest. 3.07 DESIRED GROUND RESISTANCE A. The Contractor shall report ground resistances that exceed the following values: 1. Power and Lighting Equipment or System with Capacity 500 kVA and Less: 5 ohms. 2. Power and Lighting Equipment or System with Capacity 500 to 1000 kVA: 5 ohms. 3. Power and Lighting Equipment or System with Capacity More Than 1000 kVA: 3 ohms. 4. Power Distribution Units or Panelboards Serving Electronic Equipment: 1 ohm. 5. Substations and Pad-Mounted Equipment: 5 ohms. 6. Manhole Grounds: 10 ohms. END OF SECTION CORP2000479 2605 26-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 26 05 29 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS PART 1 GENERAL 1.01 SCOPE OF WORK A. Section Includes: 1. Conduit supports. 2. Formed steel channel. 3. Spring steel clips. 4. Sleeves. 5. Mechanical sleeve seals. 6. Firestopping relating to electrical work. 7. Firestopping accessories. 8. Equipment bases and supports. 1.02 RELATED WORK A. Division 3 — Concrete B. Division 7 —Thermal and Moisture Protection C. Division 26 — Electrical 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Condi- tions and the Contract Documents. B. Shop Drawings: Indicate system layout with location and detail of trapeze hangers. C. Product Data: 1. Anchor Systems a. Acceptable base material conditions (i.e. cracked, un-cracked concrete) b. Acceptable drilling methods c. Acceptable bore hole conditions (dry, water saturated, water filled, under wa- ter) d. Manufacturer's installation instructions including bore hole cleaning procedures and adhesive injection. e. Cure and gel timetables f. Temperature ranges (storage, installation and in-service). 2. Hangers and Supports: Submit manufacturers catalog data including load capacity. 3. Firestopping: Submit data on product characteristics, performance and limitation criteria. CORP2000479 2605 29-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 D. Firestopping Schedule: Submit schedule of opening locations and sizes, penetrating items, and required listed design numbers to seal openings to maintain fire resistance rating of adjacent assembly. E. Design Data: Indicate load carrying capacity of trapeze hangers and hangers and sup- ports. F. Manufacturer's Installation Instructions: 1. Hangers and Supports: Submit special procedures and assembly of components. 2. Firestopping: Submit preparation and installation instructions. G. Manufacturer's Certificate: Certify products meet or exceed specified requirements. H. Firestopping Engineering Judgments: For conditions not covered by UL or WH listed designs, submit judgments by licensed professional engineer suitable for presentation to authority having jurisdiction for acceptance as meeting code fire protection require- ments. 1.04 REFERENCE STANDARDS A. ASTM International: 1. ASTM E84 - Standard Test Method for Surface Burning Characteristics of Building Materials. 2. ASTM E119 - Standard Test Methods for Fire Tests of Building Construction and Materials. 3. ASTM E814 - Standard Test Method for Fire Tests of Through-Penetration Fire Stops. 4. ASTM E1966 - Standard Test Method for Fire-Resistive Joint Systems. 5. ASTM E 488-96 (2003); Standard Test Method for Strength of Anchors in Concrete and Masonry Elements, ASTM International. 6. ASTM E 1512-93, Standard Test Methods for Testing Bond Performance of Adhe- sive- Bonded Anchors, ASTM International B. American Concrete Institute 1. AC308; Acceptance Criteria for Post-Installed Anchors in Concrete Elements, Latest revision. C. FM Global: 1. FM -Approval Guide, A Guide to Equipment, Materials &Services Approved By Fac- tory Mutual Research For Property Conservation. D. National Fire Protection Association: 1. NFPA 70 - National Electrical Code. E. Underwriters Laboratories Inc.: 1. UL 263 - Fire Tests of Building Construction and Materials. 2. UL 723 - Tests for Surface Burning Characteristics of Building Materials. 3. UL 1479 - Fire Tests of Through-Penetration Firestops. CORP2000479 2605 29-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 4. UL 2079 - Tests for Fire Resistance of Building Joint Systems. 5. UL - Fire Resistance Directory. F. Intertek Testing Services (Warnock Hersey Listed): 1. WH - Certification Listings. 1.05 QUALITY ASSURANCE A. Through Penetration Firestopping of Fire Rated Assemblies: UL 1479 or ASTM E814 with 0.10 inch water gage (24.9 Pa) minimum positive pressure differential to achieve fire F- Ratings and temperature T-Ratings as indicated on Drawings, but not less than 1-hour. 1. Wall Penetrations: Fire F-Ratings as indicated on Drawings, but not less than 1- hour. 2. Floor and Roof Penetrations: Fire F-Ratings and temperature T-Ratings as indicated on Drawings, but not less than 1-hour. a. Floor Penetrations Within Wall Cavities: T-Rating is not required. B. Through Penetration Firestopping of Non-Fire Rated Floor and Roof Assemblies: Mate- rials to resist free passage of flame and products of combustion. 1. Noncombustible Penetrating Items: Noncombustible materials for penetrating items connecting maximum of three stories. 2. Penetrating Items: Materials approved by authorities having jurisdiction for pene- trating items connecting maximum of two stories. C. Fire Resistant Joints in Fire Rated Floor, Roof, and Wall Assemblies: ASTM E1966 or UL 2079 to achieve fire resistant rating as indicated on Drawings for assembly in which joint is installed. D. Fire Resistant Joints Between Floor Slabs and Exterior Walls: ASTM E119 with 0.10 inch water gage (24.9 Pa) minimum positive pressure differential to achieve fire resistant rating as indicated on Drawings for floor assembly. E. Surface Burning Characteristics: Maximum 25/450 flame spread/smoke developed index when tested in accordance with ASTM E84. F. Perform Work in accordance with local codes and standards. G. Maintain one copy of each installation detail on site on site. H. Manufacturer: Company specializing in manufacturing Products specified in this section with minimum three years documented experience. I. Installer: Company specializing in performing work of this section with minimum 3 years' experience and approved by manufacturer. 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS A. Firestopping Materials: UL Listed to achieve fire ratings as noted on Drawings for adja- cent construction, but not less than 1 hour fire rating. CORP2000479 2605 29-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1. Ratings may be 3-hours for firestopping in through-penetrations of 4-hour fire rated assemblies unless otherwise required by applicable codes. B. Firestop interruptions to fire rated assemblies, materials, and components. C. Firestopping: Conform to UL Standards for fire resistance ratings and surface burning characteristics. D. Firestopping: Provide certificate of compliance from authority having jurisdiction indi- cating approval of materials used. 1.07 DELIVERY, STORAGE, AND HANDLING A. Division 1 — Requirements for transporting, handling, storing, and protecting products. B. Accept materials on site in original factory packaging, labeled with manufacturer's iden- tification. C. Protect from weather and construction traffic, dirt, water, chemical, and mechanical damage, by storing in original packaging. 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 WARRANTY/EXTENDED WARRANTY (NOT USED) 1.10 DEFINITIONS A. Firestopping (Through-Penetration Protection System): Sealing or stuffing material or assembly placed in spaces between and penetrations through building materials to ar- rest movement of fire, smoke, heat, and hot gases through fire rated construction. 1.11 PRE-INSTALLATION MEETINGS A. Division 1 — Requirements for Pre-installation meeting. B. Convene minimum one week prior to commencing work of this section. 1.12 ENVIRONMENTAL REQUIREMENTS A. Division 1 — Environmental conditions affecting products on site. B. Do not apply firestopping materials when temperature of substrate material and ambient air is below 60 degrees F (15 degrees C). C. Maintain this minimum temperature before, during, and for minimum 3 days after in- stallation of firestopping materials. CORP2000479 2605 29-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 PART 2 PRODUCTS 2.01 CONDUIT SUPPORTS A. Stainless Steel Slotted Support Systems: Comply with MFMA-4, factory-fabricated com- ponents for field assembly. 1. Manufacturers:Subject to compliance with requirements, provide products by one of the following: a. Cooper B-Line, Inc.; a division of Cooper Industries. b. Thomas & Betts Corporation. c. Unistrut; Tyco International, Ltd. B. Nonmetallic Slotted Support Systems: Structural-grade, factory-formed, glass-fiber- resin channels and angles with 9/16-inch- diameter holes at a maximum of 8 inches o.c., in at least 1 surface. 1. Manufacturers:Subject to compliance with requirements, provide products by one of the following: a. Cooper B-Line, Inc.; a division of Cooper Industries. b. Unistrut; Tyco International, Ltd. 2. Fittings and Accessories: Products of channel and angle manufacturer and de- signed for use with those items. 3. Fitting and Accessory Materials: Same as channels and angles, except metal items shall be stainless steel. 4. Rated Strength: Selected to suit applicable load criteria. C. Raceway and Cable Supports: As described in NECA 1 and NECA 101. D. Conduit and Cable Support Devices: Stainless Steel hangers, clamps, and associated fittings, designed for types and sizes of raceway or cable to be supported. E. Support for Conductors in Vertical Conduit: Factory-fabricated assembly consisting of threaded body and insulating wedging plug or plugs for non-armored electrical conduc- tors or cables in riser conduits. Plugs shall have number, size, and shape of conductor gripping pieces as required to suit individual conductors or cables supported. Body shall be malleable iron. F. Manufacturers: 1. Unistrut 2. Substitutions: Division 1 — Substitution Requirements. G. Hanger Rods: Threaded high tensile strength stainless steel with free running threads. H. Beam Clamps: stainless steel, with tapered hole in base and back to accept either bolt or hanger rod. Set screw: stainless steel. I. Conduit clamps for trapeze hangers: Galvanized steel, notched to fit trapeze with single bolt to tighten. CORP2000479 2605 29-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 J. Conduit clamps - general purpose: One-hole malleable iron for surface mounted con- duits. K. Cable Ties: High strength nylon temperature rated to 185 degrees F (85 degrees Q. Self-locking. 2.02 MOUNTING, ANCHORING, AND ATTCAHMENT A. Mounting, Anchoring, and Attachment Components: Items for fastening electrical items or their supports to building surfaces include the following: 1. Powder-Actuated Fasteners: Threaded-stainless steel stud, for use in hardened portland cement concrete, steel, or wood, with tension, shear, and pullout capaci- ties appropriate for supported loads and building materials where used. a. Manufacturers: Subject to compliance with requirements, provide products by one of the following: (i) Hilti Inc. (ii) ITW Ramset/Red Head; a division of Illinois Tool Works,Inc. 2. Mechanical-Expansion Anchors: Insert-wedge-type, stainless steel, for use in hard- ened portland cement concrete with tension, shear, and pullout capacities appro- priate for supported loads and building materials in which used. a. Manufacturers: Subject to compliance with requirements, provide products by one of the following: (i) Hilti Inc. (ii) ITW Ramset/Red Head; a division of Illinois Tool Works,Inc. 3. ADHESIVE ANCHORING SYSTEMS a. Acceptable Manufacturers (i) Subject to compliance with the Contract Documents, the following Manu- facturers are acceptable: (a) HILTI HIT-RTZ with HIT-HY 150 MAX. (ii) The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and func- tions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. b. Product Description (i) Anchor body with helical cone shaped thread on the embedded end and standard threads on the exposed end, with washer and nut, inserted into Injection adhesive. (ii) No cleaning of dust or water removal shall be required prior to installation of the adhesive and anchor body (iii) All parts shall be manufactured of 316 stainless steel conforming to SAE 316. 4. Clamps for Attachment to Steel Structural Elements: Stainless Steel, type suitable for attached structural element. 5. Through Bolts: Stainless Steel Structural type, hex head, and high strength. 6. Hanger Rods: Threaded stainless steel CORP2000479 2605 29-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 2.03 FABRICATED METAL EQUIPMENT SUPPORT ASSEMBLIES A. Description: Welded or bolted, structural-stainless steel shapes, shop or field fabricated to fit dimensions of supported equipment. 2.04 SLEEVES A. Furnish materials in accordance with local codes and standards. B. Sleeves for Electrical Through Non-fire Rated Floors: 18 gage (1.2 mm) thick galvanized steel. C. Sleeves for Electrical Through Non-fire Rated Beams, Walls, Footings, and Potentially Wet Floors: Steel pipe or 18 gage (1.2 mm) thick galvanized steel. D. Sleeves for Electrical Through Fire Rated and Fire Resistive Floors and Walls, and Fire Proofing: Prefabricated fire rated sleeves including seals, UL listed. E. Fire-stopping Insulation: Glass fiber type, non-combustible. 2.05 FIRESTOPPING A. Manufacturers: 1. 3M 2. Hilti 3. Substitutions: Division 1 — Substitution Requirements. B. Product Description: Different types of products by multiple manufacturers are accepta- ble as required to meet specified system description and performance requirements; provide only one type for each similar application. 1. Silicone Firestopping Elastomeric Firestopping: Single component silicone elasto- meric compound and compatible silicone sealant. 2. Foam Firestopping Compounds: Single component foam compound. 3. Formulated Firestopping Compound of Incombustible Fibers: Formulated compound mixed with incombustible non-asbestos fibers. 4. Fiber Stuffing and Sealant Firestopping: Composite of mineral fiber stuffing insula- tion with silicone elastomer for smoke stopping. 5. Mechanical Firestopping Device with Fillers: Mechanical device with incombustible fillers and silicone elastomer, covered with sheet stainless steel jacket, joined with collars, penetration sealed with flanged stops. 6. Intumescent Firestopping: Intumescent putty compound which expands on expo- sure to surface heat gain. 7. Firestop Pillows: Formed mineral fiber pillows. C. Color: RED CORP2000479 2605 29-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 PART 3 EXECUTION 3.01 EXAMINATION A. Division 1 - Verification of existing conditions before starting work. B. Verify openings are ready to receive sleeves. C. Verify openings are ready to receive firestopping. 3.02 PREPARATION A. Clean substrate surfaces of dirt, dust, grease, oil, loose material, or other matter affect- ing bond of firestopping material. B. Remove incompatible materials affecting bond. C. Install backing materials to arrest liquid material leakage. D. Obtain permission from Architect/Engineer before using powder-actuated anchors. E. Obtain permission from Architect/Engineer before drilling or cutting structural members. 3.03 INSTALLATION - HANGERS AND SUPPORTS A. Anchors and Fasteners: 1. Concrete Structural Elements: Provide expansion anchors, powder actuated an- chors, or adhesive anchors. 2. Steel Structural Elements: Provide beam clamps, and welded fasteners. 3. Concrete Surfaces: Provide self-drilling anchors and expansion anchors. 4. Hollow Masonry, Plaster, and Gypsum Board Partitions: Provide toggle bolts and hollow wall fasteners. 5. Solid Masonry Walls: Provide expansion anchors. 6. Sheet Metal: Provide sheet metal screws. 7. Wood Elements: Provide wood screws. B. Install conduit and raceway support and spacing in accordance with NEC. C. Do not fasten supports to pipes, ducts, mechanical equipment, or conduit. D. Install multiple conduit runs on common hangers. E. All supports shall be Stainless Steel except in areas where the chemical atmosphere is corrosive to Stainless Steel. In corrosive atmosphere's use Non Metallic Supports. 3.04 INSTALLATION - FIRESTOPPING A. Install material at fire rated construction perimeters and openings containing penetrat- ing sleeves, piping, ductwork, conduit and other items, requiring firestopping. CORP2000479 2605 29-8 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 B. Apply primer where recommended by manufacturer for type of firestopping material and substrate involved, and as required for compliance with required fire ratings. C. Apply firestopping material in sufficient thickness to achieve required fire and smoke rating, to uniform density and texture. D. Compress fibered material to maximum 40 percent of its uncompressed size. E. Remove dam material if allowed by Firestop manufacturer and UL Listed assembly F. Fire Rated Surface: 1. Seal opening at floor, wall, partition, ceiling, and roof as follows: a. Install sleeve through opening and extending beyond minimum of 1 inch (25 mm) on both sides of building element. b. Size sleeve allowing minimum of 1-inch (25 mm) void between sleeve and building element. c. Pack void with backing material. d. Seal ends of sleeve with UL listed fire resistive silicone compound to meet fire rating of structure penetrated. 2. Where cable tray, bus, cable bus, conduit, wireway, and trough penetrates fire rated surface, install firestopping product in accordance with manufacturer's instructions. G. Non-Rated Surfaces: 1. Seal opening through non-fire rated wall, partition, floor, ceiling, and roof opening as follows: a. Install sleeve through opening and extending beyond minimum of 1 inch (25 mm) on both sides of building element. b. Size sleeve allowing minimum of 1-inch (25 mm) void between sleeve and building element. c. Install type of firestopping material recommended by manufacturer. 2. Install escutcheons or ceiling plates where conduit, penetrates non-fire rated sur- faces in occupied spaces. Occupied spaces include rooms with finished ceilings and where penetration occurs below finished ceiling. 3. Exterior wall openings below grade: Assemble rubber links of mechanical seal to size of conduit and tighten in place, in accordance with manufacturer's instructions. 4. Interior partitions: Seal pipe penetrations at clean rooms, laboratories, hospital spaces, computer rooms, telecommunication rooms, and electrical rooms. Apply sealant to both sides of penetration to completely fill annular space between sleeve and conduit. 3.05 INSTALLATION - EQUIPMENT BASES AND SUPPORTS A. Provide housekeeping pads of concrete, minimum 3-1/2 inches (87 mm) thick and ex- tending 6 inches (150 mm) beyond supported equipment. Refer to Division 3. B. Using templates furnished with equipment, install anchor bolts, and accessories for mounting and anchoring equipment. CORP2000479 2605 29-9 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 C. Construct supports of formed hot dipped galvanized steel channel. Brace and fasten with flanges bolted to structure. 3.06 INSTALLATION - SLEEVES A. Exterior watertight entries: Seal with adjustable interlocking rubber links. B. Conduit penetrations not required to be watertight: Sleeve and fill with silicon foam. C. Set sleeves in position in forms. Provide reinforcing around sleeves. D. Size sleeves large enough to allow for movement due to expansion and contraction. Provide for continuous insulation wrapping. E. Extend sleeves through floors 1 inch (25 mm) above finished floor level. Caulk sleeves. F. Where conduit or raceway penetrates floor, ceiling, or wall, close off space between conduit or raceway and adjacent work with fire stopping insulation and caulk. Provide close fitting metal collar or escutcheon covers at both sides of penetration. G. Install stainless steel escutcheons at finished surfaces. 3.07 FIELD QUALITY CONTROL A. Division 1 — Field inspecting, testing, adjusting, and balancing. B. Inspect installed firestopping for compliance with specifications and submitted schedule. 3.08 CLEANING A. Division 1 — Requirements for cleaning. B. Clean adjacent surfaces of firestopping materials. 3.09 PROTECTION OF FINISHED WORK A. Division 1 — Requirements for protecting finished Work. B. Protect adjacent surfaces from damage by material installation. END OF SECTION CORP2000479 2605 29-10 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 26 05 33 RACEWAYS FOR ELECTRICAL SYSTEMS PART 1 GENERAL 1.01 SCOPE OF WORK A. Section includes conduit and tubing, surface raceways, wireways, outlet boxes, pull and junction boxes. 1.02 RELATED WORK A. Division 26 — Electrical 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Condi- tions and the Contract Documents. B. Product Data: Submit catalog data showing specified features of standard products. C. Product Data: Submit for the following: 1. Rigid Aluminum Conduit 2. EMT Conduit 3. Galvanized Rigid Steel 4. Stainless Steel 5. PCV Coated Galvanized Rigid Steel 6. PVC Sch 40 7. PVC Sch 80 8. Liquid Tight Flexible Nonmetallic Conduit. 9. Raceway / Conduit fittings and bodies 10. Wireways 11. Above grade pull and junction boxes. D. Manufacturer's Installation Instructions: Submit application conditions and limitations of use stipulated by Product testing agency specified under Regulatory Requirements. In- clude instructions for storage, handling, protection, examination, preparation, and in- stallation of Product. E. For the following raceway components.Include plans, elevations, sections, details, and attachments to other work. 1. For handholes and boxes for underground wiring, including the following: 2. Duct entry provisions, including locations and duct sizes. 3. Frame and cover design. 4. Grounding details. 5. Dimensioned locations of cable rack inserts, and pulling-in and lifting irons. 6. Joint details. CORP2000479 26 05 33-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION RACEWAYS FOR ELECTRICAL SYSTEMS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 F. Coordination Drawings: Conduit routing plans, drawn to scale, on which the following items are shown and coordinated with each other, based on input from installers of the items involved: 1. Structural members in the paths of conduit groups with common supports. 2. HVAC and plumbing items and other features in the paths of conduit groups with common supports. G. Project Record Documents: 1. Record actual routing of conduits in yard using GPS technology. Provide a AutoCAD as-built drawing as part of closeout documentation. 1.04 REFERENCE STANDARDS A. American National Standards Institute: 1. ANSI C80.1 - Rigid Steel Conduit, Zinc Coated. 2. ANSI C80.3 - Specification for Electrical Metallic Tubing, Zinc Coated. 3. ANSI C80.5 - Aluminum Rigid Conduit - (ARC). B. National Electrical Manufacturers Association: 1. NEMA 250 - Enclosures for Electrical Equipment (1000 Volts Maximum). 2. NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit and Cable Assemblies. 3. NEMA OS 1 - Sheet Steel Outlet Boxes, Device Boxes, Covers, and Box Supports. 4. NEMA OS 2 - Nonmetallic Outlet Boxes, Device Boxes, Covers, and Box Supports. 5. NEMA RN 1 - Polyvinyl Chloride (PVC) Externally Coated Galvanized Rigid Steel Con- duit and Intermediate Metal Conduit. 6. NEMA TC 2 - Electrical Polyvinyl Chloride (PVC) Tubing and Conduit. 7. NEMA TC 3 - PVC Fittings for Use with Rigid PVC Conduit and Tubing. 1.05 QUALITY ASSURANCE (NOT USED) 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS A. Minimum Raceway Size: 1" unless otherwise specified. 1.07 DELIVERY, STORAGE, AND HANDLING A. Division 1 - Product storage and handling requirements. B. Protect conduit from corrosion and entrance of debris by storing above grade. Provide appropriate covering. C. Protect PVC conduit from sunlight. CORP2000479 26 05 33-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION RACEWAYS FOR ELECTRICAL SYSTEMS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 WARRANTY/EXTENDED WARRANTY (NOT USED) 1.10 COORDINATION A. Division 1 — Coordination and project conditions. B. Coordinate installation of in slab outlet boxes. C. Coordinate mounting heights, orientation and locations of outlets mounted above coun- ters, benches, and backsplashes. PART 2 PRODUCTS 2.01 CONDUIT A. PVC Coated Rigid Aluminum Conduit 1. PVC coated rigid aluminum conduit shall have a minimum 0.040-in thick, polyvinyl chloride coating permanently bonded to rigid aluminum conduit and an internal chemically cured urethane or enamel coating. Rigid aluminum conduit shall be as manufactured by the Allied Tube and Conduit Corp.; Wheatland Tube Co.; Triangle PWC Inc. The ends of all couplings, fittings, etc. shall have a minimum of one pipe diameter in length of PVC overlap. PVC coated conduit and fittings shall be as man- ufactured by Perma-Cote, Robroy Industries, Triangle PWC Inc. or Ocal. 2. Elbows and couplings shall be PVC coated by the same manufacturer supplying the conduit PVC coating system. Elbows and couplings used with PVC coated conduit shall be furnished with a PVC coating bonded to the aluminum, the same thickness as used on the coated aluminum conduit. B. Rigid Nonmetallic Conduit 1. PVC conduit shall be rigid polyvinyl chloride schedule 40 as manufactured by Can- tex; Prime Conduit; Allied Tube. Thinwall conduit designated for encased burial as (Type EB) is not acceptable for any application. C. Liquidtight Aluminum Flexible Metal Conduit 1. Liquidtight aluminum flexible metal conduit shall have an interlocked aluminum core, PVC jacket rated for 80 degrees C., meets NEC Article 351, UL 360 as manu- factured by Ultratite AEF by Southwire, the Anaconda Metal Hose Div.; Anaconda American Brass Co.; American Flexible Conduit Co., Inc.; Universal Metal Hose Co.; ALFLEX. 2. Fittings used with liquidtight flexible aluminum conduit shall be extruded from 6063 alloy in temper designation T-1 with maximum 0.1% copper content and shall con- form to FEDSPEC WW-C-540C ANSI C80.5, and UL-6. D. Aluminum Flexible Metal Conduit 1. Aluminum flexible metal conduit shall have an interlocked aluminum core, meeting NEC Article 348, UL land Federal Specification WW-C-566C, as manufactured by CORP2000479 26 05 33-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION RACEWAYS FOR ELECTRICAL SYSTEMS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 Southwire Alflex, the Anaconda Metal Hose Div.; Anaconda American Brass Co.; American Flexible Conduit Co., Inc.; Universal Metal Hose Co. 2. Fittings used with aluminum flexible metal conduit shall be extruded from AA 6063 alloy in temper designation T-1 and shall conform to FEDSPEC WW-C-540C ANSI C80.5, and UL-6. E. Rigid Aluminum Conduit 1. Rigid Aluminum conduit shall be extruded from AA 6063 alloy in temper designation T-1 and shall conform to FED Spec WW-C-540C, ANSI C80-5 and UL-6. Rigid alu- minum conduit shall be as manufactured by Wheatland Tube Company, or Allied. F. PVC Schedule 40 Conduit 1. Schedule 40 PVC Rigid Nonmetallic Conduit (RNC) shall be designed for use above ground and underground as described in the NEC, resistant to sunlight. The con- duits and fittings shall be manufactured to NEMA TC-2, Federal Specification WC1094A and UL 651 specifications. Fittings shall be manufactured to NEMA TC-3, Federal Specification WC1094A and UL 514B. Conduit shall have a UL Label. Conduit shall be Carlon, or Kraloy. G. PVC Schedule 80 Conduit 1. Schedule 80 PVC Rigid Nonmetallic Conduit (RNC) shall be designed for use above ground and underground as described in the NEC, resistant to sunlight. The con- duits and fittings shall be manufactured to NEMA TC-2, Federal Specification WC1094A and UL 651 specifications. Fittings shall be manufactured to NEMA TC-3, Federal Specification WC1094A and UL 514B. Conduit shall have a UL Label. Conduit shall be Cantex, Prime Conduit, or Allied Tube. 2.02 BOXES A. Boxes specified herein are for use with raceway systems only. Boxes used for housing electrical and instrumentation equipment shall be as described elsewhere in these Spec- ifications. B. NEMA 1 Areas: NEMA 1 terminal boxes,junction boxes, pull boxes, etc, shall be of sheet or cast aluminum for wall mounting, or have mounting feet where self-standing. Boxes shall have continuously welded seams. Welds shall be ground smooth. Box bodies shall be flanged and shall not have holes or knockouts. Box bodies shall not be less than 14 gauge metal and covers shall not be less than 12 gauge metal. All boxes shall have hinged, gasketed doors with quarter-turn latches or a 3-point latch (single operator) system on enclosures larger than 36 inches wide or 32 inches tall. Terminal boxes shall be furnished with terminal mounting straps and brackets. Terminal blocks shall be NEMA type, not less than 20A. 600V. Boxes shall be furnished with hinged doors, terminal mounting straps and brackets. Boxes shall be Concept Series as manufactured by Hoff- man Engineering Co. C. NEMA 4X Areas: NEMA 4X terminal boxes, junction boxes, pull boxes etc, shall be Type 316 stainless steel for wall mounting, or have mounting feet where self-standing. Boxes shall have continuously welded seams. Welds shall be ground smooth. Box bodies shall be flanged and shall not have holes or knockouts. Box bodies shall not be less than 14 CORP2000479 26 05 33-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION RACEWAYS FOR ELECTRICAL SYSTEMS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 gauge metal and covers shall not be less than 12 gauge metal. All boxes shall have hinged, gasketed doors with quarter-turn latches or a 3-point latch (single operator) system on enclosures larger than 36 inches wide or 32 inches tall. Terminal boxes shall be furnished with terminal mounting straps and brackets. Terminal blocks shall be NEMA type, not less than 20A., 600V. Boxes shall be furnished with hinged doors, terminal mounting straps and brackets. Boxes shall be Concept Series as manufactured by Hoff- man Engineering Co. D. NEMA 7 Areas: Explosion-proof boxes shall be designed for Class 1, Group D, Division 1 hazardous locations, and shall also have 0-ring seals to meet NEMA 4 requirements. Boxes shall be aluminum, with stainless steel hinged covers and stainless steel bolts; Type EJB-N4 as manufactured by the Crouse-Hinds Co.; Appleton Electric Co.; Adalet- PLM. E. Boxes for use in Chlorine and Caustic areas shall be of rigid PVC. Construction shall be the same as specified for NEMA 4X terminal boxes, junction boxes, pull boxes etc. as specified above. F. Malleable iron boxes shall not be used. 2.03 CONDUIT HUBS A. Conduit hubs for use on raceway system pull and junction boxes shall be watertight aluminum, insulated throat, gasketed, with grounding screw, as manufactured by 0- Z/Gedney, or Red-Dot. B. Conduit hubs for use on outlet boxes or boxes containing electrical or instrumentation equipment shall be watertight, threaded aluminum, grounding screw type, insulated throat, hub of female-female type, with locking nipple of male construction. Hubs shall be T&B HTGZ. Hubs with female locking nipples, where the hub projects into the box, will not be acceptable. 2.04 CONDUIT SEALS A. Conduit wall seals for new concrete walls below grade shall be O.Z./Gedney Co. type WSK. B. Conduit wall seals for cored holes shall be type CSML-XXXA as manufactured by the O.Z./Gedney Co. C. Conduit wall and floor seals for sleeved openings shall be type CSMI-XXXA as manufac- tured by the O.Z./Gedney Co. D. Conduit sealing bushings shall be aluminum O.Z./Gedney Type CSBA Series. 2.05 EXPANSION-DEFLECTION FITTINGS A. Combination expansion-deflection fittings embedded in concrete, or exposed, with in- ternal grounding, 4" movement, shall be stainless steel/cast iron, Type XJGD as manu- factured by the Crouse-Hinds Co. CORP2000479 26 05 33-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION RACEWAYS FOR ELECTRICAL SYSTEMS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 2.06 EXPANSION FITTINGS A. Expansion fittings shall be aluminum, 8" movement, Type XJGSA as manufactured by Crouse-Hinds Co., with internal grounding. 2.07 EXPLOSION-PROOF FITTINGS A. Explosion proof fittings shall be as manufactured by the Crouse-Hinds Co.; Appleton Electric Co.; O.Z./Gedney Co. 2.08 KELLEMS GRIPS A. Kellems grips to support cables shall be of 316 stainless steel. 2.09 CONDUIT MOUNTING EQUIPMENT A. All pull and junction box supports, spacers, conduit support rods, clamps, hangers, chan- nel, nut, bolts, washers, etc. and shall be of 316 stainless steel. 2.10 WIREWAYS A. All wireways shall be constructed of NEMA 4X 316 stainless steel, with gasketed hinged covers and stainless-steel screws. Wireway shall be as manufactured by Hoffman PART 3 EXECUTION 3.01 RACEWAY APPLICATIONS A. Unless exact locations are shown on the Drawings, the Contractor shall coordinate the placement of conduit and related components with other trades and existing installations B. Unless shown on the drawings or specified otherwise, the conduit type installed with respect to the location shall be as follows Conduit Type Location Rigid Galvanized Conduit Air Conditioned Spaces. Stainless Steel All embedded conduit bends (except un- derground duct banks) and all conduit stub- ups to a minimum of 6" above fin- ished floor or grade. Liquidtight Flexible Aluminum Conduit Raceway connection to vibrating equip- ment only in all areas. Maximum of 6' Rigid Non-metallic, Schedule 40 PVC Conduit Underground encased in red dyed rein- forced concrete. CORP2000479 26 05 33-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION RACEWAYS FOR ELECTRICAL SYSTEMS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 Conduit Type Location Rigid Non-metallic, Schedule 80 PVC Conduit For use only in Chemical Areas. Flexible Aluminum Conduit Fixture whip connection to lighting fix- tures in NEMA 1 areas (maximum 3-ft). BX or AC type prefabricated cables are Aluminum Rigid Metal Conduit All above areas, except for concrete em- bedded and those areas described in Lo- cations 2 through 6 above. EMT Not Allowed C. All conduit of a given type shall be the product of one manufacturer. 3.02 BOX APPLICATIONS A. Boxes installed in dry areas may be of NEMA 1 aluminum construction. All other boxes shall be of Type 316 stainless steel. B. Exposed switch, receptacle and lighting outlet boxes and conduit fittings shall be cast aluminum. C. Junction boxes and pull boxes shall have NEMA ratings suitable for the location in which they are installed, as specified in Section 26 00 00. D. Where the raceway system connects to junction and pull boxes in a NEMA 1 area, double locknut (one outer and one inner) plus insulated bushing. E. All boxes shall be provided with factory mounting lugs. Drilling through the back of any box or enclosure is prohibited, and if so installed shall be removed and replaced, with no increase in the Contract Price or Construction Schedule. F. The Contractor shall be responsible for sizing all junction boxes and pull boxes in ac- cordance with the National Electrical Code, Article 314 and relevant sections of the NEC. G. Penetrations into the top of NEMA 4X and NEMA 7 boxes shall not be allowed. H. Exposed pull boxes or junction boxes installed outdoors, per NEMA 250 shall be NEMA 4X weatherproof and shall be provided with watertight gasketed covers fastened with stainless steel screws and be 316 stainless steel. All hardware shall be 316 stainless steel. Boxes shall be provided with integral mounting lugs. CORP2000479 26 05 33-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION RACEWAYS FOR ELECTRICAL SYSTEMS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 I. NEMA 1 boxes shall be provided for Air Conditioned spaces only, NEMA 7 for Class 1, Group D, Division 1 hazardous locations and NEMA 4X 316 stainless steel for all other locations. 3.03 FITTINGS APPLICATIONS A. Combination expansion-deflection fittings shall be installed where conduits cross struc- ture expansion joints, on conduit transitions from underground to above ground, and where installed in exposed conduit runs such that the distance between expansion- deflection fittings does not exceed one hundred fifty (150) feet of conduit run. B. On exposed conduit transitions from underground to above ground, where the earth has been disturbed to a depth of more than ten (10) feet, an expansion fitting, with a minimum of 6" available movement, shall be installed on the exposed side of the tran- sition, in lieu of a combination expansion-deflection fitting. 3.04 CONDUIT SEALS APPLICATIONS A. Conduit wall seals shall be used where underground conduits penetrate walls or at other locations shown on the Drawings. B. Conduit sealing bushings shall be used to seal conduit ends exposed to the weather and at other locations shown on the Drawings. 3.05 INSTALLATION A. Comply with NECA 1 for installation requirements applicable to products specified in Part 2 except where requirements on Drawings or in this Article are stricter. B. Keep raceways at least 6 inches away from parallel runs of flues and steam or hot-water pipes. Install horizontal raceway runs above water and steam piping. C. Complete raceway installation before starting conductor installation. D. Arrange stub-ups so curved portions of bends are not visible above the finished slab. E. Install no more than the equivalent of three 90-degree bends in any conduit run except for communications conduits, for which fewer bends are allowed. F. No conduit smaller than 1-in electrical trade size, shall be used, nor shall any have more than the equivalent of three 90-degree bends in any one run. Pull boxes shall be pro- vided as required or as directed. G. No wire shall be pulled until the conduit system is complete in all details; in the case of concealed work, until all rough plastering or masonry has been completed; in the case of exposed work, until the conduit system has been completed in every detail. H. The ends of all conduits shall be tightly plugged to exclude dust and moisture during construction. Duxseal, or 3M seal spray shall be used in all applications. Plugging with tape is prohibited, even for a temporary time. CORP2000479 26 05 33-8 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION RACEWAYS FOR ELECTRICAL SYSTEMS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 I. Where raceways enter or leave the raceway system where the raceway origin or termi- nation, could be subjected to the entry of moisture, rain or liquid of any type, particularly where the termination of such raceways terminate in any equipment, new or existing at a lower elevation, such raceways shall be tightly sealed at the higher elevation, both before and after the installation of cables, such that there shall be no entry of water or moisture to the Raceway System at any time. Any damage to new or existing equipment shall be corrected by complete replacement of such equipment, at no cost to the Owner. Cleaning or drying of such equipment will not be acceptable. J. Conduit supports, other than for underground raceways, shall be spaced at intervals of 8-ft or less, as required to obtain rigid construction. K. Single conduits shall be supported by means of one-hole pipe clamps in combination with one-screw back plates, to raise conduits from the surface. Multiple runs of conduits shall be supported on trapeze type hangers with horizontal members and threaded hanger rods. The rods shall be not less than 3/8-in diameter. Surface mounted panel boxes,junction boxes, conduit, etc shall be supported by spacers to provide a minimum of 1/2-in clearance between wall and equipment. L. Conduit hangers shall be attached to structural steel by means of beam or channel clamps. Where attached to concrete surfaces, concrete inserts of the spot type shall be provided. M. All conduits on exposed work shall be run at right angles to and parallel with the sur- rounding wall and shall conform to the form of the ceiling. No diagonal runs will be allowed. Bends in parallel conduit runs shall be concentric. All conduits shall be run perfectly straight and true. N. Conduit terminating in boxes and enclosures, other than NEMA 1 type, shall be termi- nated with conduit hubs. 0. Conduits terminated into enclosures shall be perpendicular to the walls where flexible liquidtight or rigid conduits are required. The use of short sealtight elbow fittings for such terminations will not be permitted. P. Conduits containing equipment grounding conductors and terminating in boxes shall have insulated throat grounding bushings. The wire shall be grounded to the box. Q. Conduits shall be installed using threaded fittings. Running threads will not be permitted. R. All conduit fittings on PVC conduit shall be of the glued type. S. Liquidtight flexible aluminum conduit shall be used for the primary and secondary of transformers, generator terminations and other equipment where vibration is present. Use in other locations is not permitted. Liquidtight flexible aluminum conduit shall have a maximum length not greater than that of a factory manufactured long radius elbow of the conduit size being used. The maximum bending radius shall not be less than that shown in the NEC Chapter 9, Table 2,"Other Bends". BX or AC type prefabricated cables will not be permitted. CORP2000479 26 05 33-9 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION RACEWAYS FOR ELECTRICAL SYSTEMS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 T. Where conduits pass through openings in walls or floor slabs, the remaining openings shall be sealed against the passage of flame and smoke. U. Conduit ends exposed to the weather or corrosive gases shall be sealed with conduit sealing bushings. V. Raceways terminating in Control Panels, or boxes containing electrical equipment, shall not enter from the top of the panel or box, and the raceway shall be sealed with a removable silicone sealant. W. All conduits from external sources entering or leaving a multiple compartment enclosure shall be stubbed up into the bottom horizontal wireway or other manufacturer desig- nated area, directly below the vertical section in which the conductors are to be termi- nated. Conduits entering from cable tray shall be stubbed into the upper section. X. Conduit sealing and drain fittings shall be installed in areas designated as NEMA 4X or 7. Y. A conduit identification plate shall be installed on all power, instrumentation, alarm and control conduits at each end of the run and at intermediate junction boxes, manholes, etc. Conduit plates shall be installed before conductors are pulled into conduits. Exact identification plate location shall be coordinated with the Owner/Engineer at the time of installation to provide uniformity of placement and ease of reading. Conduit numbers shall be exactly as shown on the Drawings. Z. Conduits noted as spare shall be capped or plugged at both ends with easily removable fittings. AA. Mandrels shall be pulled through all existing conduits that will be reused and through all new conduits 2-in in diameter and larger prior to installing conductors. BB. 3/16-in polypropylene pull lines shall be installed in all new conduits noted as spares or designated for future equipment. CC. All conduit that may under any circumstance contain liquids such as water, condensa- tion, liquid chemicals, etc, shall be arranged to drain away from the equipment served. If conduit drainage is not possible, conduit seals shall be used to plug the conduits at the point of attachment to the equipment. DD. Where no type or size is indicated for junction boxes, pull boxes or terminal cabinets, they shall be sized in accordance with the requirements of the NEC. EE. Conduits shall not cross pipe shafts, access hatches or vent duct openings. They shall be routed to avoid such present or future openings in floor or ceiling construction. FF. The use of running threads is prohibited. Where such threads are necessary, a 3-piece union shall be used. GG. Conduits passing from heated to unheated spaces, exterior spaces, refrigerated spaces, cold air plenums, etc, shall be sealed with "Duxseal," as manufactured by Mansville or 3M, or seal fitting to prevent the accumulation of condensation. CORP2000479 26 05 33-10 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION RACEWAYS FOR ELECTRICAL SYSTEMS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 HH. Conduits shall be located a minimum of 3-in from steam or hot water piping.Where crossings are unavoidable, the conduit shall be kept at least 1-in from the covering of the pipe crossed. II. Conduits terminating at a cable tray shall be supported independently from the cable tray. JJ. Provide a conduit support within 1-ft of the cable tray. The weight of the conduit shall not bear on the cable tray. KK. Penetrations by conduit, raceways, cables, sleeves, etc., through rated walls, shafts, floors, ceilings, etc., shall be sealed by a closure foam, Dow Corning 3-6548 Silicone RTV, GE RTV 35D Silicone Foam. 3.06 EXISTING WORK A. Remove exposed abandoned raceway, including abandoned raceway above accessible ceiling finishes. Cut raceway flush with walls and floors, and patch surfaces. B. Remove concealed abandoned raceway to its source. C. Disconnect abandoned outlets and remove devices. Remove abandoned outlets when raceway is abandoned and removed. Install blank cover for abandoned outlets not re- moved. D. Maintain access to existing boxes and other installations remaining active and requiring access. Modify installation or provide access panel. E. Extend existing raceway and box installations using materials and methods compatible with existing electrical installations, or as specified. F. Clean and repair existing raceway and boxes to remain or to be reinstalled. END OF SECTION CORP2000479 26 05 33-11 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION RACEWAYS FOR ELECTRICAL SYSTEMS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 26 05 43 UNDERGROUND SYSTEM PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish and install a complete underground system of raceways, manholes and handholes as shown on the Drawings and as specified herein. 1.02 RELATED WORK A. Other sections that may relate to the work in this section include, but are not limited to, the following: 1. Division 26 — Electrical. 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Submit shop drawings and product data, for the following: 1. Manholes, handholes and associated hardware. 2. Underground Ducts 3. Concrete Backfill 4. Plastic duct spacers C. Submittals shall also contain information on related equipment to be furnished under this Specification. Incomplete submittals not containing the required information on the related equipment will be returned unreviewed. D. Provide manhole and handhole NEC sizing calculations for all manholes and handholes used on the project. Sizing calculations shall be provided with initial submittal. 1.04 REFERENCE STANDARDS A. All products and components shown on the Drawings and listed in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): 1. NFPA 70 — National Electrical Code(NEC) 2. NFPA 70E — Standard for Electrical Safety in the Workplace 3. ASTM A615/A615M-06a — Standard Specification for Deformed and Plain Carbon- Steel Bars for concrete Reinforcement 4. ASTM A48 — Standard Specification for Gray Iron Castings 5. ASTM A536 — Standard Specification for Ductile Iron Castings 6. AASHTO M306-04/ASTM A48— Drainage Structure Castings, Section 7.0 Proof Load Testing 7. ASTM C-850- Specifications for underground precast concrete utility structures CORP2000479 26 05 43-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION UNDERGROUND SYSTEM DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 B. All excavation, trenching, and related sheeting, bracing, etc., as shown on the Drawings and listed in these Specifications, shall comply with the following standards (unless otherwise noted): 1. Occupational Safety and Health Administration (OSHA) a. Excavation safety standards (29 CFR Part 1926.650 Subpart P) - Excavation. 2. American Society for Testing and Materials(ASTM) a. ASTM D 698a — Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-Ibf/ft3 (600kN-m/m3)). C. All equipment specified in this section of the Specifications shall bear the appropriate label of Underwriters Laboratories. 1.05 QUALITY ASSURANCE A. The manufacturer of these materials shall have produced similar electrical materials and equipment for a minimum period of five (5) years. When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B. The precast manholes shall be manufactured in a NPCA (National Precast Concrete Association) Certified Plant. 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY STORAGE AND HANDLING A. Equipment shall be handled and stored in accordance with manufacturer's instructions. B. Protect equipment and materials from exposure to the elements and keep thoroughly clean and dry until installation. 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 WARRANTY/EXTENDED WARRANTY A. Base Warranty per Division 1 1.10 COORDINATION A. Coordinate layout and installation of ducts, manholes, handholes, and boxes with final arrangement of other utilities, site grading, and surface features as determined in the field B. Coordinate elevations of ducts and duct-bank entrances into manholes, handholes, and boxes with final locations and profiles of ducts and duct banks as determined by coordination with other utilities, underground obstructions, and surface features. Revise locations and elevations from those indicated as required to suit field conditions and to ensure that duct runs drain to manholes and handholes, and as approved by Engineer CORP2000479 26 05 43-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION UNDERGROUND SYSTEM DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 PART 2 PRODUCTS 2.01 MATERIALS A. Raceways 1. Raceways shall be rigid polyvinyl chloride conduit Schedule 40, encased in concrete, as manufactured by Cantex; Prime Conduit; Allied Tube. Thinwall conduit designated for encased burial as (Type EB) is not acceptable for any application. 2. All underground raceways of the underground system, terminating in manholes or handholes shall use bell end fittings of the same size and type as the raceway. Bell ends and duct spacers shall be as manufactured by Cantex or Prime Conduit. 3. Concrete encasement for raceways and duct banks shall be normal weight concrete weighing not more than 145 pcf with compressive strength a minimum of 3000 psi at 28 days, as specified in Section 16033, and of dimensions as shown on the Drawings. 4. Reinforcing steel shall comply with ASTM A615 Grade 60 as specified in Division 26, and of a size and installation as shown on the Drawings. 5. Where raceways terminate into existing and new manholes, handholes or structures which have flanged threaded couplers in the wall of the manhole or structure, threaded splice bars 24 inches in length shall be installed in all of the existing threaded couplers for that bank, and the threaded splice bars lapped into the duct bank steel for the last 24 inches length of the duct bank, and tied to the duct bank reinforcing steel at the end for that length. 6. Where raceways terminate into existing manholes, handholes or structures which do not have flanged threaded couplers in the wall of the manhole or structure, the bank duct reinforcing steel shall be dowelled into the existing structure, manhole or handhole wall at least 1/2 of the wall thickness, and secured with epoxy compound. The last 10' of the duct bank reinforcing shall be one bar size larger than shown for the encasement reinforcing. 7. All new manholes and handholes shall be provided with threaded splice bars, setting bars, and threaded rebar couplers, as manufactured by Meadow Burke Inc.,Tampa, FL. for overlapping the duct bank reinforcing steel with screwlock couplers, as shown on the Drawings. B. Manholes and Handholes 1. General a. Manholes and handholes shall be of the precast concrete type, designed for a Class H2O load with sizes as shown on the Drawings, and as manufactured by Oldcastle Precast. 2. Construction a. Concrete for manholes and handholes shall have a 28-day compressive strength of 5000 PSI. Cement shall be Type 1 or III. Reinforcing steel shall be Grade 60 with yield strength of 60,000 P.S. Design loadings shall be H-20-44 w/impact. b. Duct bank entries into the manhole or handhole shall be centered on the entering wall. c. Where present or future duct banks are shown to terminate at a manhole or handhole, the terminating area of the manhole wall within the confines of the duct bank steel reinforcing shall be recessed approximately 1-1/2" for shear support, with beveled edges, all as shown on the Drawings. CORP2000479 26 05 43-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION UNDERGROUND SYSTEM DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 d. Each manhole and handhole shall have a 18" x 18" x 24" deep concrete sump in one corner of the manhole or handhole. 3. Manhole Covers a. Unless otherwise shown on the Drawings, manhole and handhole covers shall be heavy duty 36 in. machined gray iron, and AASHTO M306-04/ ASTM A48 CL35B Min., 40,000-pound proof load value (Class H2O X 2.5) "True Traffic" load covers, complete with frame, and "Electric" or "Communication" raised lettering recessed flush, as required, on the cover. Covers shall be V-1600-5, with drop handles as manufactured by East Jordan Iron Works, Ardmore, OK b. All castings shall be made In the USA, cast with the foundry's name, part number, "Made in USA", and production date (example: mm/dd/yy). Castings without proper markings will be rejected. Manufacturer shall certify that all castings conform to the ASTM and AASHTO Designations as specified herein. All casting shall be true to pattern in form and dimension, free from pouring faults, sponginess, cracks, blow holes and other defects in positions affecting strength and value for the service intended. Angles shall be filleted, and arises shall be sharp and true. 4. Hardware a. Cable racks shall be of the heavy duty non-metallic type with arm lengths of 8", 14" and 20", each supporting a load of not less than 250 lbs. at the outer end. Racks shall be molded in one piece of U.L. listed glass reinforced nylon, Catalog CR36N with RA08N, RA14N and RA20N arms as manufactured by Underground Devices Inc. Northbrook, IL. Cable racks shall have reinforced nylon inserts cast flush in the manhole and handhole walls and the rack secured by 316 stainless steel bolts. Arms for racks shall be vertically spaced not greater than 24" on centers. Furnish inserts for all present and future cable racks as shown on the Drawings. b. Pulling irons shall be of copolymer polypropylene coated 1/2" dia. cable, tensile strength rated at 270,000 psi, with polyethylene pulling iron pocket, all recessed in the manhole wall opposite each duct entry. Pulling irons for handholes shall have the pulling iron located in the floor of the handhole near the center of the handhole opposite the duct entry. Pulling irons shall be as manufactured by M.A. Industries, Inc. Peachtree, GA. or Bowco Industries, Portland OR. c. Each manhole shall have a 3/4 x 10' tin-plated copper ground rod inserted through the floor of the manhole or handhole, and epoxy sealed. Provide a #4/0 bare tinned copper conductor ring around the inside perimeter of the manhole. Connect the access hatch, ladder, etc. with a #6 AWG tinned copper conductor. d. Manhole and handhole ladders shall be constructed of fiberglass reinforced plastic, safety yellow, 18" rung width with 12" rung spacings, Safrail as manufactured by Strongwell Corp., Bristol, VA. Furnish a total of two ladders, each of a length 4' greater than the deepest manhole in the underground system. 2.02 HANDHOLES AND BOXES OTHER THAN PRECAST CONCRETE A. Description: Comply with SCTE 77. 1. Color: Gray or Engineer approved equal. CORP2000479 26 05 43-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION UNDERGROUND SYSTEM DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 2. Configuration: Units shall be designed for flush burial and have open bottom, unless otherwise indicated. 3. Cover: Weatherproof, secured by tamper-resistant locking devices and having structural load rating consistent with enclosure. 4. Cover Finish: Nonskid finish shall have a minimum coefficient of friction of 0.50. 5. Cover Legend: Molded lettering, as indicated for each service. 6. Direct-Buried Wiring Entrance Provisions: Knockouts equipped with insulated bushings or end-bell fittings, selected to suit box material, sized for wiring indicated, and arranged for secure, fixed installation in enclosure wall. 7. Duct Entrance Provisions: Duct-terminating fittings shall mate with entering ducts for secure, fixed installation in enclosure wall. 8. Handholes 12 inches wide by 24 inches long and larger shall have factory- installed inserts for cable racks and pulling-in irons. B. Polymer Concrete Handholes and Boxes with Polymer Concrete Cover: Molded of sand and aggregate, bound together with a polymer resin, and reinforced with steel or fiberglass or a combination of the two. 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 2. Manufacturers: Subject to compliance with requirements, provide products by one of the following, or Engineer approved equal: a. Armorcast Products Company. b. Carson Industries LLC. c. CDR Systems Corporation. d. NewBasis. C. Fiberglass Handholes and Boxes with Polymer Concrete Frame and Cover: Sheet- molded, fiberglass-reinforced, polyester resin enclosure joined to polymer concrete top ring or frame. 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 2. Manufacturers:Subject to compliance with requirements, provide products by one of the following, or Engineer approved equal: a. Armorcast Products Company. b. Carson Industries LLC. c. Christy Concrete Products. d. Synertech Moulded Products, Inc.; a division of Oldcastle Precast. D. Fiberglass Handholes and Boxes: Molded of fiberglass-reinforced polyester resin, with covers of polymer concrete. 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 2. Manufacturers:Subject to compliance with requirements, provide products by one of the following, or Engineer approved equal: a. Carson Industries LLC. b. Christy Concrete Products. CORP2000479 26 05 43-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION UNDERGROUND SYSTEM DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 c. Nordic Fiberglass, Inc. E. High-Density Plastic Boxes: Injection molded of high-density polyethylene or copolymer- polypropylene. Cover shall be plastic. 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 2. Manufacturers:Subject to compliance with requirements, provide products by one of the following, or Engineer approved equal: a. Carson Industries LLC. b. Nordic Fiberglass, Inc. c. PenCell Plastics. PART 3 EXECUTION 3.01 GENERAL A. The Contractor shall field verify the routing of all underground duct banks before placement. He shall modify the routing as necessary to avoid underground utilities or above ground objects. Modification or rerouting for the convenience of the Contractor, or to reduce the length of duct run as designed, will not be permitted. The Contractor shall provide any alternate routing of the duct banks to the Owner/Engineer and, after approval, shall proceed with the installation. B. The Contractor shall saw cut and repair existing pavements above new and modified existing duct banks. The Contractor shall provide the alternate routing of the duct banks to the Owner/Engineer and after approval shall proceed with the installation. C. Install raceways to drain away from buildings. Raceways between manholes or handholes shall drain toward the manholes or handholes. Raceway slopes shall not be less than 3 in per 100 ft. D. Reinforce raceway banks as shown on the Drawings. E. A #4/0 stranded bare copper ground conductor shall be threaded through the lower tier of duct spacers, as shown on the Drawings, for the full length of each duct run between manholes and handholes, entering the duct bank opening at each manhole, and bonded to the ground rod in the floor of each manhole and handhole. F. Lay raceway lines in trenches on compacted earth as specified in Division 26. G. Use plastic spacers located not more than 4 ft apart to hold raceways in place. Spacers shall provide not less than 2 in clearance between raceways. H. The minimum cover for raceway banks shall be 24 in unless otherwise permitted by the Owner/Engineer. I. Raceway terminations at all manholes, existing and new, shall be with end bells for PVC conduit. CORP2000479 26 05 43-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION UNDERGROUND SYSTEM DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 J. Where bends in raceways greater than 15 degrees are required, use long radius elbows, sweeps and offsets of PVC coated aluminum conduit. Tape unions and transitions of PVC coated aluminum conduit such that the aluminum does not come into contact with the concrete. K. The ends of all ducts shall be tightly plugged to exclude dust and moisture during construction. Duxseal shall be used in all applications. Plugging with tape is prohibited, even for a temporary time. L. Where raceways enter or exit the Underground System, and the raceways rise to a higher elevation upon entering or leaving the System, such raceways shall be tightly sealed at the higher elevation, both before and after the installation of cables, such that there shall be no entry of water or moisture to the Underground System at any time. M. No wire shall be pulled until the duct system has been completed in every detail. N. Swab all raceways clean before installing cable. 0. Train cables in manholes and handholes and support and restrain them on cable racks. All cables passing manhole duct entrances in the manhole or handhole shall pass above all duct entrances. No cable shall pass in front of or below duct bank entrances. 3.02 TRENCH EXCAVATION A. The excavation shall extend to the width and depth as shown on the Drawings, or as specified, and shall provide suitable room for installing manholes, handholes, ducts and appurtenances. B. Furnish and place all sheeting, bracing and supports. C. Excavation shall include material of every description and of whatever substance encountered, regardless of the methods or equipment required to remove the material. Pavement shall be cut with a saw, wheel or pneumatic chisel along straight lines before excavating. D. The Contractor shall strip and stockpile topsoil from grassed areas crossed by trenches. At the Contractor's option, topsoil may be otherwise disposed of and replaced, when required, with approved topsoil of equal quality. E. While excavating and backfilling is in progress,traffic shall be maintained, and all utilities and other property protected, as provided for in the Contract Documents. F. Materials shall be excavated to the depth indicated on the Drawings and in widths sufficient for installing manholes and laying the ducts. Coordinate the trench width the Details shown on the Drawings. The bottom of the excavations shall be firm and dry in all respects acceptable to the Owner/Engineer. Trench width shall be a practical minimum, but not less than 6 inches greater than the total duct section arrangement, including reinforcing steel. G. Excavation and dewatering shall be accomplished by methods which preserve the undisturbed state of subgrade soils. The trench may be excavated by machinery to, or CORP2000479 26 05 43-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION UNDERGROUND SYSTEM DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 just below, the designated subgrade, provided that material remaining in the bottom of the trench is no more than slightly disturbed. Subgrade soils which become soft, loose or otherwise unsatisfactory as a result of inadequate excavation, dewatering or other construction methods, shall be removed and replaced by gravel fill, of aggregate as specified in Division 3, as required by the Owner/Engineer at the Contractor's expense. 3.03 EXCAVATION BELOW GRADE AND REFILL A. Regardless of the nature of unstable material encountered, or the groundwater conditions, trench and excavation drainage shall be complete and effective. B. If deemed necessary by the Owner/Engineer, or as shown on the Drawings, the Contractor shall be required to deposit pea gravel for duct bedding or gravel refill for excavation below grade, directly on the bottom of the trench immediately after excavation has reached the proper depth and before the bottom of the trench has become softened or disturbed by any cause whatsoever. All excavation shall be made in open trenches. Gravel used for this purpose, shall be aggregate as specified in Division 16, with a maximum coarse aggregate size of 3/4 inch. 3.04 BACKFILLING A. Remove from the excavation all materials which the Owner/Engineer may deem unsuitable for backfilling. B. Backfilling shall not commence until, not less than 48 hrs after placing of any concrete embedment, have lapsed. C. Where the ductbanks are laid in the yard, the remainder of the trench, after concrete encasement, shall be filled with common fill material, void of rock or other non-porous material, in layers not to exceed 8-in in loose measure and compacted to 90% standard Proctor density at optimum moisture content of +/- 4%. The backfill shall be mounded 6-in above the existing grade or as directed by the Owner/Engineer. Where a grass, loam or gravel surface exists prior to excavations in the yard, it shall be removed, conserved and replaced to the full original depth as part of the work under the duct items. In some areas it may be necessary to remove excess material during the cleanup process, so that the ground may be restored to its original level and condition. D. Where the ductbanks are laid in paved areas or designated future paved areas, existing or designated future structures, or other existing or future utilities, the remainder of the trench above the encasement, shall be backfilled with select common fill or select fill material in layers not to exceed 8-inches loose measure and compacted at optimum moisture content E. (+/- 3%) to 95 percent standard Proctor density. The top 18-inches below subgrade level shall be compacted at optimum moisture content (+/- 3%) to 100 percent of standard Proctor density. F. Compaction shall be by use of hand or pneumatic tamping with tools weighing at least 20 lbs. The material being spread and compacted shall be placed in layers not over 8-in CORP2000479 26 05 43-8 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION UNDERGROUND SYSTEM DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 loose thick. If necessary, sprinkling shall be employed in conjunction with rolling or ramming. G. Bituminous paving shall not be placed in backfill. H. Water jetting will not be accepted as a means of consolidating or compacting backfill. I. All road surfaces shall be broomed and hose-cleaned immediately after backfilling. Dust control measures shall be employed at all times. 3.05 RESTORING TRENCH AND ADJACENT SURFACES A. In paved areas, the edge of the existing pavement to be removed shall be cut along straight lines, and the pavement replaced with the same type and quality of the existing paving. B. In sections where the ductbank passes through grassed areas, the Contractor shall, at his own expense, remove and replace the sod, or shall loam and reseed the surface to the satisfaction of the Owner/Engineer. 3.06 CLEANING A. Remove all rubbish and debris from inside and around the underground system. Remove dirt, dust, or concrete spatter from the interior and exterior of manholes, handholes and structures, using brushes, vacuum cleaner, or clean, lint free rags. Do not use compressed air. END OF SECTION CORP2000479 26 05 43-9 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION UNDERGROUND SYSTEM DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 26 05 53 IDENTIFICATION FOR ELECTRICAL SYSTEMS PART 1 GENERAL 1.01 SCOPE OF WORK A. Section Includes: 1. Nameplates. 2. Labels. 3. Wire markers. 4. Conduit markers. 5. Stencils. 6. Underground Warning Tape. 7. Lockout Devices. 1.02 RELATED WORK 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Condi- tions and the Contract Documents. B. Product Data: 1. Submit manufacturer's catalog literature for each product required. 2. Submit electrical identification schedule including list of wording, symbols, letter size, color coding, tag number, location, and function. C. Samples (only required if specifically asked for by the Engineer): 1. Submit two samples of each type of identification products applicable to project. 2. Submit two nameplates, 4 x 4 inch in size illustrating materials and engraving qual- ity. D. Manufacturer's Installation Instructions: Indicate installation instructions, special proce- dures, and installation. E. Project Record Documents: Record actual locations of tagged devices; include tag num- bers. 1.04 QUALITY ASSURANCE A. Manufacturer: Company specializing in manufacturing Products specified in this section with minimum three years' experience. B. Installer: Company specializing in performing Work of this section with minimum three years' experience. CORP2000479 2605 53-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION IDENTIFICATION FOR ELECTRICAL SYSTEMS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1.05 QUALITY ASSURANCE (NOT USED) 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE A. Division 1 - Requirements for transporting, handling, storing, and protecting products. B. Accept identification products on site in original containers. Inspect for damage. C. Accept materials on site in original factory packaging, labeled with manufacturer's iden- tification, including product density and thickness. D. Protect insulation from weather and construction traffic, dirt, water, chemical, and me- chanical damage, by storing in original wrapping. 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 WARRANTY/EXTENDED WARRANTY A. Per Division 1 — General Provisions 1.10 COORDINATION A. Coordinate identification names, abbreviations, colors, and other features with require- ments in the Contract Documents, 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. E. Install all signs and labels horizontal (level) and consistent for similar equipment and panels. PART 2 PRODUCTS A. NAMEPLATES B. Product Description: Laminated three-layer plastic with engraved black letters on white contrasting background color. C. Letter Size: 1. 1/4-inch-high letters for identifying grouped equipment and loads. D. Minimum nameplate thickness: 1/8 inch. CORP2000479 2605 53-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION IDENTIFICATION FOR ELECTRICAL SYSTEMS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 2.02 LABELS A. In this article, list manufacturers acceptable for this Project. B. Edit the following descriptive specifications to identify project requirements and to elim- inate conflicts with manufacturers' products specified above. C. Labels: Embossed adhesive tape, with 3/16 inch (5 mm) white letters on black back- ground. 2.03 WIRE MARKERS A. In this article, list manufacturers acceptable for this Project. B. Edit the following descriptive specifications to identify Project requirements and to elim- inate conflicts with manufacturers' products specified above. C. Description: split sleeve or tubing] type wire markers. D. Legend: 1. Power and Lighting Circuits: Branch circuit or feeder number as indicated on Draw- ings. 2. Control Circuits: Control wire number as indicated on schematic and interconnection diagrams by the equipment manufacturer 2.04 DESCRIBE LEGENDS REQUIRED FOR OTHER WIRE AND CABLE APPLICATIONS. 2.05 CONDUIT AND RACEWAY MARKERS A. In this article, list manufacturers acceptable for this Project. B. Edit the following descriptive specifications to identify Project requirements and to elim- inate conflicts with manufacturers' products specified above. C. Description: Nameplate fastened with stainless steel straps. D. Color: 1. Medium Voltage System: Black lettering on white background. 2. 480 Volt System: Black lettering on white background. 3. 208 Volt System: Black lettering on white background. 4. Describe requirements for color of markers for other systems. Legend: 5. Medium Voltage System: HIGH VOLTAGE. 6. 480 Volt System: 480 VOLTS. 7. 208 Volt System: 208 VOLTS. E. Describe requirements for legend for other systems. STENCILS F. Stencils: With clean cut symbols and letters of following size: 1. Up to 2 inches (50 mm) Outside Diameter of Raceway: 1/2 inch (13 mm) high letters. CORP2000479 2605 53-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION IDENTIFICATION FOR ELECTRICAL SYSTEMS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 2. 2-1/2 to 6 inches (64 to 150 mm) Outside Diameter of Raceway: 1 inch (25 mm) high letters. G. The following are suggestions for colors and background. Edit or revise to meet project conditions. H. Stencil Paint: As specified in Section 09 90 00, semi-gloss enamel, colors conforming to the following: 1. Black lettering on white background. 2.06 UNDERGROUND WARNING TAPE A. In this article, list manufacturers acceptable for this Project. B. Manufacturers: 1. Brady ID 2. Kolbi Pipe Marker Co. 3. Seton Identification Products 4. Substitutions: Per Division 1. C. Edit the following descriptive specifications to identify Project requirements and to elim- inate conflicts with manufacturers' products specified above. D. Description: 4 inch (100 mm) wide plastic tape, detectable type, colored red with suita- ble warning legend describing buried electrical lines. PART 3 EXECUTION 3.01 APPLICATION A. Accessible Raceways and Metal-Clad Cables, 600 V or Less, for Service, Feeder, and Branch Circuits More Than 30 A: Identify with snap-around label. 1. Snap-Around Labels: Slit, pretensioned, flexible, preprinted, color-coded acrylic sleeves, with diameter sized to suit diameter of raceway or cable it identifies and to stay in place by gripping action. B. Accessible Raceways and Cables of Auxiliary Systems: Identify the following systems with color-coded, snap-around, color-coding bands: 1. Snap-Around Labels: Slit, pretensioned, flexible, preprinted, color-coded acrylic sleeves, with diameter sized to suit diameter of raceway or cable it identifies and to stay in place by gripping action. 2. Fire Alarm System: Red. 3. Fire-Suppression Supervisory and Control System: Red and yellow. 4. Combined Fire Alarm and Security System: Red and blue. 5. Security System: Blue and yellow. 6. Mechanical and Electrical Supervisory System: Green and blue. 7. Telecommunication System: Green and yellow. 8. Control Wiring: Green and red. CORP2000479 2605 53-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION IDENTIFICATION FOR ELECTRICAL SYSTEMS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 C. Power-Circuit Conductor Identification: For primary and secondary conductors No. 1/0 AWG and larger in vaults, pull and junction boxes, manholes, and handholes use metal tags. Identify source and circuit number of each set of conductors. For single conductor cables, identify phase in addition to the above. 1. Metal Tags: Brass or aluminum, 2 by 2 by 0.05 inch, with stamped legend, punched for use with self-locking nylon tie fastener. D. Branch-Circuit Conductor Identification: Where there are conductors for more than three branch circuits in same junction or pull box, use color-coding conductor tape, and identify each ungrounded conductor according to source and circuit number. 1. Color-Coding Conductor Tape: Colored, self-adhesive vinyl tape not less than 3 mils thick by 1 to 2 inches wide. E. Conductors to Be Extended in the Future: Attach write-on tags to conductors and list source and circuit number. 1. Write-On Tags: Polyester tag, 0.015 inch thick, with corrosion-resistant grommet and polyester or nylon tie for attachment to conductor or cable. 2. Marker for Tags: Permanent, waterproof, black ink marker recommended by tag manufacturer. F. Auxiliary Electrical Systems Conductor Identification: Identify field-installed alarm, con- trol, signal, sound, intercommunications, voice, and data connections. 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 Operation and Maintenance Manual. 4. Marker Tapes: Vinyl or vinyl-cloth, self-adhesive wraparound type, with circuit iden- tification legend machine printed by thermal transfer or equivalent process. G. Locations of Underground Lines: Identify with underground-line warning tape for power, lighting, communication, and control wiring and optical fiber cable. Install un- derground-line warning tape for both direct-buried cables and cables in raceway. Dur- ing backfilling of trenches install continuous underground-line warning tape directly above line at 12 inches above duct. Use multiple tapes where width of multiple lines installed in a common trench or concrete envelope exceeds 16 inches overall. The Con- tractor shall utilize one color of warning tape to identify electrical and control ducts throughout the plant. 1. Description: a. Permanent, bright-colored, continuous-printed, polyethylene tape. b. Not less than 6 inches wide by 4 mils thick. c. Compounded for permanent direct-burial service. d. Embedded continuous metallic strip or core. e. Printed legend shall indicate type of underground line. CORP2000479 2605 53-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION IDENTIFICATION FOR ELECTRICAL SYSTEMS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 H. Warning Labels for Indoor Cabinets, Boxes, and Enclosures for Power and Lighting: Comply with 29 CFR 1910.145 and apply self-adhesive warning labels. Identify system voltage with black letters on an orange background. Apply to exterior of door, cover, or other access. 1. Equipment with Multiple Power or Control Sources: Apply to door or cover of equip- ment including, but not limited to, the following: a. Power transfer switches. b. Controls with external control power connections. Equipment Requiring Work- space Clearance According to NFPA 70: Unless otherwise indicated, apply to door or cover of equipment but not on flush panelboards and similar equipment in finished spaces. 2. Comply with NFPA 70 and 29 CFR 1910.145. 3. Self-Adhesive Warning Labels: Factory printed, multicolor, pressure-sensitive ad- hesive labels, configured for display on front cover, door, or other access to equip- ment, unless otherwise indicated. 4. Baked-Enamel Warning Signs: Preprinted aluminum signs, punched or drilled for fasteners, with colors, legend, and size required for application. 1/4-inch grommets in corners for mounting. Nominal size, 7 by 10 inches. 5. Metal-Backed, Butyrate Warning Signs: Weather-resistant, nonfading, preprinted, cellulose-acetate butyrate signs with 0.0396-inch galvanized-steel backing; and with colors, legend, and size required for application. 1/4-inch grommets in corners for mounting. Nominal size, 10 by 14 inches. 6. Warning label and sign shall include, but are not limited to, the following legends: a. Multiple Power Source Warning: "DANGER - ELECTRICAL SHOCK HAZARD - EQUIPMENT HAS MULTIPLE POWER SOURCES." b. Workspace Clearance Warning: "WARNING - OSHA REGULATION - AREA IN FRONT OF ELECTRICAL EQUIPMENT MUST BE KEPT CLEAR FOR 36 INCHES." I. Instruction Signs: 1. Operating Instructions: Install instruction signs to facilitate proper operation and maintenance of electrical systems and items to which they connect. Install instruc- tion signs with ENGINEER/OWNER APPROVED instructions where needed for sys- tem or equipment operation. Instructions are needed for all equipment unless oth- erwise noted. a. Signs shall be engraved, laminated acrylic or melamine plastic, minimum 1/16 inch thick for signs up to 20 sq. in. and 1/8 inch thick for larger sizes. b. The engraved legend shall be 1/2"White letters on Brown face, and punched or drilled for mechanical fasteners. c. The signs shall be installed with stainless hardware. 2. Emergency Operating Instructions: Install emergency operating instruction signs at equipment used for power transfer, safety shutdown, or any other locations re- quiring operation in an emergency. a. Signs shall be engraved, laminated acrylic or melamine plastic, minimum 1/16 inch thick for signs up to 20 sq. in. and 1/8 inch thick for larger sizes. b. The engraved legend shall be 1/2 "White letters on Red face, and punched or drilled for mechanical fasteners. CORP2000479 26 05 53-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION IDENTIFICATION FOR ELECTRICAL SYSTEMS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 c. The signs shall be installed with stainless hardware. J. Equipment Identification Labels: On each unit of equipment, install unique designation label that is consistent with wiring diagrams, schedules, and Operation and Maintenance Manual. Apply labels to disconnect switches and protection equipment, central or mas- ter 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 and Outdoor Equipment: Use engraved, laminated acrylic or melamine labels, punched or drilled for screw mounting. Identification labels shall have white letters on a dark-gray background. Unless otherwise indicated, provide a single line of text with 1/2-inch- high letters on 1-1/2-inch- high label; where 2 lines of text are required, use labels 2 inches high. Mount labels with stainless hardware. b. Labels for field mounted equipment shall include the name of the equipment, and the location from which power is feed. (Provide example for review by Owner/Engineer prior to labeling) c. Elevated Components: Increase the size of the labels and letters to those ap- propriate for viewing from the floor. 2. Equipment to Be Labeled: a. Identification labeling of some items listed below may be required by individual Sections or by NFPA 70. b. Panelboards, electrical cabinets, and enclosures. c. Access doors and panels for concealed electrical items. d. Electrical switchgear and switchboards. e. Transformers. f. Electrical substations. g. Emergency system boxes and enclosures generators. h. Motor-control centers. i. Disconnect switches. j. Enclosed circuit breakers. k. Motor starters. I. Push-button stations. m. Power transfer equipment. n. Contactors. o. Battery inverter units. p. Battery racks. q. Power-generating units. r. Voice and data cable terminal equipment. s. Television/audio components, racks, and controls. t. Fire-alarm control panel and annunciators. u. Security and intrusion-detection control stations, control panels, terminal cabi- nets, and racks. CORP2000479 2605 53-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION IDENTIFICATION FOR ELECTRICAL SYSTEMS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 v. Monitoring and control equipment. w. Uninterruptible power supply equipment. x. Terminals, racks, and patch panels for voice and data communication and for signal and control functions. y. Control systems z. Field mounted control devices aa. Field mounted instruments 3.02 INSTALLATION PRACTICES 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. Attach all signs and labels with stainless steel screws or rivets including any auxiliary hardware appropriate or required for the location and substrate. D. Color-Coding for Phase and Voltage Level Identification, 600 V and Less: Use the colors listed below for ungrounded service, feeder, and branch-circuit conductors. 1. Color shall be factory applied or, for sizes LARGER than No. 10 AWG if authorities having jurisdiction permit, field applied. 2. Colors for 208/120-V Circuits: a. Phase A: Black. b. Phase B: Red. c. Phase C: Blue. 3. Colors for 480/277-V Circuits: a. Phase A: Brown. b. Phase B: Orange. c. Phase C: Yellow. 4. Field-Applied, Color-Coding Conductor Tape: Apply in half-lapped turns for a mini- mum distance of 6 inches from terminal points and in boxes where splices or taps are made. Apply last two turns of tape with no tension to prevent possible unwind- ing. Locate bands to avoid obscuring factory cable markings. E. Aluminum Wraparound Marker Labels and Metal Tags: Secure tight to surface of con- ductor or cable at a location with high visibility and accessibility. F. Painted Identification: Prepare surface and apply paint according to Division 9 painting Sections. 3.03 EXISTING WORK A. Install identification on existing equipment to remain in accordance with this section. B. Install identification on unmarked existing equipment. C. Replace lost labels. CORP2000479 2605 53-8 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION IDENTIFICATION FOR ELECTRICAL SYSTEMS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 D. Re-stencil existing equipment. END OF SECTION CORP2000479 2605 53-9 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION IDENTIFICATION FOR ELECTRICAL SYSTEMS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 26 05 73 POWER SYSTEM STUDIES PART 1 GENERAL 1.01 SCOPE OF WORK A. Load Flow, Short Circuit Studies, Protective Device Evaluation Studies, Equipment Eval- uation, Arc Flash, and Harmonic Studies, shall be performed by an electrical service firm regularly engaged in power system studies. B. The studies shall be submitted to the Engineer prior to receiving final approval of the distribution equipment shop drawings, and/or prior to release of equipment for manu- facture. If formal completion of the studies cause delay in equipment manufacture, approval from the Engineer may be obtained for a preliminary submittal of sufficient study data to ensure that the selection of device ratings and characteristics will be sat- isfactory. C. The studies shall include all portions of the electrical distribution system from the normal power source and generator sources down to, and including, the 120-Volt distribution system, including 208V main 3 phase circuit breaker and all 208V, 1 phase loads. Study shall also include all manufacturer supplied equipment. Normal system connections and those, which result in maximum fault conditions, shall be adequately covered in the study. System showing the largest load or partial list of the equipment on the bus will be rejected. One line diagram shall show all loads on the system. Combined circuits or partial one lines are not allowed. Utility owned transformer protection device shall be included in each power system study. D. The engineer performing the study shall coordinate with OGE and the manufacturer of the generator paralleling switchgear to provide all required relay setting. The engineer performing the study shall obtain a letter / email from OGE "System Protection Engi- neering" that the proposed settings are acceptable to the utility company. E. The engineer performing the study shall certify that all protective devices and relays have been set per the study and submit a letter stating such. 1.02 RELATED WORK (NOT USED) 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Condi- tions and the Contract Documents. B. Qualifications of the professional engineer performing the study and a copy of the pro- fessional liability insurance certificate. C. The studies shall be submitted to the design engineer prior to receiving final approval of the distribution equipment shop drawings and/or prior to release of equipment draw- ings for manufacturing. If formal completion of the studies may cause delay in equip- ment manufacturing, approval from the engineer may be obtained for preliminary CORP2000479 26 05 73-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION POWER SYSTEM STUDIES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 submittal of sufficient study data to ensure that the selection of device and characteris- tics will be satisfactory. D. The results of the studies shall be summarized in a final report. Provide three (3) bound copies of the complete final report shall be submitted. Provide a PDF copy of the full report including all one line drawings on a three (3) CDs for the owner. E. The contractor is required to provide the study project files to the Owner in electronic format. 1. The electronic version shall include the backup folder with all the libraries files. F. The report shall include the following sections: 1. Executive Summary. 2. Descriptions, purpose, basis and scope of the study. 3. Tabulations of circuit breaker, fuse and other protective device ratings versus cal- culated short circuit duties. 4. Protective device time versus current coordination curves, tabulations of relay and circuit breaker trip unit settings, fuse selection. 5. Fault current calculations including a definition of terms and guide for interpretation of the computer printout. 6. Details of the incident energy and flash protection boundary calculations. 7. Recommendations for system improvements, where needed. 8. One-line diagram. 9. A letter from utility provider showing available short circuit current at the service entrance, X/R ratios, impedances and characteristics of upstream protective de- vices. G. The Registered/Licensed Professional Electrical Engineer shall meet with the Owner/En- gineer to review each submittal in person. H. Arc flash labels shall be provided in hard copy only. I. Certification by the PE performing the electrical studies that the protective elements have been set per the study. 1.04 REFERENCE STANDARDS A. Institute of Electrical and Electronics Engineers, Inc. (IEEE): 1. IEEE 141 — Recommended Practice for Electric Power Distribution and Coordination of Industrial and Commercial Power Systems 2. IEEE 242 — Recommended Practice for Protection and Coordination of Industrial and Commercial Power Systems 3. IEEE 399 — Recommended Practice for Industrial and Commercial Power System Analysis 4. IEEE 241 — Recommended Practice for Electric Power Systems in Commercial Build- ings CORP2000479 26 05 73-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION POWER SYSTEM STUDIES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 5. IEEE 1015— Recommended Practice for Applying Low-Voltage Circuit Breakers Used in Industrial and Commercial Power Systems. 6. IEEE 1584 - Guide for Performing Arc-Flash Hazard Calculations B. American National Standards Institute (ANSI): 1. ANSI C57.12.00 — Standard General Requirements for Liquid-Immersed Distribu- tion, Power, and Regulating Transformers 2. ANSI C37.13 — Standard for Low Voltage AC Power Circuit Breakers Used in Enclo- sures 3. ANSI C37.010 — Standard Application Guide for AC High Voltage Circuit Breakers Rated on a Symmetrical Current Basis 4. ANSI C 37.41 —Standard Design Tests for High Voltage Fuses, Distribution Enclosed Single-Pole Air Switches, Fuse Disconnecting Switches and Accessories. C. The National Fire Protection Association (NFPA) 1. NFPA 70 - National Electrical Code, latest edition 2. NFPA 70E — Standard for Electrical Safety in the Workplace 1.05 QUALITY ASSURANCE A. The studies shall be conducted under the supervision and approval of a Registered/Li- censed Professional Electrical Engineer skilled in performing and interpreting the power system studies. B. The engineer shall have experience in generator paralleling and 15kV power distribution systems. C. The Registered/Licensed Professional Electrical Engineer shall have a minimum of five (5) years of experience in performing power system studies. 1. The Engineer shall demonstrate experience with Electrical Studies by submitting names of at least ten actual studies performed in the past two year D. The Registered/Licensed Professional Electrical Engineer shall sign and seal all studies submitted to the Owner/Engineer. E. The Registered/Licensed Professional Electrical Engineer shall meet with the Owner/En- gineer to review each submittal in person. F. The equipment manufacturer or approved engineering firm. 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE (NOT USED) 1.08 MAINTENANCE/SPARE PARTS (NOT USED) CORP2000479 26 05 73-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION POWER SYSTEM STUDIES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1.09 WARRANTY/EXTENDED WARRANTY A. The engineer performing the Power System Studies shall include a 2 million dollar Pro- fessional Liability insurance policy covering Profession Errors and Omission for this pro- ject and the related study. 1.10 COMPUTER ANALYSIS SOFTWARE A. The studies shall be performed using the latest revision of the SKM Systems Analysis Power*Tools for Windows (PTW) software program. 1.11 PRE-INSTALLATION MEETINGS A. Convene minimum one week prior to commencing work of this section. 1.12 SEQUENCING A. Allow 2 weeks for review of completed study by Owner and Engineer. B. Submit short circuit and protective device coordination study to Owner and Engineer prior to receiving final approval of distribution equipment shop drawings and prior to releasing equipment for manufacturing. C. When formal completion of study will cause delay in equipment manufacturing, obtain approval from Owner and Engineer for preliminary submittal of study data sufficient in scope to ensure selection of device ratings and characteristics will be satisfactory. 1.13 SCHEDULING A. Schedule work to expedite collection of data to ensure completion of study for final approval of distribution equipment shop drawings prior to release of equipment for man- ufacturing. 1.14 COORDINATION A. Coordinate work with local power company. B. Coordinate with all equipment manufacturer's supplying equipment for the project: 1. HVAC 2. Process Mechanical 3. Electrical 4. Generator PART 2 PRODUCT 2.01 STUDIES A. Contractor to furnish short-circuit and protective device coordination studies as prepared by an approved engineering firm. CORP2000479 26 05 73-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION POWER SYSTEM STUDIES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 B. The contractor shall furnish an Arc Flash Risk Assessment Study per NFPA 70E - Stand- ard for Electrical Safety in the Workplace, reference Article 130.5 and Annex D. 2.02 DATA COLLECTION A. Contractor shall furnish all data as required by the power system studies. The Engineer performing the studies shall furnish the Contractor with a listing of required data imme- diately after award of the contract. The Contractor shall expedite collection of the data to assure completion of the studies as required for final approval of the distribution equipment shop drawings and/or prior to the release of the equipment for manufactur- ing. B. Source combination may include present and future motors and generators. C. Load data utilized may include existing and proposed loads obtained from Contract Doc- uments provided by Owner, or Contractor. D. If applicable, include fault contribution of existing motors in the study. The Contractor shall obtain required existing equipment data, if necessary, to satisfy the study require- ments. 2.03 LOAD FLOW STUDY A. Verify that the electrical equipment and cabling proposed can support the estimated load flows on the system. 2.04 EQUIPMENT EVALUATION STUDY A. Verify that the electrical equipment AIC rating is acceptable based on the equipment X/R ratio. 2.05 HARMONIC ANALYSIS STUDY A. The evaluate the sizing of the proposed Harmonic and power correction units based on the proposed process and VFD equipment. 2.06 SHORT-CIRCUIT AND PROTECTIVE DEVICE EVALUATION STUDY A. Use actual conductor impedances if known. If unknown, use typical conductor imped- ances based on IEEE Standard 141-1993. B. Transformer design impedances shall be used when test impedances are not available. C. Provide the following: 1. Calculation methods and assumptions 2. Selected base per unit quantities 3. One-line diagram of the system being evaluated 4. Source impedance data, including electric utility system and motor fault contribution characteristics 5. Tabulations of calculated quantities CORP2000479 26 05 73-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION POWER SYSTEM STUDIES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 6. Results, conclusions, and recommendations. D. Calculate short-circuit momentary and interrupting duties for a three-phase bolted fault at each: 1. Electric utility's supply termination point 2. Incoming switchgear 3. Unit substation primary and secondary terminals 4. Low voltage switchgear 5. Motor control centers 6. Standby generators and automatic transfer switches 7. Branch circuit panelboards 8. Disconnect Switches 9. Process Equipment Control Panels 10. Control System Control Panels 11. Other significant locations throughout the system. E. For grounded systems, provide a bolted line-to-ground fault current study for areas as defined for the three-phase bolted fault short-circuit study. F. Protective Device Evaluation: 1. Evaluate equipment and protective devices and compare to short circuit ratings 2. Adequacy of switchgear, motor control centers, and panelboard bus bars to with- stand short-circuit stresses 3. Notify Owner in writing, of existing, circuit protective devices improperly rated for the calculated available fault current. 2.07 PROTECTIVE DEVICE COORDINATION STUDY A. Proposed protective device coordination time-current curves (TCC) shall be displayed on log-log scale graphs. B. Include on each TCC graph, a complete title and one-line diagram with legend identify- ing the specific portion of the system covered. C. Terminate device characteristic curves at a point reflecting maximum symmetrical or asymmetrical fault current to which the device is exposed. D. Identify the device associated with each curve by manufacturer type, function, and, if applicable, tap, time delay, and instantaneous settings recommended. E. Plot the following characteristics on the TCC graphs, where applicable: 1. Electric utility's overcurrent protective device 2. Medium voltage equipment overcurrent relays 3. Medium and low voltage fuses including manufacturer's minimum melt, total clear- ing, tolerance, and damage bands 4. Low voltage equipment circuit breaker trip devices, including manufacturer's toler- ance bands CORP2000479 26 05 73-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION POWER SYSTEM STUDIES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 5. Transformer full-load current, magnetizing inrush current, and ANSI through-fault protection curves 6. Conductor damage curves 7. Ground fault protective devices, as applicable 8. Pertinent motor starting characteristics and motor damage points, where applicable 9. Pertinent generator short-circuit decrement curve and generator damage point 10. The largest feeder circuit breaker in each motor control center and applicable pan- elboard. F. Provide adequate time margins between device characteristics such that selective oper- ation is provided, while providing proper protection. 2.08 ARC FLASH RISK ASSESSMENT A. The arc flash risk assessment shall be performed according to the IEEE 1584 equations that are presented in NFPA70E, Annex D. B. The flash protection boundary and the incident energy shall be calculated at all signifi- cant locations in the electrical distribution system (switchboards, switchgear, motor- control centers, panelboards, busway and splitters) where work could be performed on energized parts. C. The Arc-Flash Risk Assessment shall include all significant locations in 240 volt and 208 volt systems fed from transformers equal to or greater than 125 kVA where work could be performed on energized parts. D. Safe working distances shall be based upon the calculated arc flash boundary consider- ing an incident energy of 1.2 cal/cm2. E. When appropriate, the short circuit calculations and the clearing times of the phase overcurrent devices will be retrieved from the short-circuit and coordination study model. Ground overcurrent relays should not be taken into consideration when deter- mining the clearing time when performing incident energy calculations. F. The short-circuit calculations and the corresponding incident energy calculations for multiple system scenarios must be compared and the greatest incident energy must be uniquely reported for each equipment location. Calculations must be performed to rep- resent the maximum and minimum contributions of fault current magnitude for all nor- mal and emergency operating conditions. The minimum calculation will assume that the utility contribution is at a minimum and will assume a minimum motor contribution (all motors off). Conversely, the maximum calculation will assume a maximum contribution from the utility and will assume the maximum amount of motors to be operating. Cal- culations shall take into consideration the parallel operation of synchronous generators with the electric utility, where applicable. G. The incident energy calculations must consider the accumulation of energy over time when performing arc flash calculations on buses with multiple sources. Iterative calcu- lations must take into account the changing current contributions, as the sources are CORP2000479 26 05 73-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION POWER SYSTEM STUDIES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 interrupted or decremented with time. Fault contribution from motors and generators should be decremented as follows: 1. Fault contribution from induction motors should not be considered beyond 3-5 cy- cles. 2. Fault contribution from synchronous motors and generators should be decayed to match the actual decrement of each as closely as possible (e.g. contributions from permanent magnet generators will typically decay from 10 per unit to 3 per unit after 10 cycles). H. For each equipment location with a separately enclosed main device (where there is adequate separation between the line side terminals of the main protective device and the work location), calculations for incident energy and flash protection boundary shall include both the line and load side of the main breaker. I. When performing incident energy calculations on the line side of a main breaker (as required per above), the line side and load side contributions must be included in the fault calculation. J. Mis-coordination should be checked amongst all devices within the branch containing the immediate protective device upstream of the calculation location and the calculation should utilize the fastest device to compute the incident energy for the corresponding location. K. Arc Flash calculations shall be based on actual overcurrent protective device clearing time. Maximum clearing time will be capped at 2 seconds based on IEEE 1584-2002 section B.1.2. Where it is not physically possible to move outside of the flash protection boundary in less than 2 seconds during an arc flash event, a maximum clearing time based on the specific location shall be utilized. 2.09 REPORT SECTIONS A. Input data shall include, but not be limited to the following: 1. Feeder input data including feeder type (cable or bus), size, length, number per phase, conduit type (magnetic or non-magnetic) and conductor material (copper or aluminum). 2. Transformer input data, including winding connections, secondary neutral-ground connection, primary and secondary voltage ratings, kVA rating, impedance, % taps and phase shift. 3. Reactor data, including voltage rating, and impedance. 4. Generation contribution data, (synchronous generators and Utility), including short- circuit reactance (X"d), rated MVA, rated voltage, three-phase and single line- ground contribution (for Utility sources) and X/R ratio. 5. Motor contribution data (induction motors and synchronous motors), including short-circuit reactance, rated horsepower or kVA, rated voltage, and X/R ratio. B. Short-Circuit Output Data shall include, but not be limited to the following reports: CORP2000479 26 05 73-8 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION POWER SYSTEM STUDIES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1. Low Voltage Fault Report shall include a section for three-phase and unbalanced fault calculations and shall show the following information for each applicable loca- tion: a. Voltage b. Calculated fault current magnitude and angle c. Fault point X/R ratio d. Equivalent impedance 2. Momentary Duty Report shall include a section for three-phase and unbalanced fault calculations and shall show the following information for each applicable location: a. Voltage b. Calculated symmetrical fault current magnitude and angle c. Fault point X/R ratio d. Calculated asymmetrical fault currents (i) Based on fault point X/R ratio (ii) Based on calculated symmetrical value multiplied by 1.6 (iii) Based on calculated symmetrical value multiplied by 2.7 e. Equivalent impedance 3. Interrupting Duty Report shall include a section for three-phase and unbalanced fault calculations and shall show the following information for each applicable loca- tion: a. Voltage b. Calculated symmetrical fault current magnitude and angle c. Fault point X/R ratio d. No AC Decrement (NACD) Ratio e. Equivalent impedance f. Multiplying factors for 2, 3, 5 and 8 cycle circuit breakers rated on a symmet- rical basis g. Multiplying factors for 2, 3, 5 and 8 cycle circuit breakers rated on a total basis C. Recommended Protective Device Settings: 1. Phase and Ground Relays: a. Current transformer ratio b. Current setting c. Time setting d. Instantaneous setting e. Recommendations on improved relaying systems, if applicable. 2. Circuit Breakers: a. Adjustable pickups and time delays (long time, short time, ground) b. Adjustable time-current characteristic c. Adjustable instantaneous pickup d. Recommendations on improved trip systems, if applicable. D. Incident energy and flash protection boundary calculations 1. Arcing fault magnitude CORP2000479 26 05 73-9 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION POWER SYSTEM STUDIES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 2. Protective device clearing time 3. Duration of arc 4. Arc flash boundary 5. Working distance 6. Incident energy 7. Hazard Risk Category* 8. Recommendations for arc flash energy reduction *Applicable only when using the arc flash PPE category method. PART 3 EXECUTION 3.01 FIELD ADJUSTMENT A. Adjust relay and protective device settings according to the recommended settings table provided by the coordination study. Field adjustments to be completed by the engineer- ing service division of the equipment manufacturer. B. Make minor modifications to equipment as required to accomplish conformance with short circuit and protective device coordination studies. C. Notify Owner in writing of any required major equipment modifications. 3.02 ARC FLASH WARNING LABELS A. The contractor of the Arc Flash Risk Assessment shall provide a 3.5 in. x 5 in. thermal transfer type label of high adhesion polyester for each work location analyzed. B. All labels will be based on recommended overcurrent device settings and will be provided after the results of the analysis have been presented to the owner and after any system changes, upgrades or modifications have been incorporated in the system. C. The label shall include the following information, at a minimum: 1. Location designation 2. Nominal voltage 3. Flash protection boundary 4. Hazard risk category* 5. Incident energy 6. Working distance 7. Engineering report number, revision number and issue date. *Applicable only when using the arc flash PPE category method. D. Labels shall be machine printed, with no field markings. E. Arc flash labels shall be provided in the following manner and all labels shall be based on recommended overcurrent device settings. 1. For each 600, 480 and applicable 208-volt panelboard, one arc flash label shall be provided. CORP2000479 26 05 73-10 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION POWER SYSTEM STUDIES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 2. For each motor control center, one arc flash label shall be provided. 3. For each low voltage switchboard, one arc flash label shall be provided. 4. For each switchgear, one flash label shall be provided. 5. For medium voltage switches one arc flash label shall be provided F. ARC FLASH TRAINING 1. The contractor of the Arc Flash Risk Assessment shall train the owner's qualified electrical personnel of the potential arc flash risks associated with working on en- ergized equipment (minimum of 4 hours) END OF SECTION CORP2000479 26 05 73-11 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION POWER SYSTEM STUDIES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 26 08 00 COMMISSIONING FOR ELECTRICAL SYSTEMS PART 1 GENERAL 1.01 SCOPE OF WORK A. This section provides the guidelines for testing of electrical equipment, cable, protective relays, circuit breakers, motor control centers, motors, and related apparatus to be used for the site interior and exterior electrical distribution system. This specification does not release the Contractor or vendor from any further testing required for safe commissioning of the equipment. All tests shall be completely recorded on forms provided at the end of this section. Tests shall be submitted to Engineer/Owner for approval. B. Contractor will provide and pay the cost of electrical testing by an independent testing firm or the manufacturer of the 480V switchboards (Square D Field Services or ABB Field Services). Testing firm shall have a minimum of five years of experience in providing acceptance testing for electrical systems. Testing shall be performed per the latest InterNational Electric Testing Association Standards (NETA) standard. This cost will be included in the Contract Base Bid. C. The Contractor shall immediately correct all deficiencies discovered during testing by the independent firm. The independent testing firm has the final say on the acceptance of the equipment, if testing determines the equipment is deficient, contractor shall be responsible to fix the deficiency even if the manufacturer said the equipment is satisfactory. D. The Contractor shall set all adjustable protective devices per the Approved Power System Study and verify their proper operation. In addition, the Contractor shall verify that all other protective devices are installed per the Approved Power System Study. 1.02 RELATED WORK A. Division 26 — Electrical 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. The report shall include the following section: 1. Executive Summary 2. Description, purpose, basis and scope of the work. 3. Field data sheet showing all visual, mechanical and electrical inspection done on the equipment. The data sheet shall show check mark and values of all the testing done, a description of the instrument used for testing. 4. A summary of the deficiency, concern, repairs and recommendation. CORP2000479 26 08 00-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMISSIONING FOR ELECTRICAL SYSTEMS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 5. A table showing the final settings of all the adjustable equipment tested. 6. All the testing values shall be in accordance with the latest NETA standard. C. Literature and drawings describing the equipment in sufficient detail, including parts list and materials of construction, to indicate full conformance with the Specifications. D. Submit a letter certifying full and complete compliance with the Specifications, Drawings and other project requirements. The letter shall list any exceptions or deviations from specified requirements, if any and reasons for same. Exceptions or deviation shall also be clearly highlighted in a separate color in submittals. This shall be included in the NETA report and be prepared by the Independent Test Firm. 1.04 REFERENCE STANDARDS A. InterNational Electric Testing Association Standards (NETA) 1. ANSI/NETA ATS-2017: Standard for Acceptance Testing Specification for Electrical Power Equipment and Systems 2. ANSI/NETA ECS-2015: Standard for Electrical Commissioning Specification for Electrical Power Equipment and Systems for acceptance testing of Electrical Distribution Apparatus B. Institute of Electrical and Electronics Engineers (IEEE) 1. IEEE Publication No. 141, are hereby made a part of this section, unless otherwise modified herein C. Related equipment specification in all section of Division 26 — Electrical. 1.05 QUALITY ASSURANCE A. Testing firm shall have a minimum of five years of experience in providing electrical acceptance testing for electrical system. Testing shall be performed per the latest InterNational Electric Testing Association Standards (NETA) standard. This cost will be included in the Contract Bid as part of the electrical installation. B. The Contractor shall immediately correct all deficiencies discovered during testing by the independent firm. The independent testing firm has the final say on the acceptance of the equipment, if testing determines the equipment is deficient, contractor shall be responsible to fix the deficiency even if the manufacturer said the equipment is satisfactory. C. The Testing Firm shall be NETA Accredited or one of the two approved switchboard manufacturers. D. All Technicians shall be NETA Level 4 or certified by the switchboard manufacturer. 1.06 SYSTEM DESCRIPTION / DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE (NOT USED) 1.08 MAINTENANCE AND SPARE PARTS (NOT USED) CORP2000479 26 08 00-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMISSIONING FOR ELECTRICAL SYSTEMS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1.09 WARRANTY/EXTENDED WARRANTY (NOT USED) PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 PREPARATION A. Preparatory work 1. Prior to the testing of any specific piece of equipment, the Contractor shall remove all shipping hardware and inspect for broken or missing parts and proper connections in accordance with the manufacturer's instructions 3.02 TESTS A. All tests shall be supervised by the Engineer/Owner and the contractor. Contractor shall give 30-day's notice of all scheduled tests to the Engineer/Owner in writing. B. Contractor shall notify the Engineer/Owner of scheduled dates of electrical equipment installation completion. Equipment testing shall be coordinated at this time by Contractor with Engineer/Owner and appropriate Manufacturer's Representatives. C. All testing prescribed in NETA ATS & ECS shall be performed by an independent NETA Firm paid for by the contractor. 3.03 EXECUTION A. Visual and Mechanical Inspection a. Prior to any electrical testing Contractor shall perform a visual and Mechanical inspection as specified in the latest NETA ATS and ECS standards. B. Initial Infrared Scanning: After the equipment is placed in operation under full load, but not more than 60 days after Final Acceptance, perform an infrared scan on each major part or piece of equipment (MCC, Pad Mounted Switchgear, transformer tap box, etc.). Remove from panels so joints and connections are accessible to portable scanner. Infrared testing shall be performed on loaded equipment. 1. Follow-up Infrared Scanning: Perform an additional follow-up infrared scan 11 months after date of Substantial Completion. 2. Instruments, Equipment, and Reports: a. Use an infrared scanning device designed to measure temperature or to detect significant deviations from normal values. Provide calibration record for device. 3. Prepare a certified report that identifies equipment included and that describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations after remedial action. 3.04 NETA FIELD TESTING A. Equipment to be NETA inspected and tested: 1. Generators CORP2000479 26 08 00-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMISSIONING FOR ELECTRICAL SYSTEMS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 2. Switchboards 3. Panelboards 4. Low Voltage Transformers 5. VFDs 6. Ground Rods 7. Grounding Systems 8. TVSS Devices 9. Motors 10. Switches 11. Circuit Breakers 12. All other electrical equipment installed on the project for which NETA describes a test. B. Inspections and Test to be performed: 1. All visual and mechanical inspections listed in NETA ATS-2017 and NETA ECS-215 2. All electrical test listed in NETA ATS-2017 and NETA ECS-215 END OF SECTION CORP2000479 26 08 00-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMISSIONING FOR ELECTRICAL SYSTEMS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 26 22 13 LOW-VOLTAGE TRANSFORMERS PART 1 GENERAL 1.01 SCOPE OF WORK A. Section Includes: 1. Two-winding transformers. 2. Buck-and-boost transformers. 1.02 RELATED WORK A. Division 3 — Concrete B. Division 26 — Electrical 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Condi- tions and the Contract Documents. B. Product Data: Submit outline and support point dimensions of enclosures and accesso- ries, unit weight, voltage, kVA, and impedance ratings and characteristics, tap configu- rations, insulation system type, and rated temperature rise. C. Test and Evaluation Reports: Indicate loss data, efficiency at 25, 50, 75 and 100 percent rated load, and sound level. D. Source Quality Control Submittals: Indicate results of factory tests and inspections. E. Field Quality Control Submittals: Indicate results of Contractor furnished tests and in- spections. F. Record Documentation: Record actual locations of transformers. 1.04 REFERENCE STANDARDS A. National Electrical Manufacturers Association: 1. NEMA ST 1 - Specialty Transformers (Except General Purpose Type). 2. NEMA ST 20 - Dry Type Transformers for General Applications. B. United States Department of Energy 1. CFR Title 10 Chapter II, Part 431 C. International Electrical Testing Association: 1. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems. CORP2000479 2622 13-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION LOW-VOLTAGE TRANSFORMERS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1.05 QUALITY ASSURANCE A. Source Limitations: Obtain each transformer type through one source from a single manufacturer. B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. C. Manufacturer: Transformers to be by the same manufacture as the switchboards and panelboards used on the project. 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, STORAGE, AND HANDLING A. Store in clean, dry space. Maintain factory wrapping or provide additional canvas or plastic cover to protect units from dirt, water, construction debris, and traffic. B. Handle in accordance with manufacturer's written instructions. Lift only with lugs pro- vided. Handle carefully to avoid damage to transformer internal components, enclosure, and finish. C. Temporary Heating: Apply temporary heat according to manufacturer's written instruc- tions within the enclosure of each ventilated-type unit, throughout periods during which equipment is not energized and when transformer is not in a space that is con- tinuously under normal control of temperature and humidity. D. Section 26 00 00 — Electrical General Provisions 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 WARRANTY/EXTENDED WARRANTY (NOT USED) 1.10 COORDINATION A. Coordinate size and location of concrete bases with actual transformer provided. Cast anchor-bolt inserts into bases. Concrete, reinforcement, and formwork requirements are specified in Division 3. B. Coordinate installation of wall-mounting and structure-hanging supports with actual transformer provided. Transformers not specifically designed for wall mounting by the Manufacturer shall be provided with structural mounting details signed and sealed by a Registered Professional Engineer licensed in the state of the project location. PART 2 PRODUCTS 2.01 TWO-WINDING TRANSFORMERS A. Manufacturers: 1. General Electric 2. Square D CORP2000479 2622 13-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION LOW-VOLTAGE TRANSFORMERS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 3. Division 1 — Substitutions B. Description: NEMA ST 20, factory-assembled, air-cooled, dry type transformers, ratings as indicated on Drawings. C. Operation: 1. Insulation system and average winding temperature rise for rated kVA as follows: 2. 1-15 kVA: Class 185 with 115 degrees C rise. 3. 16-500 kVA: Class 220 with 150 degrees C rise. 4. Case temperature: Do not exceed 35 degrees C rise above ambient at warmest point at full load. 5. Winding Taps: a. Transformers Less than 15 kVA: Two 5 percent below rated voltage, full capac- ity taps on primary winding. b. Transformers 15 kVA and Larger: NEMA ST 20. 6. Sound Levels: Minimum of 3 dBA less than NEMA ST 20. 7. Basic Impulse Level: 10 kV for transformers less than 300 kVA, 30 kV for transform- ers 300 kVA and larger. 8. Mounting: a. 1-15 kVA: Suitable for wall mounting. b. 16-75 kVA: Suitable for floor, or trapeze mounting. c. Larger than 75 kVA: Suitable for floor mounting. D. Materials: 1. Ground core and coil assembly to enclosure by means of visible flexible copper grounding strap. 2. Coil Conductors: Continuous copper windings with terminations brazed or welded. 3. Enclosure: a. Air-Conditioned Areas: NEMA ST 20, Type 1 ventilated. Furnish lifting eyes or brackets. b. Exterior/Interior Corrosive Areas: NEMA ST 20, Type 4X non-ventilated Stain- less Steel. Furnish lifting eyes or brackets. E. Fabrication: 1. Isolate core and coil from enclosure using vibration-absorbing mounts. 2. Nameplate: Include transformer connection data and overload capacity based on rated allowable temperature rise. 2.02 BUCK-AND-BOOST TRANSFORMERS A. Manufacturers: 1. General Electric 2. Square D 3. Division 1 — Substitutions. CORP2000479 2622 13-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION LOW-VOLTAGE TRANSFORMERS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 B. Description: NEMA ST 1, factory-assembled, dry type two winding buck and boost trans- formers, ratings as indicated on Drawings. C. Operation: 1. Insulation system and average winding temperature rise for rated kVA as follows: a. 0.25-2 kVA: Class 185 with 80 degrees C rise. b. 3-7.5 kVA: Class 220 with 80 degrees C rise. 2. Primary Voltage: 208 volts, single phase. 3. Secondary Voltage: 240 volts. D. Materials: 1. Coil Conductors: copper Continuous windings. 2. Lugs: Suitable for terminating conductors sized for full load ampacity of transformer unit when operating in buck-and-boost configuration shown. 3. Enclosure: NEMA ST 1, Type 1. E. Fabrication: 1. Isolate core and coil from enclosure using vibration-absorbing mounts. 2. Nameplate: Include transformer connection data. 2.03 SOURCE QUALITY CONTROL A. Division 1 requirements for Testing, inspection and analysis requirements. B. Production test each unit according to NEMA ST20. PART 3 EXECUTION 3.01 EXAMINATION A. Examine conditions for compliance with enclosure- and ambient-temperature require- ments for each transformer. B. Verify that field measurements are as needed to maintain working clearances required by NFPA 70 and manufacturer's written instructions. C. Examine walls, floors, roofs, and concrete bases for suitable mounting conditions where transformers will be installed. D. Verify that ground connections are in place and requirements in Division 26 Section Grounding have been met. Maximum ground resistance shall be 5 ohms at location of transformer. E. Proceed with installation only after unsatisfactory conditions have been corrected F. Verify mounting supports are properly sized and located including concealed bracing in walls. CORP2000479 2622 13-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION LOW-VOLTAGE TRANSFORMERS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 3.02 PREPARATION A. Provide concrete pads under provisions of Division 3. 3.03 DEMOLITION A. Disconnect and remove abandoned transformers. B. Maintain access and adequate ventilation to existing transformers and other installations remaining active and requiring access and ventilation. Modify installation or provide ac- cess panel or ventilation grilles. 3.04 INSTALLATION A. Set transformer plumb and level. B. Use flexible conduit, 2 feet minimum length, for connections to transformer case. Make conduit connections to side panel of enclosure. C. Support transformers as required. 1. Mount wall-mounted transformers using integral flanges or accessory brackets fur- nished by manufacturer. 2. Mount floor-mounted transformers on vibration isolating pads suitable for isolating transformer noise from building structure. 3. Mount trapeze-mounted transformers as indicated on Drawings. D. Provide seismic restraints. E. Install grounding and bonding in accordance with Division 26 and as shown on the plans. 3.05 REPAIR A. Repair existing transformers to remain or to be reinstalled. 3.06 FIELD QUALITY CONTROL A. Inspect and test in accordance with NETA ATS. B. Perform inspections and tests listed in NETA ATS. 3.07 ADJUSTING A. Record transformer secondary voltage at each unit for at least 48 hours of typical occu- pancy period. Adjust transformer taps to provide optimum voltage conditions at second- ary terminals. Optimum is defined as not exceeding nameplate voltage plus 10 percent and not being lower than nameplate voltage minus 3 percent at maximum load condi- tions. Submit recording and tap settings as test results. B. Connect buck-boost transformers to provide nameplate voltage of equipment being served, plus or minus 5 percent, at secondary terminals. CORP2000479 2622 13-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION LOW-VOLTAGE TRANSFORMERS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 C. Connect buck-boost transformers to provide nameplate voltage of equipment being served, plus or minus 5 percent, at secondary terminals 3.08 CLEANING A. Vacuum dirt and debris; do not use compressed air to assist in cleaning B. Clean existing transformers to remain or to be reinstalled. END OF SECTION CORP2000479 2622 13-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION LOW-VOLTAGE TRANSFORMERS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 26 24 16 PANELBOARDS PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish and install distribution and branch circuit panelboards. 1.02 RELATED WORK A. Other sections that may relate to the work in this section include, but are not limited to, the following: 1. Division 26 — Electrical. 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Condi- tions and the Contract Documents. B. Product Data: Submit catalog data showing specified features of standard products. C. Shop Drawings: Indicate outline and support point dimensions, voltage, main bus am- pacity, integrated short circuit ampere rating, circuit breaker, and fusible switch arrange- ment and sizes. 1. Breaker layout drawing with dimensions indicated and nameplate designation. 2. Component list. 3. Conduit entry/exit locations. 4. Assembly ratings including: a. Short-circuit rating. b. Voltage. c. Continuous current. 5. Breaker cable terminal sizes D. Submit a letter indicating that the panelboard breakers being supplied have been coor- dinated with the General Contractor relating to the HVAC equipment being supplied. The letter shall indicate that all required breaks need to power the HVAC equipment are included. E. Submit a letter indicating that the panelboard breakers being supplied have been coor- dinated with the General Contractor relating to the Process Equipment being supplied. The letter shall indicate that all required breaks need to power the Process Equipment are included. F. No Panelboards will be approved until the Power System Study has been approved. Breaker Back Boxes can be approved on a provisional basis to allow for electrical rough in. CORP2000479 2624 16-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PANELBOARDS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 G. Field Quality Control Submittals: Indicate results of Contractor furnished tests and in- spections. H. Division 1 — Requirements for submittals. I. Project Record Documents: Record actual locations of panelboards and record actual circuiting arrangements. J. Operation and Maintenance Data: Submit spare parts listing, source and current prices of replacement parts and supplies, and recommended maintenance procedures and in- tervals. n- tervaIs. K. Division 1 — Requirements for maintenance products. L. Extra Stock Materials: 1. Furnish two of each panelboard key. Panelboards keyed alike to Owner's current keying system. 1.04 REFERENCE STANDARDS A. Institute of Electrical and Electronics Engineers: 1. IEEE C62.41 - Recommended Practice on Surge Voltages in Low-Voltage AC Power Circuits. B. National Electrical Manufacturers Association: 1. NEMA AB 1 - Molded Case Circuit Breakers. 2. NEMA AB 2 - Procedures for Verifying the Performance of Molded Case Circuit Breakers. 3. NEMA FU 1 - Low Voltage Cartridge Fuses. 4. NEMA ICS 2 - Industrial Control and Systems: Controllers, Contactors, and Overload Relays, Rated Not More Than 2000 Volts AC or 750 Volts DC. 5. NEMA ICS 5 - Industrial Control and Systems: Control Circuit and Pilot Devices. 6. NEMA KS 1 - Enclosed and Miscellaneous Distribution Equipment Switches (600 Volts Maximum). 7. NEMA PB 1 - Panelboards. 8. NEMA PB 1.1 - General Instructions for Proper Installation, Operation, and Mainte- nance of Panelboards Rated 600 Volts or Less. C. International Electrical Testing Association: 1. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems. D. National Fire Protection Association: 1. NFPA 70 - National Electrical Code. E. UL: 1. UL 50 - Cabinets and Boxes 2. UL 67 - Safety for Panelboards. CORP2000479 2624 16-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PANELBOARDS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 3. UL 489 - Molded-Case Circuit Breakers, Molded-Case Switches, and Circuit-Breaker Enclosures. 4. UL 1283 - Electromagnetic Interference Filters. 5. UL 1449 - Transient Voltage Surge Suppressors. 6. UL 1699 - Arc-Fault Circuit Interrupters. 1.05 QUALITY ASSURANCE A. Qualifications 1. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum three years' experience. 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE A. Store in accordance with Section 26 00 00 — Electrical General Provisions 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 WARRANTY/EXTENDED WARRANTY (NOT USED) PART 2 PRODUCTS 2.01 PANELBOARDS A. Manufacturers: 1. General Electric 2. Square D 3. Substitutions: per Division 1. B. Description: NEMA PB 1, circuit breaker type panelboard. C. Circuit Identification 1. Directory: a. For each panelboard, provide a directory frame mounted inside the door with a heat-resistant transparent face and a directory card for identifying the load served. b. Type directory as specified in Division 26 — Electrical. 2. Nameplate: a. Provide a black on white phenolic nameplate on the face of the panelboard using the following as an example: Panel HA 277/480V, 30, 4W Feeder from MCC-B/Section b. The nameplate shall have a minimum thickness of 1/8" and be mounted above the panel door. D. Listing CORP2000479 2624 16-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PANELBOARDS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1. UL 67 - Electric Panelboards. E. Special Requirements 1. All copper items, including wiring, terminal blocks, lugs, connectors, bus, etc., shall be tin plated copper. 2. All steel shall be primed and painted as specified. Galvanized items shall also be painted. 3. All hardware, including nuts, bolts, washers, screws, anchor bolts, door hinges, etc., shall be made of 316 stainless steel. 4. The panelboard steel parts shall be cleaned and sprayed in control cleaning solu- tions by a multi-stage spray washer. The operation shall produce a coating of a minimum of 150 milligrams per square foot to meet MIL Specification TT-C490. The primed metal parts shall be electrostatically coated with power paint to a thickness of 2.5mils. The paint finish shall withstand a minimum of 1000hours salt spray test. F. Bus 1. Material a. Provide tin-plated, copper bus bars, 98 percent IACS conductivity, full-sized throughout their length. b. Use buses with tin-plated contact surfaces. c. Include a tin-plated copper bus bar ground bus in panelboard rated. d. Full size (100% rated) insulated neutral bus shall be included in the panel board, shown with neutral. 200% rated neutral bus shall be supplied for panels designated on the drawings. e. The ground and neutral bus shall be at least one terminal screw for each circuit. f. Provide through feed or sub feed lugs where indicated. g. Provide lugs and connection points on phase, neutral and ground bus suitable for copper conductors. h. Spaces for future circuit breakers shall be bussed for the maximum devices that can be fitted. 2. Size bars as indicated and brace them to withstand the available symmetrical short circuit current. 3. Installation: a. Install buses in allotted spaces so that devices can be added without additional machining, drilling or tapping. b. Mount neutral bars, as required, on the opposite end of the main lugs. G. Protective Devices 1. Circuit Breakers: Provide circuit breakers for the specified service with the number of poles and ampere ratings indicated. a. Provide breakers which are quick-make and quick-break on both manual and automatic operation. b. Use a trip-free trip indicating breaker. c. Incorporate inverse time characteristic by bimetallic overload elements and in- stantaneous characteristic by magnetic trip. Where indicated, provide ground fault circuit breakers (GFCB). CORP2000479 2624 16-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PANELBOARDS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 d. For 2-pole and 3-pole breakers, use the common-trip type so that an overload or fault on one pole will trip all poles simultaneously. Handle ties are not ac- ceptable. e. Unless otherwise indicated, provide circuit breakers with the following inter- rupting ratings: (i) Each circuit breaker used in 120/208 Volt panelboards shall have an inter- rupting capacity of not less than 22,000 Amps, RMS symmetrical. (ii) Each circuit breaker used in 277/480 Volt and 480 Volt panelboards shall have an interrupting capacity of not less than 42,000 Amps, RMS symmet- rical. (iii) GFCI (ground fault circuit interrupter) shall be provided for circuits where shown on the drawings. GFCI units shall be 1 Pole, 120 Volt, molded case, bolt-on breakers, incorporating a solid-state ground fault interrupter circuit insulated and isolated from the breaker mechanism. The unit shall be UL listed Class A Group I device (5 milliamp sensitivity, 25 millisecond trip time) and an interrupting capacity of 22,000 Amps, RMS. (iv) Circuit breakers shall be as manufactured by the panelboard manufacturer. f. Connect breakers to the main bus by means of a solidly bolted connection. g. Use breakers which are interchangeable, capable of being operated in any po- sition within the panel. h. Each panelboard shall be equipped with a minimum of 20 percent spare break- ers, with spaces, bus work, and terminators to complete the next standard size panelboards above the 20% requirement. i. Independently mount breakers so that a single unit can be removed from the front of the panel without disturbing or removing the main bus, other units or other branch circuit connections. j. Provide individual breaker handle lock for all circuits that supply exit signs, emergency lights, and fire alarm panels. k. Provide GFI circuit breakers for heat trace circuit. The rating shall be as per N EC. H. Surge Suppressor 1. Integral Surge Suppressers: a. Maximum single impulse current rating not less than 80 kA for each phase. b. Pulse Lift Test: Capable of protecting against and surviving 5000 IEEE C62.41 Category C transients without failure or degradation. c. Clamping Voltage: (i) 208Y/120 Configuration: (a) L-N: 500 V. (b) N-G: 500 V. (c) L-G: 500 V. (ii) 480Y/277 Configuration: (a) L-N: 1,000 V. (b) N-G: 1,000 V. (c) L-G: 1,000 V. CORP2000479 2624 16-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PANELBOARDS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 d. Integral Surge Suppresser Fabrication: (i) Manufactured by the Panelboard Manufacturer (ii) Furnish copper bus bars for surge current path. (iii) Furnish with audible alarm activated when one of surge current modules has failed. Furnish alarm on/off to silence alarm and alarm push-to-test switch to test alarm. Locate switches and alarm on front cover of panel- board enclosure. (iv) Furnish response time no greater than five nanoseconds for individual pro- tection modes. (v) Designed to withstand maximum continuous operating voltage (MCOV) of not less than 115 percent of nominal RMS voltage. (vi) Furnish visible indication of proper suppresser connection and operation. Lights indicate operable phase and module. (vii) Furnish minimum EFI/RFI filtering of 34 dB at 100 kHz with insertion loss ratio of 50:1 using Mil Std. 220A methodology. e. Provide a UL label for all panelboard mounted surge suppressors 2. Circuit Breaker Accessories: Trip units and auxiliary switches as indicated on Draw- ings. 3. Enclosure: a. Indoor Air-Conditioned Spaces: (i) NEMA Type 1 (ii) Cabinet Front: Surface door-in-door type, fastened with hinged door with flush lock and metal directory frame. b. Corrosive Spaces: (i) NEMA 4X Fiberglass c. Exterior Locations: (i) NEMA 4X Stainless Steel d. nominal current rating as indicated on Drawings. 2.02 SOURCE QUALITY CONTROL A. Division 26 — Electrical. B. Independently test integral surge suppressers with category C3 high exposure waveform (20 kV-1.2/50us, 10kA-8/20 us) per IEEE C62.41. PART 3 EXECUTION 3.01 DEMOLITION A. Disconnect abandoned panelboards. Remove abandoned panelboards. B. Maintain access to existing panelboard remaining active and requiring access. Modify installation or provide access panel. CORP2000479 2624 16-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PANELBOARDS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 3.02 INSTALLATION A. Install panelboards according to NEMA PB 1.1. B. Install panelboards plumb. C. Install recessed panelboards flush with wall finishes. D. Height: 6 feet (1 800 mm) to top of panelboard; install panelboards taller than 6 feet (1 800 mm) with bottom no more than 4 inches (100 mm) above floor. E. Install filler plates for unused spaces in panelboards. F. Provide typed circuit directory for each branch circuit panelboard. Revise directory to reflect circuiting changes to balance phase loads. Identify each circuit as to its clear, evident and specific purpose of use. G. Install engraved plastic nameplates according to Division 26. H. Install spare conduits out of each recessed panelboard to accessible location above ceil- ing. Minimum spare conduits: five empty 1 inch (DN27). Identify each as spare. I. Ground and bond panelboard enclosure according to Division 26. Connect equipment ground bars of panels according to NFPA 70. J. In wet and corrosive areas, including outdoor locations, install stainless steel 316 pan- elboard enclosures on Type 316 stainless steel unistrut support to provide clearance behind the mounting surface. 3.03 RESTORATION A. Repair existing panelboards to remain or to be reinstalled. 3.04 FIELD QUALITY CONTROL A. Inspect and test according to NETA ATS B. Perform circuit breaker inspections and tests listed in NETA ATS. 3.05 ADJUSTING A. Measure steady state load currents at each panelboard feeder; rearrange circuits in panelboard to balance phase loads to within 20 percent of each other. Maintain proper phasing for multi-wire branch circuits. 3.06 FIELD PAINTNG A. Repaint marred and scratched surfaces with touch up paint to match original finish. 3.07 CLEANING A. Remove debris from installation site and wipe dust and dirt from all components END OF SECTION CORP2000479 26 24 16-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PANELBOARDS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 26 27 26 WIRING DEVICES PART 1 GENERAL 1.01 SCOPE OF WORK A. Section includes wall switches; wall dimmers; receptacles; multioutlet assembly; and device plates and decorative box covers. 1.02 RELATED SECTIONS A. Division 26 — Electrical Specification Sections, apply to this Section. 1.03 REFERENCE STANDARDS A. National Electrical Manufacturers Association: 1. NEMA WD 1 - General Requirements for Wiring Devices. 2. NEMA WD 6 - Wiring Devices-Dimensional Requirements. B. Wiring Devices shall be in compliance with the National Electrical Code and shall be constructed in compliance with the Underwriters' Laboratories and shall be Underwriters' Laboratories labeled. 1.04 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Condi- tions and the Contract Documents. B. Product Data: Submit manufacturer's catalog information showing dimensions, colors, and configurations. C. Samples: Submit two samples of each wiring device and wall plate illustrating materials, construction, color, and finish. 1.05 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum three years' experience. 1.06 EXTRA MATERIALS A. Furnish two of each style, size, and finish wall plate and device. PART 2 PRODUCTS 2.01 WALL SWITCHES A. Manufacturers; Wall Switch: 1. Eaton CORP2000479 2627 26-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION WIRING DEVICES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 2. Leviton 3. Lutron 4. Pass & Seymour 5. Substitutions: Division 1 — General Requirements. B. Product Description: NEMA WD 1, Heavy-Duty, AC only general-use snap switch. C. Body and Handle: Color per Architect/Engineer plastic with toggle handle. D. Indicator Light: When indicated on drawings, provide Lighted handle type switch with color as indicated. E. Ratings: 1. Voltage:120-277 volts, AC. 2. Current: 20 amperes. F. WALL DIMMERS G. Manufacturers: 1. Leviton 2. Lutron 3. Pass & Seymour 4. Substitutions per Division 1. H. Product Description: NEMA WD 1, Type II semiconductor dimmer for incandescent lamps. I. Body and Handle: Color per Architect/Engineer plastic with linear slide. J. Voltage: 120 volts. K. Power Rating: Match load shown on drawings 2.02 RECEPTACLES A. Manufacturers: 1. Eaton 2. Hubbell 3. Leviton 4. Substitutions per Division 1. B. Product Description: NEMA WD 1, Heavy-duty general use receptacle. C. Device Body: Color per Architect/Engineer. D. Configuration: NEMA WD 6, type as indicated on Drawings. E. Convenience Receptacle: Type 5-20. CORP2000479 2627 26-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION WIRING DEVICES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 F. GFCI Receptacle: Convenience receptacle with integral ground fault circuit interrupter to meet regulatory requirements. 2.03 WALL PLATES A. Manufacturers: 1. Appleton 2. Levition 3. Lutron 4. Hubbell 5. Schneider Electric 6. Substitutions per Division 1. B. Decorative Cover Plate: Color per Architect/Engineer smooth nylon C. Industrial Cover Plates (Electrical Rooms, Process Area, all non-conditioned spaces): stainless steel. D. Jumbo Cover Plate: Color by Architect/Engineer smooth nylon. E. Weatherproof Cover Plate: Gasketed cast metal and gasketed device cover. PART 3 EXECUTION 3.01 EXAMINATION A. Division 1 — General Provisions: Coordination and project conditions. B. Verify outlet boxes are installed at proper height. C. Verify wall openings are neatly cut and completely covered by wall plates. D. Verify branch circuit wiring installation is completed, tested, and ready for connection to wiring devices. 3.02 PREPARATION A. Clean debris from outlet boxes. 3.03 EXISTING WORK A. Disconnect and remove abandoned wiring devices. B. Modify installation to maintain access to existing wiring devices to remain active. C. Clean and repair existing wiring devices to remain or to be reinstalled. 3.04 INSTALLATION A. Install devices plumb and level. CORP2000479 2627 26-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION WIRING DEVICES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 B. Install switches with OFF position down. C. Install wall dimmers to achieve full rating specified and indicated after derating for gang- ing as instructed by manufacturer. D. Do not share neutral conductor on load side of dimmers. E. Install receptacles with grounding pole on bottom. F. Connect wiring device grounding terminal to outlet box with bonding jumper and branch circuit equipment grounding conductor. G. Install wall plates on flush mounted switches, receptacles, and blank outlets. H. Install decorative plates on switch, receptacle, and blank outlets in finished areas. I. Connect wiring devices by wrapping solid conductor around screw terminal. Install stranded conductor for branch circuits 10 AWG and smaller. When stranded conductors are used in lieu of solid, use crimp on fork terminals for device terminations. Do not place bare stranded conductors directly under device screws. J. Use jumbo size plates for outlets installed in masonry walls. K. Install galvanized steel plates on outlet boxes and junction boxes in unfinished areas, above accessible ceilings, and on surface mounted outlets. L. Boxes: 1. Finished areas such as offices: Recessed mounted devices in stamped steel boxes. 2. Other areas: Surface mounted cast aluminum metal boxes. 3.05 INTERFACE WITH OTHER PRODUCTS A. Install wall switch 48 inches (1.2 m) above finished floor. B. Install convenience receptacle 18 inches (450 mm) above finished floor. C. Install convenience receptacle 6 inches (150 mm) above back splash of counter. D. Install dimmer 48 inches (1.2 m) above finished floor. 3.06 FIELD QUALITY CONTROL A. Inspect each wiring device for defects. B. Operate each wall switch with circuit energized and verify proper operation. C. Verify each receptacle device is energized. D. Test each receptacle device for proper polarity. E. Test each GFCI receptacle device for proper operation. CORP2000479 2627 26-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION WIRING DEVICES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 3.07 ADJUSTING A. Adjust devices and wall plates to be flush and level. 3.08 FIELD TESTING A. All GFCI outlets shall be tested per industry standard practices and manufacturer's rec- ommendations. 3.09 CLEANING A. Clean exposed surfaces to remove splatters and restore finish. END OF SECTION CORP2000479 2627 26-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION WIRING DEVICES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 26 29 23 VARIABLE-FREQUENCY MOTOR CONTROLLERS (100 HP AND LESS) PART 1 GENERAL 1.01 SCOPE OF WORK A. Scope: Provide labor, material, equipment, related services, and supervision re-quired, including, but not limited to, manufacturing, fabrication, erection, and installation for adjustable or variable frequency motor controllers (also identified as VFDs, AFDs, Vari- able Frequency Drives, or Adjustable Frequency Drives) as required for the complete performance of the Work, as shown on the Drawings, as specified herein, and as spec- ified elsewhere for the assemblies or systems comprised of the components specified herein. 1.02 RELATED WORK A. Other sections that may relate to the work in this section include, but are not limited to, the following: 1. Division 26 — Electrical. B. Refer to the specification sections for the VFD driven equipment for additional require- ments. C. Refer to the following specifications for additional requirements related to the harmonic mitigation and PF correction of VFDs: 1. Division 26 — Electrical 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Condi- tions and the Contract Documents. B. Coordination Drawings: Floor plans, drawn to scale, showing dimensioned layout on which, the following items are shown and coordinated with each other, using input from installers of the items involved: 1. Required working clearances and required area above and around VFDs. 2. Show VFD layout and relationships between electrical components and ad-jacent structural and mechanical elements. 3. Show support locations, type of support, and weight on each support. 4. Indicate field measurements. C. Harmonic Analysis Report: Provide project-specific calculations and manufacturer's statement of compliance with IEEE 519, latest revision. Owner shall supply detailed electrical power system characteristics to support harmonic calculations. D. Operation & Maintenance (0&M) manuals shall be provided in accordance with the min- imum requirements specified in Division 1 and Division 26. Operation and Maintenance Data, Division 26 and additional requirements specified herein. CORP2000479 2629 23-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION VARIABLE FREQUENCY MOTOR CONTROLLERS (100 HP AND LESS) DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1. Submit required Operations & Maintenance data specific to each product and ac- cessory proposed. In addition, include the following information: a. Manufacturer, supplier, support, and repair center specific contact in-for- mation. b. Manufacturer's standard operation and maintenance data assembled for each size and type of equipment furnished. c. All construction, installation, schematic, and wiring diagrams updated to an as- installed and commissioned state d. All configured settings/parameters for adjustable components updated to an as-installed and commissioned stated if different from the factory default. Elec- tronic copies of configuration files shall be provided, on media acceptable to the Owner (e.g. CD, USB stick, etc.), where these configurations can be saved as an electronic file for future upload into replaced or repaired components. e. List of furnished and recommended spare parts. f. Statement of Warranty. 1.04 REFERENCE STANDARDS A. General, Publications: The publications listed below form a part of this Specification to the extent referenced. The publications are referred to in the text by the basic designa- tion only. The edition/revision of the referenced publications shall be the latest date as of the date of the Contract Documents, unless otherwise specified. 1. American Society of Civil Engineers (ASCE) a. ASCE/SEI 7, "Minimum Design Loads for Buildings and Other Structures." 2. Institute of Electrical and Electronics Engineers (IEEE) a. IEEE 519, "IEEE Recommended Practices and Requirements for Har-monic Control in Electric Power Systems" b. IEEE C62.41 - Recommended Practice on Surge Voltages in Low-Voltage AC Power Circuits. 3. International Code Council (ICC): a. ICC IBC, "International Building Code" b. ICC UBC, "Uniform Building Code" c. AC156, "Acceptance criteria for Seismic Certification by Shake Table Testing of Nonstructural Components" 4. International Electrical Testing Association: a. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems. 5. International Electrotechnical Commission (IEC) a. IEC 61000, "Electromagnetic Compatibility" b. IEC 61800-5-1, "Adjustable speed electrical power drive systems - Part 5-1: Safety requirements - Electrical, thermal and energy" c. IEC 60068 Part 2-3, "Basis Environmental Testing Procedures Part 2: Tests — Test Ca: Damp Heat" d. IEC 60146-1-1, "Semiconductor converters - General requirements and line commutated converters - Part 1-1: Specification of basic requirements" CORP2000479 2629 23-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION VARIABLE FREQUENCY MOTOR CONTROLLERS (100 HP AND LESS) DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 e. IEC 60664-1, "Insulation Coordination for Equipment Within Low-Voltage Sys- tems" f. IEC 60447, "Basic and safety principles for man-machine interface, marking and identification - Actuating principles" g. IEC 61439-1, "Low-Voltage Switchgear and Controlgear Assemblies - Part 1: General Rules" h. IEC 60364-1, "Low-Voltage Electrical Installations - Part 1: Fundamental Prin- ciples, Assessment of General Characteristics, Definitions" i. IEC 60204-1, "Safety of machinery - Electrical equipment of machines - Part 1: General requirements" j. IEC 106, "Guide for Specifying Environmental Conditions for Equipment Perfor- mance Rating" k. IEC 529, "Degrees of protection provided by enclosure" I. IEC 1000, "Electromagnetic Compatibility" m. IEC 1800, "Adjustable speed Electrical power drive systems" n. IEC 60721-3-3, " Classification of Environmental Conditions" o. IEC 60255-8, "Overload Relays" p. IEC 60801-2,-3,-4,-5, "Immunity Tests" q. IEC 60947-2, "Low-voltage switchgear and controlgear - Part 2: Circuit-break- ers" 6. International Organization for Standardization (ISO): a. ISO 9001, "Quality Management Systems — Requirements b. ISO 14001, "Environmental management systems -- Requirements with guid- ance for use" 7. National Electrical Manufacture Association (NEMA) a. NEMA 250, "Enclosures for Electrical Equipment" b. NEMA ICS Part 4, "Overload Relays" c. NEMA ICS7, "Industrial Control and Systems Adjustable Speed Drives" d. NEMA ICS 7.1, "Safety Standards for Construction and Guide for Selection In- stallation and Operation of Adjustable Speed Drives" 8. National Fire Protection Association a. NFPA 70, "National Electrical Code (NEC)" b. NFPA 79, "Electrical Standard for Industrial Machinery" c. NFPA 5000, "Building Construction and Safety Code" 9. Occupational Health and Safety Administration (OHSA) a. OSHA 1910.95, "AC Drive Controller Acoustical Noise" 10. Underwriters Laboratories, Inc. (UL): a. UL 50, "Enclosures for Electrical Equipment" b. UL 98, "Disconnect Switches" c. UL 507, "Electric Fans" d. UL 508, "Industrial Control Equipment" e. UL 508A, "Standard for Industrial Control Panels" CORP2000479 2629 23-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION VARIABLE FREQUENCY MOTOR CONTROLLERS (100 HP AND LESS) DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 f. UL 991, "Safety Tests for Safety Related Controls Employing Solid State De- vices" g. UL 508C, UL 61800-5-1,"UL Standard for Safety Power Conversion Equipment" 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications: Manufacturer shall be a firm engaged in the manufacture of specified products of types and sizes required, and whose products have been in satisfactory use in similar service for a minimum of ten years. 1. The manufacturer shall have a valid ISO 9001 certification and an applicable quality assurance system that is regularly reviewed and audited by a third-party registrar. Manufacturing, inspection, and testing procedures shall be developed and con- trolled under the guidelines of the quality assurance system. 2. The manufacturer or their representative shall have service, repair, and technical support services available 24 hours 7 days a week basis. B. Installer Qualifications: Installer shall be a firm that shall have a minimum of 10 years of successful installation experience with projects utilizing equipment similar in type and scope to that required for this Project and shall be approved by the manufacturer's representative. C. All work performed, and all materials used shall be in accordance with the National Electrical Code, and with applicable local regulations and ordinances. Equipment assem- blies, materials, and equipment shall be listed and labeled by Underwriter's Laboratories or by a testing agency acceptable to authorities having jurisdiction and marked for in- tended use. 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, STORAGE, AND HANDLING A. Section 26 00 00 — Electrical General Provisions. B. Prior to delivery to the Project site, ensure that suitable storage space is available to store materials in a well-ventilated area protected from weather, moisture, soiling, ex- treme temperatures, humidity, and corrosive atmospheres. Materials shall be protected during delivery and storage and shall not exceed the manufacturer stated storage re- quirements. As a minimum, store indoors in clean, dry space with uniform temperature to prevent condensation. In addition, protect electronics from all forms of electrical and magnetic energy that could reasonably cause damage. C. Deliver materials to the Project site in supplier's or manufacturer's original wrappings and containers, labeled with supplier's or manufacturer's name, material or product brand name, and equipment tag number or service name as identified within the Con- tract Documents. D. Inspect and report any concealed damage or violation of delivery storage, and handling requirements to the Engineer. CORP2000479 2629 23-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION VARIABLE FREQUENCY MOTOR CONTROLLERS (100 HP AND LESS) DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1.08 MAINTENANCE/SPARE PARTS A. Furnish service and maintenance of variable frequency controller for one year from Date of Substantial Completion. B. Furnish two of each air filter. 1.09 WARRANTY/EXTENDED WARRANTY A. General: Refer to Division 1 B. The manufacturer shall warrant products against defects in material and workmanship for 60 months from the date of commissioning, provided that the manufacturer performs functional testing, commissioning and first parameter adjusting of equipment. During the warranty period the manufacturer shall re-pair or replace defective products. This warranty shall be in addition to any provided by the Contractor. The warranty shall exclude normal wear and tear under normal usage and any damage caused by abuse, modification, or improper maintenance by entities other than the manufacturer or its approved representative. C. Additional Owner Rights: The warranty shall not deprive the Owner of other rights the Owner may have under other provisions of the Contract Documents and shall be in addition to and run concurrent with other warranties made by the Contractor under requirements of the Contract Documents. 1.10 ENVIRONMENTAL REQUIREMENTS A. NEMA 1 —Airconditioned Spaces B. NEMA 4X Airconditioned — Non-Airconditioned Spaces, Outside Locations PART 2 PRODUCTS 2.01 VARIABLE FREQUENCY CONTROLLER A. Manufacturers: 1. ABB / GE 2. Allen-Bradley 3. Square D B. Product Description: NEMA ICS 7, enclosed variable frequency controller suitable for operating indicated loads. Select unspecified features and options in accordance with NEMA ICS 7.1. C. Ratings: 1. Rated Input Voltage: See Plans. 2. Rated Current: See Plans for proposed motor size. The contractor and vendor shall verify the motor being provided with the proposed equipment prior to bid and pro- vide a Variable Frequency Motor Controller of sufficient size to power the proposed load. CORP2000479 2629 23-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION VARIABLE FREQUENCY MOTOR CONTROLLERS (100 HP AND LESS) DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 3. Duty Rating: The Variable Frequency Motor Controller shall be rated "Heavy Duty" and capable of a suppling 150% of the rated drive current for 60 seconds. 4. Displacement Power Factor: Between 1.0 and 0.95, lagging, over entire range of operating speed and load. 5. Operating Ambient: 0 degrees C to 50 degrees C. 6. Minimum Efficiency at Full Load: 95 percent. D. Design Features: 1. Employ microprocessor-based inverter logic isolated from power circuits. 2. Employ pulse-width-modulated inverter system. 3. Design for ability to operate controller with motor disconnected from output. 4. Design to attempt five automatic restarts following fault condition before locking out and requiring manual restart. E. Indicators and Manual Controls: 1. Input Signal: 4 - 20 mA DC. 2. Display: Furnish integral digital display to indicate output voltage, output frequency, and output current. 3. Status Indicators: Separate indicators for overcurrent, overvoltage, ground fault, overtemperature, and input power ON. 4. Volts Per Hertz Adjustment: Plus or minus 10 percent. 5. Current Limit Adjustment: 60 - 150 percent of rated. 6. Acceleration Rate Adjustment: 0.5 - 30 seconds. 7. Deceleration Rate Adjustment: 1 - 30 seconds. 8. HAND-OFF-AUTOMATIC selector switch and manual speed control. 9. Control Power Source: Integral control transformer. F. Required Options 1. H-O-A selector switch on front of drive 2. Run Hour Meter 3. Indicator Lights a. Running b. Stopped c. Fault 4. Manual Speed Pot 5. 3% input line reactors 6. dV/dt output filters for all motors located more than 100 ft from the variable fre- quency controller 7. Local HMI to allow configuration/viewing of all drive parameters 8. Wireways as required for Top Entry/ Exit of all wiring 9. All Pilot Devices and Selector Switches shall be 30mm NEMA G. Equipment Protection: 1. Provide equipment protection relays and wiring as required for process equipment warranties. Examples of required protection are as follows: CORP2000479 2629 23-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION VARIABLE FREQUENCY MOTOR CONTROLLERS (100 HP AND LESS) DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 a. Submersible Pump/Motor Protection Relays b. Vibration c. Oil Flow d. Motor and Gear Box Temperature e. Zero Speed Relays f. Damper Interlocks g. Etc. H. Safeties and Interlocks: 1. Includes undervoltage release. 2. Door Interlocks: Mechanical means to prevent opening of equipment with power connected, or to disconnect power when door is opened; include means for defeat- ing interlock by qualified persons. 3. Safety Interlocks: Terminals for remote contact to inhibit starting under both man- ual and automatic mode. 4. Control Interlocks: Furnish terminals for remote contact to allow starting in auto- matic mode. 5. Manual Bypass (when specifically shown on the drawings): Includes contactor, mo- tor running overload protection, and short circuit protection for full voltage, non- reversing operation of motor. Includes isolation switch to allow maintenance of in- verter during bypass operation. 6. Emergency Stop: Use dynamic brakes for emergency stop function. 7. Disconnecting Means: Integral fused disconnect switch with clips for NEMA FU 1, Class J fuses on line side of each controller. I. Fabrication: 1. Wiring Terminations: Match conductor materials and sizes as indicated on Draw- ings. 2. Finish: Manufacturer's standard enamel. 2.02 TRANSIENT VOLTAGE SUPPRESSION DEVICES A. Product Description: IEEE C62.41, factory-mounted transient voltage surge suppressor, selected to meet requirements for medium exposure and to coordinate with system circuit voltage. 2.03 SOURCE QUALITY CONTROL A. Shop inspect and perform standard productions tests for each controller. B. Make completed controllers available for inspection at manufacturer's factory prior to packaging for shipment. Notify Owner/Engineer at least seven days before inspection is allowed. C. Allow witnessing of factory inspections and tests at manufacturer's test facility. Notify Owner/Engineer at least seven days before inspections and tests are scheduled. CORP2000479 2629 23-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION VARIABLE FREQUENCY MOTOR CONTROLLERS (100 HP AND LESS) DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 PART 3 EXECUTION 3.01 EXAMINATION A. Verify building environment is maintained within service conditions required by manu- facturer. 3.02 EXISTING WORK A. Disconnect and remove abandoned controllers. B. Clean and repair existing controllers to remain or to be reinstalled. 3.03 INSTALLATION A. Install in accordance with NEMA ICS 7.1. B. Tighten accessible connections and mechanical fasteners after placing controller. C. Install fuses in fusible switches. D. Select and install overload heater elements in motor controllers to match installed motor characteristics. E. Install engraved plastic nameplates in accordance with Division 16. F. Neatly type label inside controller door identifying motor served, nameplate horsepower, full load amperes, code letter, service factor, and voltage/phase rating. Place label in clear plastic holder. G. Ground and bond controller in accordance with Division 26. 3.04 FIELD QUALITY CONTROL A. Perform inspections and tests listed in NETA ATS and NEMA ICS 7.1. 3.05 MANUFACTURER'S FIELD SERVICES A. Manufacturer to provide 4 hours of startup and configuration services per drive. B. Prepare and startup variable frequency controller. 3.06 DEMONSTRATION AND TRAINING A. Furnish 4 hours of instruction each for two persons, to be conducted at project site with manufacturer's representative. END OF SECTION CORP2000479 26 29 23-8 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION VARIABLE FREQUENCY MOTOR CONTROLLERS (100 HP AND LESS) DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 //d. \ ORDERPURCHASE /. PO 70848-0-CPG THE ABOVE PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPMENTS,BIL-S,INVOICES AND CORRESPONDENCE.COPIES OF PACKING SLIPS MUST ACCOMPANY ALL SHIPMENTS AND INVOICES. DATE: 09/21/2021 FAILURE TO COMPLY WILL RESULT IN DELAYED PAYMENT OF INVOICES. City of Corpus Christi Accounts Payable F4325 BILL TO: PO Box 9277 TO Graybar Electric Co Inc Corpus Christi TX 78469-9277 1402 Laredo St AccountsPayable@cctexas.com Corpus Christi TX 78401 Tax ID:74-6000574 L SHIP TO: Capital Programs 1201 Leopard St 3rd Floor Corpus Christi TX 78401 This purchase order is subject to all terms and conditions on face and/or enclosed. TERMS Net 30 SHIP VIA SHIP TERMS FOB Destination UNIT EXTENDED FRT TERMS PRICE PRICE LINE QUANTITY UOM ITEM DESCRIPTION 1 40,634.0000 EA HOLLY/RAND MORGAN EST IMPLT. 1.00000 $40,634.00 HOLLY/RAND MORGAN EST IMPLT. Purchase Order Summary Goods Total: 40,634.00 Order Total: 40,634.00 Buyer Contact: Contracts and Procurement Phone: 361-826-3160 Total Amount: $40,634.00 Email: ContractsandProcurement@cctexas.com 1. Invoices must cover no more than one purchase order 2. Purchase price must not be increased except on written authority 3. Material which does not meet specification will be returned at vendor's expense 4. Vendor guarantees protection to buyer from all patent infringement or suit pursuant to this order 5. The terms and conditionals of this Purchase Order apply only to the extent that they are not inconsistent with the terms and conditions of a separate service or supply agreement between the parties. Page: 1 of 2 CITY OF CORPUS CHRISTI DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 IASING DIVISION STANDARD PURCHASE TERMS AND CONDITIONS Seller and City agree as follows 1. SELLER TO PACKAGE GOODS Seller will package goods in accordance with good commercial practice. Each shipping container shall be clearly and permanently marked as follows: (a)Seller's name and address;(b)Consignee's name,address and purchase order or purchase release number and the supply agreement number if applicable;(c)container number and total number of containers,e.g.box 1 of 4 boxes;and(d)the number of the container bearing the packing slip. Seller shall bear cost of packaging unless otherwise provided. Goods shall be suitably packed to secure lowest transportation costs and to conform to requirements of common carriers and any applicable specifications. City's count or weight shall be final and conclusive on shipments not accompanied by packing lists. 2. SHIPMENT UNDER RESERVATION PROHIBITED Seller is not authorized to ship the goods under reservation and no tender of a bill of lading will operate as a tender of goods. 3. TITLE&RISK OF LOSS The title and risk of loss of the goods shall not pass to City until City actually receives and takes possession of the goods at the point or points of delivery. 4. DELIVERY TERMS AND TRANSPORTATION CHARGES F.O.B.destination unless delivery terms are specified otherwise in bid. City agrees to reimburse Seller for transportation costs in the amount specified in Seller's bid,or actual costs,whichever is lower,if the quoted delivery terms do not include transportation costs,provided City shall have the right to designate what method of transportation shall be used to ship the goods. 5. NO REPLACEMENT OF DEFECTIVE TENDER Every tender or delivery of goods must fully comply with all provisions of this contract as to time of delivery,quality and the like. If a tender is made which does not fully conform,this shall constitute a breach and Seller shall not have the right to substitute a conforming tender,provided,where the time for performance has not yet expired,the Seller may reasonably notify City of his intention to cure and may then make a conforming tender within the contract time but not afterward. 6. PLACE OF DELIVERY The place of delivery shall be that set forth in the block of the purchase order labeled"Ship To." Any change thereto shall be effected by modification as provided for in Clause 20 hereof entitled"Modifications." The terms of this agreement are"no arrival,no sale." 7. INVOICES&PAYMENTS a. Seller shall submit separate invoices,in duplicate,on each purchase order or purchase release after each delivery. Invoices shall indicate the purchase order or purchase release number and the supply agreement number if applicable. Invoices shall be itemized and transportation charges,if any,shall be listed separately. A copy of the bill of lading,and the freight waybill when applicable,should be attached to the invoice. Mail to:Accounts Payable,City of Corpus Christi,P.O.Box 9277,Corpus Christi,Texas 78469. Payment shall not be due until the above instruments are submitted after delivery. b. City's obligation is payable only and solely from funds available for the purpose of this purchase. Lack of funds shall render this contract null and void to the extent funds are not available,and any delivered but unpaid for goods will be returned to Seller by City. C. Do not include Federal Excise,State or City Sales Tax. City shall furnish tax exemption certificates upon request. d. Payment terms are net 30 days after the goods are provided or services are completed,as required,or a correct invoice is received,whichever is later. 8. GRATUITIES The City may,by written notice to the Seller,cancel this contract without liability to Seller if it is determined by City that gratuities,in the form of entertainment,gifts,or otherwise,were offered or given by the Seller,or any agent or representative of the Seller,to any officer or employee of the City with a view toward securing a contract or securing favorable treatment with respect to the awarding or amending,or the making of any determinations with respect to the performing of such a contract. In the event this contract is cancelled by City pursuant to this provision,City shall be entitled,in addition to any other rights and remedies,to recover or withhold the amount of the cost incurred by Seller in providing such gratuities. 9. SPECIAL TOOLS&TEST EQUIPMENT If the price stated on the face hereof includes the cost of any special tooling or special test equipment fabricated or required by Seller for the purpose of filling this order,such special tooling equipment and any process sheets related thereto shall become the property of the City and to the extent feasible shall be identified by the Seller as such. 10. WARRANTY-PRICE a. The price to be paid by the City shall be that contained in Seller's bid which Seller warrants to be no higher than Seller's current prices on orders by others for products of the kind and specification covered by this contract for similar quantities under similar or like conditions and methods of purchase. In the event Seller breaches this warranty,the prices of the items shall be reduced to Seller's current prices on orders by others,or in the alternative,City may cancel this contract without liability to Seller for breach or Seller's actual expense. b. The Seller warrants that no person or selling agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for commission, percentage,brokerage,or contingent fee excepting bona fide employees of bona fide established commercial or selling agencies maintained by the Seller for the purpose of securing business. For breach or violation of this warranty the City shall have the right in addition to any other right or rights to cancel this contract without liability and to deduct from the contract price,or otherwise recover the full amount of such commission,percentage,brokerage or contingent fee. 11. WARRANTY-PRODUCT Seller shall not limit or exclude any implied warranties and any attempt to do so shall render this contract voidable at the option of the City. Seller warrants that the goods furnished will conform to the specifications,drawings,and descriptions listed in the bid invitation,and to the sample(s)furnished by Seller,if any. In the event of a conflict between the specifications,drawings,and descriptions,the specifications shall govern. 12. SAFETY WARRANTY Seller warrants that the product sold to City shall conform to the standards promulgated by the U.S.Department of Labor under the Occupational Safety and Health ACT(OSHA). In the event the product does not conform to OSHA standards,City may return the product for correction or replacement at the Seller's expense. In the event Seller fails to make the appropriate correction within a reasonable time,correction made by City will be at Seller's expense. 13. NO WARRANTY BY CITY AGAINST INFRINGEMENTS As part of this contract for sale Seller agrees to ascertain whether goods manufactured in accordance with the specifications attached to this contract will give rise to the rightful claim of any third person by way of infringement or the like. City makes no warranty that the production of goods according to the specification will not give rise to such a claim,and in no event shall City be liable to Seller for indemnification in the event that Seller is sued on the grounds of infringement or the like. If Seller is of the opinion that an infringement or the like will result,he will notify City to this effect in writing within two weeks after the signing of this contract. If City does not receive notice and is subsequently held liable for the infringement or the like,Seller will hold City harmless. If Seller in good faith ascertains that production of the goods in accordance with the specifications will result in infringement or the like,this contract shall be null and void except that City will pay Seller the reasonable cost of his search as to infringements. 14. RIGHTS OF INSPECTION City shall have the right to inspect the goods at delivery before accepting them. 15. CANCELLATION City shall have the right to cancel for default all or any part of the undelivered portion of this order if Seller breaches any of the terms hereof including warranties of Seller or if Seller becomes insolvent or commits acts of bankruptcy.Such right of cancellation is in addition to and not in lieu of any other remedies which City may have in law or equity. 16. TERMINATION The performance of work under this order may be terminated in whole,or in part by the City in accordance with this provision. Termination of work hereunder shall be effected by the delivery to the Seller of a"Notice of Termination"specifying the extent to which performance of work under the order is terminated and the date upon which such termination becomes effective. Such right of termination is in addition to and not in lieu of the rights of City set forth in Clause 15,herein. 17. FORCE MAJEURE Neither party shall be held responsible for losses resulting if the fulfillment of any terms or provisions of this contract is delayed or prevented by any cause not within the control of the party whose performance is interfered with,and which by the exercise of reasonable diligence said party is unable to prevent. 18. ASSIGNMENT-DELEGATION No right or interest in this contract shall be assigned or delegation of any obligation made by Seller without the written permission of the City. Any attempted assignment or delegation by Seller shall be wholly void and totally ineffective for all purposes unless made in conformity with this paragraph. 19. MODIFICATIONS This contract can be modified or rescinded only by a writing signed by both of the parties or their duly authorized agents. 20. INTERPRETATION-PAROL EVIDENCE This writing is intended by the parties as a final expression of their agreement and is intended also as a complete and exclusive statement of the terms of their agreement. No course of prior dealings between the parties and no usage of the trade shall be relevant to supplement or explain any term used in this contract. Acceptance or acquiescence in a course of performance rendered under this contract shall not be relevant to determine the meaning of this contract even though the accepting or acquiescing party has knowledge of the performance and opportunity for objection. 21. APPLICABLE LAW This contract shall be governed by the laws of the State of Texas and any applicable federal laws. 22. ADVERTISING Seller shall not advertise or publish,without City's prior consent,the fact that City has entered into this contract,except to the extent necessary to comply with proper requests for information from an authorized representative of the federal,state or local government. 23. RIGHT TO ASSURANCE Whenever one party to this contract in good faith has reason to question the other party's intent to perform he may demand that the other party give written assurance of his intent to perform. In the event that a demand is made,and no assurance is given within five(5)days,the demanding party may treat this failure as an anticipatory repudiation of the contract. 24. EQUAL EMPLOYMENT OPPORTUNITY Seller agrees that during the performance of its contract it will: a. Treat all applicants and employees without discrimination as to race,color,religion,sex,national origin,marital status,age,or handicap. b. Identify itself as an"Equal Opportunity Employer"in all help wanted advertising or request. The Seller shall be advised of any complaints filed with the City alleging that Seller is not an Equal Opportunity Employer. 25. CONFLICTS OF INTEREST Seller agrees to comply with the conflict of interest provisions of state law and the City Charter and Code of Ordinances. Seller agrees to maintain current, updated disclosure of information on file with the City purchasing office throughout the term of this contract. Page: 2 of 2 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 Schneider Electric Engineering Services, LLC Quotation Number ES226400 We are pleased to quote Harmonic for Holly and Rand Morgan Pump Stations per BOM and specifications with the following exception(s)/clarification(s). Exception(s) • This quote does not include harmonic field measurements. Clarification(s) • Data collection shall be provided by the electrical contractor at no cost to Schneider Electric Engineering Services, LLC. The price (distr. net.) for performing the referenced analysis is given in the table below. This quote is subject to the services and billing agreement for Schneider Electric Engineering Services, LLC. Engineering services included in this quote will be performed by a firm licensed to perform engineering in the jurisdiction where the services are offered. When entering this quote in Q2C/SE Advantage, please have Sales Ops enter all information in the table below into the corresponding Q2C/SE Advantage fields (Bold Font) on the Bill of Materials (BOM) screen. Each row in the table reflects a separate line item (Ln Nbr) on the BOM. Customer Name: Holly and Rand Morgan Pump Stations Customer Location: Corpus Christi, TX ProductProduct Line Product Code Shipping Quantity Number Designation Description Category Code (SKU) Location SNA 1 ES226400 PSE Harm 23190 9692 SRVINAAARCETO ENG SVCS- Engineering System Services I I I I I IStudies ***Note: To enter an additional catalog description /sub line description in Q2C, select the line and right click on the line item, then choose Catalog Descriptions. When SC &TCC are included in the study scope, our intent is to deliver an initial SC &TCC study concurrent to submitting the equipment approval drawings, using conservatively estimated utility source impedances and conductor lengths, if necessary. Reports will be revised to include AF once all remaining required data, which will be identified as part of the initial study, is provided. Customer is responsible for supplying necessary data (refer to the summary below) in order to complete the study. We can assist in obtaining utility data if provided contact information. The Field Office is responsible for communicating any change orders that may impact the results of the analysis. *** If specific data is not received, an initial short-circuit and time-current coordination analyses will be performed using conservatively estimated utility source impedances and conductor lengths -other calculations such as arc flash, harmonic, load flow, voltage drop, and motor starting will be performed once all remaining required data, which will be identified as part of initial study, is provided.*** DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 Summary- intended for SC, TCC, &AF (not all-inclusive): 1. One-line diagram showing the scope of the system study. 2. All cables: size (AWG), type (CU/AL), # of sets, conduit type, and wire length, including service entrance cable. 3. The available short-circuit current from the utility company at the point of supply. 4. Service transformer information with primary fuse rating or breaker settings (ignore if Schneider Electric is supplying the transformer). If applicable: 5. Generator electrical data and breaker(s) details. 6. Automatic transfer switch withstand current rating or catalog number. 7. Submittals for paralleling gear or equipment associated with the emergency or UPS system. 8. Starter type (e.g., soft-start, VFD, other) and location of any motors greater than 50HP. Changes to specifications on which this quote was based may result in additional cost. DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 C9 GraybaR. 1402 LAREDO ST CORPUS CHRISTI TX 78401-3138 Phone: 361-886-4123 Fax: 361-886-4199 To: CITY OF CORPUS CHRISTI Date: 09/08/2021 ATTN: ACCTS PAYABLE Proj Name: VFD PROCUREMENT 5352 AYERS ST GB Project Qte#: 0238717116 Rev-1 CORPUS CHRISTI TX 78415-2104 Release Nbr: Attn: Nick Winklemann Purchase Order Nbr: VFD PROCUREMENT Phone: 361-880-3600 Additional Ref# Fax: 361-880-3609 Valid From: 08/23/2021 Email: Valid To: 09/22/2021 Contact: WILLIAM NAUGLE Email: william.naugle@graybar.com Proposal We Appreciate Your Request and Take Pleasure in Responding As Follows Notes: NOTE:**QUOTE CLARIFICATIONS" 1. 1 quoted all as NEMA1 since the panels feeding the VFDs are NEMA1. These are enclosed free standing drives. 2. 1 did not include a bypass contactor with this since the drawings do not show these. We can provide though if necessary. 3. 1 did not include dv/dt output filters since I don#t know the cable length from the VFD to the motors. I have assumed less than 100 feet. We can certainly provide output filters though if necessary. 4. 1 did not include any comms on this other than our standard. 5. 1 added 3 years of extended warranty assuming they will allow us to startup the drives. So, you get 1 year extended with startup, the initial one year, and 3 more. NOTE:**HARMONIC SERVICES" 1. We are pleased to quote Harmonic for Holly and Rand Morgan Pump Stations per BOM and specifications with the following exception(s)1clarification(s). Exception(s) # This quote does not include harmonic field measurements. Clarification(s) # Data collection shall be provided by the electrical contractor at no cost to Schneider Electric Engineering Services, LLC. Please see the sepaerate attached page for quote details. Item Item/Type Quantity Supplier Catalog Nbr Description Price Unit Ext.Price 100 1 EA SQUARE D CO. LOT QUOTE: $34,571.43 1 $34,571.43 SWITCHGEAR This equipment and associated installation charges may be financed for a low monthly payment through Graybar Financial Services isubiect to credit approvall. For mare inlormatlon call 1800-241-7408 to speak with a leasing specialist. To learn more about Graybar, visit our website at www.graybar.co 24-Hour Emergency Phone#: 1-800-GRAYBAR This Graybar quote is based on the terms of sale in the EV2370 Master Agreement which can be found by clicking the link round at https:f/www,omniapamers comlhubfs/PUBLIC%20SECTOR/Supplier%20InformmonlGraybar/EV237o_Gray bar_MAD_2017_12_20,pdf Page 1 of 3 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 t 0: LI I r Ur L-Urcru1:0 LINN16 I I Date: 09/0812021 ATTN: ACCTS PAYABLE Proj Name: VFD PROCUREMENT 5352 AYERS ST GB Project Qte#: 0238717116 Rev-1 CORPUS CHRISTI TX 78415-2104 Attn: Nick Winklemann Proposal We Appreciate Your Request and Take Pleasure in Responding As Follows 200 1 EA SQUARE D CO. LOT QUOTE: $2,880.83 1 $2,880.83 START-UP 300 1 EA SQUARE D CO. LOT QUOTE: $3,181.82 1 $3,181.82 HARMONIC ANALYSIS Total in USD (Tax not included): $40,634.08 This equipment and associated installation charges may be financed for a lcw monthly payment through Graybar Financial Services (subject to credit approval}. For more information call 1-800-241-7408 to speak with a leasing specialist. To learn more about Graybar, visit our website at www.graybar.co 24-Hour Emergency Phone#: 1-800-GRAYBAR This Graybar quote is based on the terms of sale in the EV2370 Master Agreement which can be found by clicking the link found at https:l/www.omniapartners.com/hubfs(PUBLIC%20SECTOR/Supplier%20lnformationIGraybar/EV2370_Graybar_MAD_2017_12_20,pdf Page 2 of 3 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 To: CITY OF CORPUS CHRISTI Date: 09/08/2021 ATTN: ACCTS PAYABLE Proj Name: VFD PROCUREMENT 5352 AYERS ST GB Project Qte#: 0238717116 Rev-1 CORPUS CHRISTI TX 78415-2104 Attn: Nick Winkfemann Proposal We Appreciate Your Request and Take Pleasure in Responding As Follows Signed: This equipment and associated installation charges may be linanced for a low monthly payment through Graybar Financial Services (subject to credit approval). For more information cafe 1-600-245-7406 to speak with a leasing specialist. To learn more about Graybar, visit our website at www.graybar.com 24-Hour Emergency Phone#; 1-800-GRAYBAR This Graybar quote is based on the terms of sale in the EV2370 Master Agreement which can be found by clicking the link found at https;tiwwvv.omniapartners comlhubfslPUBLEC%20SECTOPJSupplier%20Enformation/Graybar/EV2370_Graybar_MAD_2017_12_20.pdf Page 3 of 3 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 26 32 13.13 DIESEL ENGINE DRIVEN GENERATOR SETS PART 1 GENERAL 1.01 SCOPE OF WORK A. Packaged engine generator systems shall include but are not limited to: 1. Engine generator set. 2. Enclosure 3. Related Accessories as Specified B. The City has purchased equipment to be used for this project. Purchase Orders (POs) are attached at the end of each of the pre-purchased equipment specification. The Contractor shall provide Services for all equipment provided by the Owner, as specified in Section 01 64 00 — Owner-Furnished Products as well as elsewhere in the Contract Documents. 1.02 RELATED WORK A. Division 26 — Electrical 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Shop Drawings 1. Furnish shop drawings showing plan and elevation views with overall and interconnection point dimensions, weight, fuel consumption rate curves at various loads, ventilation and combustion air requirements, and electrical diagrams including schematic and interconnection diagrams. 2. Furnish product data showing dimensions, weights, ratings, interconnection points and internal wiring diagrams for engine, generator, control panel, battery, battery rack, battery charger, exhaust silencer, vibration isolators, and day tank. 3. Furnish generator data sheets including weights, excitation currents, per unit reactance's (subtransient, transient, synchronous, negative sequence and zero sequence), motor starting capabilities (kVA), time constants (subtransient, transient, open circuit and DC) and winding resistances. Submit expected performance data for the engine generator set. 4. Furnish generator connection diagram. 5. Submit computer analysis for generator loading, motor starting, critical speed and vibratory stress. 6. Furnish enclosure sound performance data. 7. Literature and drawings describing the equipment in sufficient detail, including parts list and materials of construction, to indicate full conformance with the Specifications. CORP2000479 26 31 13.13-1 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DIESEL ENGINE DRIVEN GENERATOR SETS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 C. Certifications and shop Tests 1. Submit a letter certifying full and complete compliance with the Specifications, Drawings and other project requirements. The letter shall list any exceptions or deviations from specified requirements, if any and reasons for same. Exceptions or deviation shall also be clearly marked in a separate color in submittals. D. Operations and Maintenance Manuals 1. Provide operation and maintenance manual. Furnish instructions for installation, maintenance, normal operation and emergency operation. 1.04 REFERENCE STANDARDS A. The following standards and codes shall be applicable: 1. IEEE32 - Standard Requirements, Terminology, and Test Procedures for Neutral Grounding Devices. 2. IEEE446 Recommended Practice for Emergency and Standby Power Systems for Commercial and Industrial Applications. 3. NFPA 110 — Standard for Emergency and Standby Power Systems. 4. NFPA 70 - National Electrical Code. 5. NFPA 37 - Standard for the installation and use of Stationary Combustion Engines and Gas Turbines. 6. UL508 - UL Safety Standard for Industrial Control Equipment. 7. UL2085 - UL Standard for Safety Protected Above Ground Tanks for Flammable and Combustible Liquids. 8. IS08528 - Reciprocating Internal Combustion Engine Driven Alternating Current Generating Sets. 9. UL142 - Steel Above Ground Tanks for Flammable and Combustible Liquids. 10. UL2200 - Standard for Safety Stationary Engine Generator Assembly. 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in packaged engine generator systems for a minimum period of ten (10) years and at least ten successful working installations of this type equipment. The equipment shall be produced by a manufacturer who is ISO 9001 certified for the design, development, production and service of its complete product line. B. Acceptable Manufacturers 1. Cummins. 2. Caterpillar. 3. Kohler. 4. The listing of specific manufacturer above does not imply acceptance of their products that do not meet the specified rating, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. C. Services of Manufacturer's representative CORP2000479 26 31 13.13-2 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DIESEL ENGINE DRIVEN GENERATOR SETS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1. Training a. Provide one day of on-site training to instruct the owner's personnel in the proper operation and maintenance of the equipment. Review operation and maintenance manuals, parts manuals, and emergency service procedures. Date shall be coordinated with Owner two weeks minimum prior to anticipate session. 2. Demonstration a. Provide system demonstration to Owner and Engineer. b. Simulate power outage by interrupting normal source and demonstrate that system operates to provide power that all controls are operative and that units operate satisfactorily in the event of interruption of normal power. c. Schedule the demonstration a minimum of two (2) weeks in advance. D. Supplier Qualifications: Authorized local distributor of engine generator manufacturer with staffed service facilities within 5 miles of project site. E. The engine-generator supplier shall maintain 24-hour parts and service capability within 50 miles of the project site. The distributor shall stock parts as needed to support the generator set package for this specific project. The supplier must carry sufficient inventory to cover no less than 80% parts service within 24hrs and 95%within 48 hours. F. Generator package shall be factory assembled and prototype tested. G. Units shall fit into the space available with adequate clearance for service as determined by the Engineer. Submitted units, which do not meet these criteria, shall be rejected. Do not assume that all of the manufacturers listed as acceptable manufacturers will provide a unit that will fit in the space allocated. Selection of acceptable manufacturers is not based on whether the manufacturer's standard stock unit will fit into every space allocated. 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS A. Generator Set Performance 1. Steady-State Voltage Operational Bandwidth: 1 percent of rated output voltage from no load to full load. 2. Steady-State Voltage Modulation Frequency: Less than one Hz. 3. Transient Voltage Performance: Not more than 25 percent variation for 100 percent step-load. Voltage recovers to remain within the steady-state operating band within 5 seconds. 4. Steady-State Frequency Operational Bandwidth: Plus or minus 0.25 percent of rated frequency from no load to full load. 5. Steady-State Frequency Stability: When system is operating at any constant load within the rated load, there are no random speed variations outside the steady- state operational band and no hunting or surging of speed. 6. Transient Frequency Performance: Less than 13 percent variation for a 100 percent step-load increase or decrease. Frequency recovers to remain within the steady- state operating band within 5 seconds. CORP2000479 26 31 13.13-3 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DIESEL ENGINE DRIVEN GENERATOR SETS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 7. Output Waveform: The alternator shall produce a clean AC voltage waveform, with not more than 5% total harmonic distortion at full linear load, when measured from line to neutral, and with not more than 3% in any single harmonic and no 3rd order harmonics or their multiples. . The telephone influence factor, determined according to NEMA MG 1, does not exceed 50. 8. Sustained Short-Circuit Current: For a 3-phase, bolted short circuit at the system output terminals, the system will supply a minimum of 300 percent of rated full- load current for not less than 10 seconds and then clear the fault automatically, without damage to winding insulation or any other generator system component. 9. The generator set shall be provided with a 100% rated circuit breaker sized to carry the rated output current of the generator set that is UL489 rated. Circuit breaker to be located inside the generator enclosure and designed to protect the generator. The circuit breaker shall incorporate and electronic trip unit. Load side lugs shall be provided from the factory. The shunt device shall be connected to trip the generator breaker when the generator set is shut down by other protective devices. 10. Starting Time: The unit shall be capable of reaching full rated voltage and frequency and accepting full rated load in one step within 10 seconds after receiving a start signal, under the ambient conditions specified herein. 11. Transient Overspeed Response: During recovery from transients caused by step load increases or decreases, or resulting from 100 percent load rejection, the speed of the diesel generator shall not reach the overspeed shutdown setpoint. 12. The generator shall be capable of starting and running the following loads with an instantaneous voltage dip (as define by NEMA MG-1) not to exceed 25% using the NEMA sizing method: 13. The generator must accept rated load in one-step B. Ratings 1. The generator set shall be rated for standby duty at a minimum of (SEE ONE LINE DRAWING for Generator Sizing in KW/KVA) 1800 RPM, 0.8 power factor, 480/277 VAC, 3 phase, 4 wire, 60 hertz including radiator fan and all parasitic loads. 2. The generator set shall be capable of a 130°C Standby rating while operating in an ambient condition of less than or equal to 77 OF and a maximum elevation of 500 ft above sea level. 3. Standby duty operation is defined per the following operational guidelines: a. Power is available for the duration of an emergency outage. b. Average Power Output = 70% of standby power. c. Load = Varying. d. Typical Hours/Year = 200 Hours. 4. Maximum Expected Usage = 500 hours/year. 1.07 DELIVERY, HANDLING AND STORAGE A. Equipment shall be packaged to avoid breakage and shall be clearly labeled for shipment. Equipment prone to breakage during shipment will be packaged in a separate container that is also clearly labeled. CORP2000479 26 31 13.13-4 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DIESEL ENGINE DRIVEN GENERATOR SETS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 B. All connections shall be either capped or covered with a watertight material to avoid dirt, debris and moisture from reaching internal surfaces of the equipment before installation. 1.08 MAINTENANCE/SPARE PARTS A. Furnish extra materials described below that match products installed. All materials need to be packaged with protective covering for storage, and identified with labels describing contents. Deliver extra materials to Owner. 1. Fuses: 1 for every 10 of each type and rating, but not less than 1 of each. 2. Indicator Lamps: 2 for every 6 of each type used, but not less than 2 of each. 3. Filters: One set each of lubricating oil, fuel, and combustion air filters for each engine. 1.09 WARRANTY/EXTENDED WARRANTY A. The manufacturer's standard warranty for standby duty applications shall in no event be for a period of less than five (5) years from date of field acceptance testing of the system and shall include repair parts, labor, reasonable travel expense necessary for repairs at the job site, and expendables (lubricating oil, filters, antifreeze, and other service items made unusable by the defect) used during the course of repair. Running hours shall be limited to 500 hours annually for the system warranty by both the manufacturer and servicing distributor. The warranty shall include mandatory service calls every twelve (12) months and shall cover additional service calls as necessary for maintenance. PART 2 PRODUCTS 2.01 MATERIALS A. Engine 1. Type: Liquid-cooled, four stroke turbo-charged internal combustion engine with pressure lubrication system. 2. Fuel System: Appropriate for use of No. 2 diesel fuel. 3. Engine Speed: Not more than 1800 RPM. 4. Emissions: Engine emissions shall comply with EPA Tier 3 requirements for stationary generator sets. Generator shall also comply with all Federal, State and local emission requirements. 5. The engine governor shall be an electronic Engine Control Module (ECM) with 12- volt DC Electric Actuator. The ECM shall be enclosed in an environmentally sealed, die-cast aluminum housing which isolates and protects electronic components from moisture and dirt contamination. Speed drop shall be adjustable from 0 (isochronous) to 10%, from no load to full rated load. Steady state frequency regulation shall be +/- 6 RPM. Speed shall be sensed by a magnetic pickup off the engine flywheel ring gear. A provision for remote speed adjustment shall be included. The ECM shall adjust fuel delivery according to exhaust smoke, altitude and cold mode limits. In the event of a DC power loss, the forward acting actuator will move to the minimum fuel position. CORP2000479 26 31 13.13-5 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DIESEL ENGINE DRIVEN GENERATOR SETS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 6. Safety Devices: Engine shutdown on high water temperature, low oil pressure, overspeed, and engine overcrank. Limits as selected by manufacturer. Individual indicating lights for each function. 7. 600kW Block Heater - The block heater shall be thermostatically controlled, 2500 watt, 110-120 VAC, to maintain manufacturers recommended engine coolant temperature to meet the start-up requirements of NFPA 99 and NFPA 110, Level 1. 8. Engine Water Pumps: Engine-driven water pump(s) sized to maintain safe engine temperature using a 50 percent ethylene glycol and water mixture thru the engine mounted radiator. 9. Engine Mounted Radiator: 1.The engine shall be liquid-cooled by a closed loop, unit mounted radiator rated to operate the generator set at full load at an ambient temperature of 50 degrees C (122 degrees F). The radiator fan and other rotating engine parts shall be guarded against accidental contact. 10. Engine Accessories: a. Fuel filters, lube oil filters, intake air filters, fuel transfer pump, fuel priming pump, flex fuel lines. b. Fuel primary filter, Racor triplex type, 30 micron, with isolation valves, water detection and filter restriction sensors. Wire alarms to the engine control system. c. Engine driven charging alternator, 24 VDC, 45 amps. 11. Mounting: Mount engine, generator and cooling system on a common structural base. 12. The generator set shall be furnished with rodent guards to prevent rodent intrusion and protect internal components 13. Electric Starters: One (1) electric starting motors shall be furnished on the engine. One starter motor shall be capable of starting the engine. The starting motors shall be 12 VDC with positive engagement drive. 14. Battery a. Each genset requires a quantity of two BCI group 8D batteries which must meet the engine manufactures' specifications for the ambient conditions specified in Part 1 Project Conditions and shall comply with the NFPA requirements for engine cranking cycles. Each battery shall be rated according to SAE Standards J-537 with a minimum cold cranking amp of 1150 amps and a minimum reserve capacity of 430 Minutes at 80F. The battery must contain two handles to aid in lifting and the case must be constructed of polypropylene to resist breakage and extend service life. Removable cell covers shall be provided to allow for checking of electrolyte specific gravity. b. Battery rack and battery cables capable of holding the manufacturer's recommended batteries shall be supplied. c. Provide a heated battery blanket warmer for starting in cold weather. 15. The generator set shall be supplied with a 10-ampere automatic float/equalize battery charger capable of charging both lead-acid and ni-cad type batteries, with the following features: a. Automatic 3-stage float to equalization charge b. Voltage regulation of 1% from no to full load over 10% AC input line voltage variations CORP2000479 26 31 13.13-6 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DIESEL ENGINE DRIVEN GENERATOR SETS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 c. Battery charging current Ammeter and battery voltage voltmeter with 5% full- scale accuracy d. LED lamp for power ON indication e. Current limited during engine cranking, short circuit, and reverse polarity conditions f. Temperature compensated for ambient temperatures for -40°C to 60°C g. Alarm circuit board featuring alarm contacts for low battery voltage, high battery voltage, and battery charger malfunction. h. UL 1012 Listed i. CSA Certified B. Generator 1. Each generator shall be rated as specified on 1.06. 2. The synchronous three phase generator shall be a self-ventilated, drip-proof design in accordance with NEMA MG 1 and directly connected to the engine flywheel housing with a flex coupling. 3. The insulation material shall meet NEMA MG-1 standards for Class H insulation and be vacuum impregnated with epoxy varnish to be fungus resistant. Temperature rise of the rotor and stator shall not exceed 105° C in a 40° C ambient. Stator windings shall be form wound construction. 4. Each generator shall utilize a permanent magnet excitation system capable of sustaining at least 300% rated current for 10 seconds under a 3 phase symmetrical fault. The excitation system shall be of brushless construction. 5. Voltage Regulator: a. The digital voltage regulator shall be microprocessor based with fully programmable operating and protection characteristics. The regulator shall maintain generator output voltage within +/- 0.5% for any constant load between no load and full load. The regulator shall be capable of sensing true RMS in three phases of alternator output voltage. The voltage regulator shall include a VAR/Pf control feature as standard. The regulator shall provide an adjustable dual slope regulation characteristic in order to optimize voltage and frequency response for site conditions. The voltage regulator shall include standard the capability to provide generator paralleling with reactive droop compensation and reactive differential compensation. b. The voltage regulator shall communicate with the Generator Control Panel via a J1939 communication network with generator voltage adjustments made via the controller keypad. Additionally, the controller shall allow system parameter setup and monitoring, and provide fault alarm and shutdown information through the controller. 6. Provide generator winding space heater with thermostat suitable for operation on 240 VAC, single phase. 7. The generator shall be provided with a 100% rated Main output breaker supplied and installed by the generator manufacturer. C. Weatherproof Level 2 Sound Attenuated Enclosure 1. Level 2 Sound Attenuated Enclosure CORP2000479 26 31 13.13-7 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DIESEL ENGINE DRIVEN GENERATOR SETS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 2. The generator set shall be supplied with a Level 2 Sound Attenuated Enclosure, providing a sound level of 70 dB(A) while the generator is operating at 100% load at 7 meters (23 feet) using acoustic insulation and acoustic-lined inlet hoods, and using acoustic insulation and acoustic-lined inlet hoods, constructed from a minimum of high strength, low alloy 14 gauge steel. The acoustic insulation used shall meet UL 94 HF1 flammability classification. The enclosure shall be manufactured from bolted panels to facilitate service, future modifications, or field replacement. The enclosure shall use external vertical air inlet and outlet hoods with 90 degree angles to discharge air up and reduce noise. The enclosure shall have an integral rodent guard and skid end caps and shall have bracing to meet 164 mph wind loading. 3. The enclosure components and skid shall be cleaned with a two-stage alkaline cleaning process to remove grease, grit, and grime from parts. Components shall then be subjected to a Zirconium-based conversion coating process to prepare the metal for electrocoat (e-coat) adhesion. All enclosure parts shall receive an 100% epoxy primer electrocoat (e-coat) with high-edge protection. Following the e-coat process, the parts shall be finish coated with powder baked paint for superior finish, durability, and appearance with a Power ArmorTM industrial finish that provides heavy duty durability in harsh conditions, and is fade-, scratch- and corrosion- resistant. 4. The enclosure must surpass a 3,000 hour salt spray corrosion test per ASTM B- 1117. 5. Enclosures will be finished in the manufacturer's standard color. 6. The enclosures shall allow the generator set to operate at full load in an ambient temperature of 50°C with no additional derating of the electrical output of the generator set. 7. Enclosures shall be equipped with sufficient side and end doors to allow access for operation, inspection, and service of the unit and all options. Minimum requirements are two doors per side. When the generator set controller faces the rear of the generator set, an additional rear facing door is required. Access to the controller and main line circuit breaker shall meet the requirements of the National Electric Code. 8. Doors shall be fitted with hinges, hardware, and the doors shall be removable. 9. Doors shall be equipped with lockable latches. Locks shall be keyed alike. Door locks shall be recessed to minimize potential of damage to door/enclosure. 10. A duct between the radiator and air outlet shall be provided to prevent re-circulation of hot air. 11. The complete exhaust system shall be internal to the enclosure. 12. The critical silencer shall be fitted with a tailpipe and rain cap. 13. The generator set enclosure shall be furnished with the battery charger wired into the load center. 14. Basic Electrical Panel —The generator set enclosure shall be furnished with a load center 120/240VAC single phase, 100 amp max w/ main and 12 branch circuits. (1) switch control, (3) AC lights vapor tight and gasketed, and (2) duplex GFI receptacles. CORP2000479 26 31 13.13-8 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DIESEL ENGINE DRIVEN GENERATOR SETS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 15. The generator set enclosure shall be furnished with the block heater wired into the load center. D. Fuel Tank Base 1. Double Wall Secondary Containment Sub-base Fuel Tank 2. The generator set shall be supplied with a sub-base fuel tank of 500 gallons. 3. The sub-base fuel system shall be listed under UL 142, subsection entitled Special Purpose Tanks EFVT category, and will bear their mark of UL Approval according to their particular classification. 4. The above ground steel secondary containment rectangular tank for use as a sub base for diesel generators is manufactured and intended to be installed in accordance with the Flammable and Combustible Liquids Code—NFPA 30, the Standard for Installation and Use of Stationary Combustible Engine and Gas Turbines—NFPA 37, and Emergency and Standby Power Systems—NFPA 110. 5. The primary tank shall be rectangular in shape and constructed in clam shell fashion to ensure maximum structural integrity and allow the use of a full throat fillet weld. 6. Steel Channel Support System. Reinforced steel box channel for generator support, with a load rating of 5,000 Ibs. per generator mounting hole location. Full height gussets at either end of channel and at generator mounting holes shall be utilized. 7. Exterior Finish. The sub-base tank exterior finish shall be Power Armor PlusTM, a polyurea-textured rubberized coating. 8. Normal venting shall be sized in accordance with the American Petroleum Institute Standard No 2000, Venting Atmospheric and Low Pressure Storage Tanks not less than 1-1/4" (3 cm.) nominal inside diameter. 9. The emergency vent opening shall be sized to accommodate the total capacity of both normal and emergency venting and shall be not less than that derived from NFPA 30, table 2-8, and based on the wetted surface area of the tank. The wetted area of the tank shall be calculated on the basis of 100 percent of the primary tank. The vent is to be spring-pressure operated: opening pressure is 0.5/psig and full opening pressure is 2.5 psig. The emergency relief vent is to be sized to accommodate the total venting capacity of both normal and emergency vents. 10. There shall be a 2" NPT opening within the primary tank and lockable manual fill cap. 11. A direct reading, UL listed, magnetic fuel level gauge with a hermetically sealed, vacuum tested dial, to eliminate fogging, shall be provided. 12. A float switch for remote or local annunciation of a (50% standard) low fuel level condition shall be supplied. 13. Supply flexible fuel lines to provide a flexible connection between the engine fuel fittings and the fuel supply tank piping and for the fuel return lines from the injector pump per engine manufacturer's recommendations. Flex line shall have a protective steel wire braid to protect the hose from abrasion. E. Exhaust System 1. The exhaust piping shall be gas proof, seamless, stainless steel, flexible exhaust bellows and includes the flex exhaust tube and the mounting hardware. F. Vibration Isolation CORP2000479 26 31 13.13-9 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DIESEL ENGINE DRIVEN GENERATOR SETS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1. Vibration isolators shall be provided between the engine-alternator and heavy-duty steel base. 2.02 CONTROLS A. Engine Generator Control System 1. The generator set controller shall be a microprocessor based control system that will provide automatic starting, system monitoring, protection, and paralleling capability for multiple generator sets. The controller system shall also provide local monitoring and remote monitoring. The control system shall be capable of PC based updating of all necessary parameters, firmware, and software. The control panel enclosure shall be NEMA 1 and shall be located inside the Generator Enclosure. 2. The controller shall be mounted on the generator set and shall have integral vibration isolation. The controller shall be prototype and reliability tested to ensure operation in the conditions encountered. B. Codes and Standard 1. The generator set controller shall meet NFPA 110 Level 1 requirements and shall include an integral alarm horn as required by NFPA. 2. The controller shall meet NFPA 99 and NEC requirements. 3. The controller shall be UL 508 listed. C. Applicability 1. The controller shall be a standard offering in the manufacturer's controller product line. 2. The controller shall support 12-volt and 24volt starting systems. 3. The controller's environmental specification shall be: -40°C to 70°C operating temperature range and 5-95% humidity, non-condensing. 4. The controller shall mount on the generator or remotely within 40 feet with viewable access. D. Controller Buttons, Display and Components 1. The generator set controller shall include the following features and functions: a. Push button Master Control buttons. The buttons shall be tactile-feel membrane with an indicator light to initiate the following functions: b. Run Mode: When in the run mode the generator set shall start as directed by the operator. c. Off/Reset Mode: When in the Off/Reset mode the generator set shall stop, the reset shall reset all faults, allowing for the restarting of the generator set after a shutdown. d. Auto Mode: When in Auto the mode the generator set shall be ready to accept a signal from a remote device. 2. Emergency Stop Switch. The remote stop switch shall be red in color with a "mushroom" type head. Depressing the stop button will immediately stop the generator set and lockout the generator set for any automatic remote starting. 3. Push Button/Rotary Selector dial. This dial shall be used for selection of all Menus and sub-menus. Rotating the dial moves you through the menus, pushing the dial CORP2000479 26 31 13.13-10 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DIESEL ENGINE DRIVEN GENERATOR SETS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 selects the menu and function/features in that menu. Pushing the button selects the feature/function and sub-menus. 4. Digital Display. The digital display shall be alphanumeric, with 2 lines of data and approximately 24 charters. The display shall have back lighting for ease of operator use in high and low light conditions. The display shall display status of all faults and warnings. The display shall also display any engine faults. While the generator set is running, the display shall scroll all-important information across the screen for ease of operator use. The scroll can be stopped by pushing the rotary dial. The display shall fall asleep when the generator set is not running and will wake-up when the generator set starts or the rotary dial is depressed. 5. Fault Light. The controller shall have an annunciator fault light that glows red for faults and yellow for warnings. These faults and warnings shall be displayed in the digital display. The fault light will also glow yellow when not in AUTO. 6. Alarm Horn. The controller shall provide an alarm horn that sounds when any faults or warnings are present. The horn shall also sound when the controller is not in the AUTO mode. 7. Alarm Silence/Lamp Test Button. When this button is depressed, it shall test all controller lamps. This button will also silence the alarm horn when the unit is not AUTO. 8. USB Connection. The controller shall have a USB connection on the face of the controller. This connection shall allow for updating of all software and firmware. This port shall also allow for all servicing of generator set parameters, fault diagnostics and viewing of all controller information via use a laptop computer. 9. Dedicated user inputs. The controller shall have dedicated inputs for remote emergency stop switch, remote 2-wire star for transfer switch and auxiliary shutdown. 10. The controller shall have auto resettable circuit protection integral on the circuit board. E. System Controller Monitoring and Status Features and Functions 1. The generator controller shall display and monitor the following engine and alternator functions and allow adjustments of certain parameters at the controller: a. Overview menu (i) Active shutdowns and warnings shall be displayed if present and without the need of operator interface (ii) Engine runtime with total hours (iii) Average line to line voltage (iv) Coolant temperature (v) Fuel level or pressure (vi) Oil pressure (vii) Battery voltage (viii) Software version (ix) Frequency (x) Average current b. Engine metering menu. CORP2000479 26 31 13.13-11 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DIESEL ENGINE DRIVEN GENERATOR SETS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 (i) Engine speed (ii) Oil pressure (iii) Coolant temperature (iv) Battery voltage c. Generator metering menu. (i) Total power in VA (ii) Total power in W (iii) Rated power % used (iv) Voltage L-L and L-N for all phases (v) Current L1, L2, L3 (vi) Frequency d. Generator set information. (i) Generator set model number (ii) Generator set serial number (iii) Controller set number e. Generator set run time. (i) Engine run time total hours (ii) Engine loaded total hours (iii) Number of engine starts (iv) Total energy in kW f. Generator set system (i) System voltage (ii) System frequency 50/60Hz (iii) System phase, single/three phase (iv) Power rating kW (v) Amperage rating (vi) Power type standby/prime (vii) Measurement units, metric/English units adjustable (viii) Alarm silence, always or auto only g. Generator set calibration, the following are adjustable at the controller. (i) Voltage L-L and L-N all phases (ii) Current L1, L2, L3 (iii) Reset all calibrations h. Voltage regulation, +/-0.5% regulation, the following is adjustable at the controller. (i) Voltage Adjustable +/- 10% i. Digital and Analog Inputs and outputs (i) Displays settings and status j. Event Log (i) Stores event history, up to 1000 events k. Paralleling Features (i) Paralleling system view from all generator controllers in the system CORP2000479 26 31 13.13-12 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DIESEL ENGINE DRIVEN GENERATOR SETS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 (ii) Generator management to allow load sharing with other generator sets, and allow start and stop of generators based on load demand or state of other generators within the system (iii) Automatic synchronizer F. Controller Engine control features and functions 1. Automatic restart - the controller has automatic restart feature that initiates the start routine and re-crank after a failed start attempt. 2. Cyclic cranking - the controller shall have programmable cyclic cranking 3. Engine starting aid - the controller shall have the capability of providing control for an optional engine starting aid. 4. The control system shall include time delays for engine start and cool down. 5. The control system shall interface with the engine ECM and display engine fault codes and warnings. The ECM shall also include sender failure monitoring to help distinguish between failed senders and actual failure conditions. 6. The controller shall monitor and display engine governor functions with include steady state and transient frequency monitoring G. Controller Alternator control features and functions 1. Integrated hybrid voltage regulator. The system shall have integral microprocessor based voltage regulator system that provides +/- 5% voltage regulation, no-load to full load with three phase sensing. The system is prototype tested and control variation of voltage to frequency. The voltage regulator shall be adjustable at the controller with maximum +/- 10% adjustable of nominal voltage. 2. AC output voltage regulator adjustment. The system shall allow for adjustment of the integral voltage regulator with maximum of +/- 10% adjustment of the system voltage. 3. Alternator thermal overload protection. The system shall have integral alternator overload and short circuit protection matched to each alternator for the particular voltage and phase configuration. 4. Power metering. The controller digitally displays power metering of kW and kVA. H. Other control features and functions 1. Event logging. The controller keeps a record of up to 1000 events, for warning and shutdown faults. This fault information becomes a stored record of systems events and can be reset. 2. Historical data logging. The controller total number of generator set successful start shall be recorded and displayed. 3. Programmable access.The control system shall include a USB port that gives service technicians the ability to provide software and firmware upgrades. The system shall also be capable of allowing setting of all critical parameters using the service software and a laptop computer. All parameters and setting should be capable to being stored on a laptop for future upgrades of printing for analysis. I. Generator Set Warning, Shutdown Alarm and Status 1. The generator set shall have alarms and status indication lamps that show non- automatic status and warning and shutdown conditions.The controller shall indicate CORP2000479 26 31 13.13-13 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DIESEL ENGINE DRIVEN GENERATOR SETS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 with a warning lamp and or alarm and on the digital display screen any shutdown, warning or engine fault condition that exists in the generator set system. The following alarms and shutdowns shall exist as a minimum: a. Engine functions (i) Critical high fuel level (alarm) (ii) ECM communication loss (shutdown) (iii) ECM diagnostics (alarm & shutdown) (iv) Engine overspeed (shutdown) (v) Engine start aid active (vi) Engine under speed (shutdown) (vii) Fuel tank leak (alarm & shutdown) (viii) High DC battery voltage (alarm) (ix) High coolant temperature (alarm & shutdown) (x) High fuel level (alarm) (xi) Low DC battery voltage (alarm) (xii) Low coolant level (shutdown) (xiii) Low coolant temperature (alarm) (xiv) Low cranking voltage (alarm) (xv) Low engine oil level (alarm & shutdown) (xvi) Low fuel level (alarm & shutdown) (xvii) Low fuel pressure (alarm) (xviii) Low oil pressure (alarm & shutdown) (xix) No coolant temperature signal (shutdown) (xx) No oil pressure signal (shutdown) (xxi) Overcrank (shutdown) (xxii) Speed sensor fault (alarm) b. Generator functions (i) AC sensing loss over & under current (alarm & shutdown) (ii) Alternator protection (shutdown) (iii) Ground fault input (alarm) (iv) kW overload (shutdown) (v) Locked rotor (shutdown) (vi) Over-frequency (shutdown) (vii) Over AC voltage (shutdown) (viii) Under-frequency (shutdown) (ix) Under AC voltage (shutdown) (x) Emergency stop (shutdown) c. Other General functions (i) Battery charger fault (alarm) (ii) Common fault (shutdown) (iii) Common warning (alarm) (iv) Master switch not in auto (alarm) CORP2000479 26 31 13.13-14 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DIESEL ENGINE DRIVEN GENERATOR SETS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 (v) Generator running (vi) Input/Output fault (alarm) d. The generator set controller shall also be capable of meeting all necessary NFPA 110 level 1 requirements that include several of the above along with; EPS supplying load, Master switch "not in auto", and contacts for local and remote common alarm. J. Communications 1. The controller shall communicate with the ECM for control, monitoring, diagnosis, and meet SAE J1939 standards 2. Communication signal shall be able to monitor and alter parameters, and start or stop a generator. 3. The controller shall have the capability to communicate to a personal computer (IBM or compatible) and appropriate application software 4. A variety of connections shall be available based on requirements: 5. A single control connection to a PC via USB 6. Internet connection via Ethernet 7. Generator and transfer switch controls shall be equipped with communications modules capable of connecting to the same communication network. 2.03 FACTORY TESTS A. To ensure that the equipment has been designed and built to the highest reliability and quality standards, the manufacturer and/or local representative shall be responsible for three separate tests: design prototype tests, final production tests, and site tests. 1. Design Prototype Tests: Components of the emergency system, such as the engine/generator set, transfer switch, and accessories, shall not be subjected to prototype tests because the tests are potentially damaging. Rather, similar design prototypes and preproduction models shall be subject to the following tests: a. Maximum power (kW) b. Maximum motor starting (kVA) at 35% instantaneous voltage dip. c. Alternator temperature rise by embedded thermocouple and/or by resistance method per NEMA MG1-32.6. d. Governor speed regulation under steady-state and transient conditions. e. Voltage regulation and generator transient response. f. Harmonic analysis, voltage waveform deviation, and telephone influence factor. g. Three-phase short circuit tests. h. Alternator cooling air flow. i. Torsional analysis to verify that the generator set is free of harmful torsional stresses. j. Endurance testing. 2. Final Production Tests. Each generator set shall be tested under varying loads with guards and exhaust system in place. Tests shall include: a. Single-step load pickup b. Safety shutdown device testing CORP2000479 26 31 13.13-15 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DIESEL ENGINE DRIVEN GENERATOR SETS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 c. Rated Power @ 0.8 PF d. Maximum power e. Correct any defects that become evident during the test and re-test as necessary until successful operation is achieved. f. Provide certified test results within 10 days of completion of test. PART 3 EXECUTION 3.01 DEMOLITION/PREPARATION A. Examine elements and surfaces to receive generators for compliance with installation tolerances and other conditions affecting performance. B. Check that concrete pads are level and free of irregularities. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. The Contractor shall provide manpower and equipment to manufacturer's field representative and assist with supervision of unloading, installation, adjustment, and testing of the equipment. The Contractor shall observe equipment in operation after startup and report any irregularities in equipment operation to Owner and Engineer. The Contractor shall assist equipment manufacturer in making and testing adjustments to equipment to improve its performance and to reduce operating irregularities, rough operation, vibration, and noise such that equipment operates within acceptable limits set by manufacturer and typical for other similar installations. B. The Contractor shall install concrete equipment pad. Equipment bases shall be set level and in alignment and shall be grouted in place in accordance with supplier's recommendations and drawings. C. Do not cut or weld any galvanized steel component in the field. Violation of this requirement will result in rejection of affected components. 3.03 INSPECTION A. Inspect completed installation for physical damage, proper alignment, anchorage and grounding. 3.04 FIELD TESTING A. Coordinate all start-up and testing activities with Construction Manager, Engineer and Owner. B. The manufacturer's distribution representative shall perform an installation check, startup, and building load test. The engineer, regular operators, and the maintenance staff shall be notified of the time and date of the site test. The tests shall include: CORP2000479 26 31 13.13-16 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DIESEL ENGINE DRIVEN GENERATOR SETS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1. Fuel, lubricating oil, and antifreeze shall be checked for conformity to the manufacturer's recommendations, under the environmental conditions present and expected. 2. Accessories that normally function while the set is standing by shall be checked prior to cranking the engine. These shall include: block heaters, battery chargers, alternator strip heaters, remote annunciators, etc. 3. Generator set startup under test mode to check for exhaust leaks, path of exhaust gases outside the building, cooling air flow, movement during starting and stopping, vibration during operation, normal and emergency line-to-line voltage and frequency, and phase rotation. 4. Automatic start by means of a simulated power outage to test remote-automatic starting, transfer of the load, and automatic shutdown. Prior to this test, all transfer switch timers shall be adjusted for proper system coordination. Engine coolant temperature, oil pressure, and battery charge level along with generator set voltage, amperes, and frequency shall be monitored throughout the test. 5. Load bank testing. The test shall consist of four hours of continuous operation using a portable resistive load bank. Adjust the load bank load to provide one half hour each at zero load, 25 percent, 50 percent, and 75 percent of full load. Followed by two hours of operation at rated standby load. Furnish the portable load bank, all connecting cables, metering equipment, and other equipment or devices required to perform the on-site testing. During the test, readings shall be taken every 15 minutes showing % load, voltage, amps, oil pressure, water temperature, and battery charge. 6. Fuel for start-up services shall be included in Contractor's price. Generators shall be turned over to Owner with a full fuel tank. 3.05 FIELD PAINTING A. Touch-up minor scratches and scrapes in galvanized finishes using at least three mils of zinc-rich compound conforming to Federal Specification MIL-P-26915A. Clean surface with wire brush and wipe clean with damp rag. Allow to dry before application. B. The Contractor shall provide touch-up painting, as required, for equipment which is delivered painted, in accordance with manufacturer's instructions for the paint system used for manufacturer's equipment. 3.06 CLEANING A. A.The Contractor shall provide cleanup and disposal of unneeded or surplus materials which were delivered with equipment after installation of equipment. If the Owner desires, the Contractor shall remove unneeded or surplus materials, deliver to location designated by the Owner, and unload and place in designated storage location for the Owner's future use. END OF SECTION CORP2000479 26 31 13.13-17 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DIESEL ENGINE DRIVEN GENERATOR SETS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 //d. \ ORDERPURCHASE /. PO 70844-0-CPG JRevision Number 1 THE ABOVE PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPMENTS,BIL-S,INVOICES AND CORRESPONDENCE.COPIES OF PACKING SLIPS MUST ACCOMPANY ALL SHIPMENTS AND INVOICES. DATE: 09/21/2021 FAILURE TO COMPLY WILL RESULT IN DELAYED PAYMENT OF INVOICES. City of Corpus Christi Accounts Payable 4423 BILL TO: ' PO Box 9277 TO Holt Cat Corpus Christi TX 78469-9277 10950 Plano Rd AccountsPayable@cctexas.com Dallas TX 75238 Tax ID:74-6000574 L SHIP TO: Capital Programs 1201 Leopard St 3rd Floor Corpus Christi TX 78401 This purchase order is subject to all terms and conditions on face and/or enclosed. TERMS Net 30 SHIP VIA SHIP TERMS FOB Destination UNIT EXTENDED FRT TERMS PRICE PRICE LINE QUANTITY UOM ITEM DESCRIPTION 1 106,400.0000 EA HOLLY/RAND MORGAN IMPLT. 1.00000 $106,400.00 HOLLY/RAND MORGAN IMPLT. Purchase Order Summary Goods Total: 106,400.00 Order Total: 106,400.00 Buyer Contact: Contracts and Procurement Phone: 361-826-3160 Total Amount: $106,400.00 Email: ContractsandProcurement@cctexas.com 1. Invoices must cover no more than one purchase order 2. Purchase price must not be increased except on written authority 3. Material which does not meet specification will be returned at vendor's expense 4. Vendor guarantees protection to buyer from all patent infringement or suit pursuant to this order 5. The terms and conditionals of this Purchase Order apply only to the extent that they are not inconsistent with the terms and conditions of a separate service or supply agreement between the parties. Page: 1 of 2 CITY OF CORPUS CHRISTI DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 IASING DIVISION STANDARD PURCHASE TERMS AND CONDITIONS Seller and City agree as follows 1. SELLER TO PACKAGE GOODS Seller will package goods in accordance with good commercial practice. Each shipping container shall be clearly and permanently marked as follows: (a)Seller's name and address;(b)Consignee's name,address and purchase order or purchase release number and the supply agreement number if applicable;(c)container number and total number of containers,e.g.box 1 of 4 boxes;and(d)the number of the container bearing the packing slip. Seller shall bear cost of packaging unless otherwise provided. Goods shall be suitably packed to secure lowest transportation costs and to conform to requirements of common carriers and any applicable specifications. City's count or weight shall be final and conclusive on shipments not accompanied by packing lists. 2. SHIPMENT UNDER RESERVATION PROHIBITED Seller is not authorized to ship the goods under reservation and no tender of a bill of lading will operate as a tender of goods. 3. TITLE&RISK OF LOSS The title and risk of loss of the goods shall not pass to City until City actually receives and takes possession of the goods at the point or points of delivery. 4. DELIVERY TERMS AND TRANSPORTATION CHARGES F.O.B.destination unless delivery terms are specified otherwise in bid. City agrees to reimburse Seller for transportation costs in the amount specified in Seller's bid,or actual costs,whichever is lower,if the quoted delivery terms do not include transportation costs,provided City shall have the right to designate what method of transportation shall be used to ship the goods. 5. NO REPLACEMENT OF DEFECTIVE TENDER Every tender or delivery of goods must fully comply with all provisions of this contract as to time of delivery,quality and the like. If a tender is made which does not fully conform,this shall constitute a breach and Seller shall not have the right to substitute a conforming tender,provided,where the time for performance has not yet expired,the Seller may reasonably notify City of his intention to cure and may then make a conforming tender within the contract time but not afterward. 6. PLACE OF DELIVERY The place of delivery shall be that set forth in the block of the purchase order labeled"Ship To." Any change thereto shall be effected by modification as provided for in Clause 20 hereof entitled"Modifications." The terms of this agreement are"no arrival,no sale." 7. INVOICES&PAYMENTS a. Seller shall submit separate invoices,in duplicate,on each purchase order or purchase release after each delivery. Invoices shall indicate the purchase order or purchase release number and the supply agreement number if applicable. Invoices shall be itemized and transportation charges,if any,shall be listed separately. A copy of the bill of lading,and the freight waybill when applicable,should be attached to the invoice. Mail to:Accounts Payable,City of Corpus Christi,P.O.Box 9277,Corpus Christi,Texas 78469. Payment shall not be due until the above instruments are submitted after delivery. b. City's obligation is payable only and solely from funds available for the purpose of this purchase. Lack of funds shall render this contract null and void to the extent funds are not available,and any delivered but unpaid for goods will be returned to Seller by City. C. Do not include Federal Excise,State or City Sales Tax. City shall furnish tax exemption certificates upon request. d. Payment terms are net 30 days after the goods are provided or services are completed,as required,or a correct invoice is received,whichever is later. 8. GRATUITIES The City may,by written notice to the Seller,cancel this contract without liability to Seller if it is determined by City that gratuities,in the form of entertainment,gifts,or otherwise,were offered or given by the Seller,or any agent or representative of the Seller,to any officer or employee of the City with a view toward securing a contract or securing favorable treatment with respect to the awarding or amending,or the making of any determinations with respect to the performing of such a contract. In the event this contract is cancelled by City pursuant to this provision,City shall be entitled,in addition to any other rights and remedies,to recover or withhold the amount of the cost incurred by Seller in providing such gratuities. 9. SPECIAL TOOLS&TEST EQUIPMENT If the price stated on the face hereof includes the cost of any special tooling or special test equipment fabricated or required by Seller for the purpose of filling this order,such special tooling equipment and any process sheets related thereto shall become the property of the City and to the extent feasible shall be identified by the Seller as such. 10. WARRANTY-PRICE a. The price to be paid by the City shall be that contained in Seller's bid which Seller warrants to be no higher than Seller's current prices on orders by others for products of the kind and specification covered by this contract for similar quantities under similar or like conditions and methods of purchase. In the event Seller breaches this warranty,the prices of the items shall be reduced to Seller's current prices on orders by others,or in the alternative,City may cancel this contract without liability to Seller for breach or Seller's actual expense. b. The Seller warrants that no person or selling agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for commission, percentage,brokerage,or contingent fee excepting bona fide employees of bona fide established commercial or selling agencies maintained by the Seller for the purpose of securing business. For breach or violation of this warranty the City shall have the right in addition to any other right or rights to cancel this contract without liability and to deduct from the contract price,or otherwise recover the full amount of such commission,percentage,brokerage or contingent fee. 11. WARRANTY-PRODUCT Seller shall not limit or exclude any implied warranties and any attempt to do so shall render this contract voidable at the option of the City. Seller warrants that the goods furnished will conform to the specifications,drawings,and descriptions listed in the bid invitation,and to the sample(s)furnished by Seller,if any. In the event of a conflict between the specifications,drawings,and descriptions,the specifications shall govern. 12. SAFETY WARRANTY Seller warrants that the product sold to City shall conform to the standards promulgated by the U.S.Department of Labor under the Occupational Safety and Health ACT(OSHA). In the event the product does not conform to OSHA standards,City may return the product for correction or replacement at the Seller's expense. In the event Seller fails to make the appropriate correction within a reasonable time,correction made by City will be at Seller's expense. 13. NO WARRANTY BY CITY AGAINST INFRINGEMENTS As part of this contract for sale Seller agrees to ascertain whether goods manufactured in accordance with the specifications attached to this contract will give rise to the rightful claim of any third person by way of infringement or the like. City makes no warranty that the production of goods according to the specification will not give rise to such a claim,and in no event shall City be liable to Seller for indemnification in the event that Seller is sued on the grounds of infringement or the like. If Seller is of the opinion that an infringement or the like will result,he will notify City to this effect in writing within two weeks after the signing of this contract. If City does not receive notice and is subsequently held liable for the infringement or the like,Seller will hold City harmless. If Seller in good faith ascertains that production of the goods in accordance with the specifications will result in infringement or the like,this contract shall be null and void except that City will pay Seller the reasonable cost of his search as to infringements. 14. RIGHTS OF INSPECTION City shall have the right to inspect the goods at delivery before accepting them. 15. CANCELLATION City shall have the right to cancel for default all or any part of the undelivered portion of this order if Seller breaches any of the terms hereof including warranties of Seller or if Seller becomes insolvent or commits acts of bankruptcy.Such right of cancellation is in addition to and not in lieu of any other remedies which City may have in law or equity. 16. TERMINATION The performance of work under this order may be terminated in whole,or in part by the City in accordance with this provision. Termination of work hereunder shall be effected by the delivery to the Seller of a"Notice of Termination"specifying the extent to which performance of work under the order is terminated and the date upon which such termination becomes effective. Such right of termination is in addition to and not in lieu of the rights of City set forth in Clause 15,herein. 17. FORCE MAJEURE Neither party shall be held responsible for losses resulting if the fulfillment of any terms or provisions of this contract is delayed or prevented by any cause not within the control of the party whose performance is interfered with,and which by the exercise of reasonable diligence said party is unable to prevent. 18. ASSIGNMENT-DELEGATION No right or interest in this contract shall be assigned or delegation of any obligation made by Seller without the written permission of the City. Any attempted assignment or delegation by Seller shall be wholly void and totally ineffective for all purposes unless made in conformity with this paragraph. 19. MODIFICATIONS This contract can be modified or rescinded only by a writing signed by both of the parties or their duly authorized agents. 20. INTERPRETATION-PAROL EVIDENCE This writing is intended by the parties as a final expression of their agreement and is intended also as a complete and exclusive statement of the terms of their agreement. No course of prior dealings between the parties and no usage of the trade shall be relevant to supplement or explain any term used in this contract. Acceptance or acquiescence in a course of performance rendered under this contract shall not be relevant to determine the meaning of this contract even though the accepting or acquiescing party has knowledge of the performance and opportunity for objection. 21. APPLICABLE LAW This contract shall be governed by the laws of the State of Texas and any applicable federal laws. 22. ADVERTISING Seller shall not advertise or publish,without City's prior consent,the fact that City has entered into this contract,except to the extent necessary to comply with proper requests for information from an authorized representative of the federal,state or local government. 23. RIGHT TO ASSURANCE Whenever one party to this contract in good faith has reason to question the other party's intent to perform he may demand that the other party give written assurance of his intent to perform. In the event that a demand is made,and no assurance is given within five(5)days,the demanding party may treat this failure as an anticipatory repudiation of the contract. 24. EQUAL EMPLOYMENT OPPORTUNITY Seller agrees that during the performance of its contract it will: a. Treat all applicants and employees without discrimination as to race,color,religion,sex,national origin,marital status,age,or handicap. b. Identify itself as an"Equal Opportunity Employer"in all help wanted advertising or request. The Seller shall be advised of any complaints filed with the City alleging that Seller is not an Equal Opportunity Employer. 25. CONFLICTS OF INTEREST Seller agrees to comply with the conflict of interest provisions of state law and the City Charter and Code of Ordinances. Seller agrees to maintain current, updated disclosure of information on file with the City purchasing office throughout the term of this contract. Page: 2 of 2 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 "4C>ff.m1 I POWER SYSTEMS o Austin•Brownsville•Corpus Christi•Dallas•Edinburg•Ft Worth•Laredo•Longview•Pflugerville•San Antonio•Victoria•Waco Quote No: 30954119 Quote Date: 9/9/2021 Quote Expires: 11/19/2021 Re: City of Corpus Christi Holly and Rand Morgan Sites Natural Gas Quantity Description 1 SCAQMD& EPA COMPLIANCE 1 60HZ 3PH 480/277V 1 STANDBY POWER 1 60 Hz, 125 kW 1 DG125-2 60HZ PKG 3 PHASE 1 2 YR WARRANTY 1 UL 2200 LISTED PACKAGE GEN SET 1 ALT SPACE HEATER 1 LC3114H 601-lz SE ALT Z7 1 PERMANENT MAGNET EXCITATION. 1 130C TEMP RISE OVER 40C AMB 1 GFCI AC RECEPTACLE&WIRING 1 SKID BASE. 1 NATURAL GAS 1 GAS PRESSURE SENSOR 1 STD FUEL SYS 11 to 14 inch H2O 1 GAS REGULATOR 1 SOUND ATTENUATED ENC. -WHITE 1 IBC CERTIFICATION WIND ENCLOSU 1 STANDARD PANEL DOOR WITH ENC 1 WIRING FOR CANOPY SPACE HEATER 1 EMCP4.2B CONTROL PANEL 1 NFPA BUNDLE 1 DISCRETE 1/0 MODULE SHIP LOOSE 1 STANDARD BATTERY 1 NFPA BATT CHARGER UL10A 120VAC 1 JACKET WATER HEATER 1 EXTERNAL EMERGENCY STOP 1 VOLT FREE CONTACTS GENSET RUN 1 LOW COOLANT LEVEL SHUTDOWN 1 OVERLOAD ALARM SWITCH 1 COOLANT RESERVIOR 1 VIBRATION ISOLATORS. 1 CONTROL PANEL OPTIONS BOX 1 PANEL MOUNTED AUDIBLE ALARM 1 SINGLE CIRCUIT BREAKER 1 250A LSI 100%RATED BREAKER 1 NEUTRAL BAR ONLY<100A 1 AUXILIARY CONTACTS 1 STD AIR CLEANER-LIGHT DUTY 1 STANDARD RADIATOR 1 ANNUNCIATOR BOX 1 QTY REMOTE ANNUNC 1 REMOTE E-STOP BUTTON 1 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1 CAN2 SERVICE CONNECTOR HARNESS 1 STD TEST-PKG GEN SET 0.8 PF 1 ALTERNATOR TEST REPORT 1 PGS TEST REPORT @ 0.8 PF Quantity 1 TRUONE CG CONTROLLER 1 DELAYED TRANSITION 1 STANDARD-NO BYPASS 1 NEMA 4X 1 400 AMPS 1 MECHANICAL LUGS—STANDARD 1 480V; 60Hz 1 THREE PHASE 1 SWITCHED NEUTRAL 1 CONTACTOR 1 PRICING—TRUONE 1 TRUONE 648-1/0 CABLES 1 ETHERNET+2 10 1 2 NO and 2 NC Holly Grand Total $55,000.06 Local, state, sales or taxes, which may be applicable, are not included. Quantity 1 SCAQMD& EPA COMPLIANCE 1 60HZ 3PH 480/277V 1 STANDBY POWER 1 60 Hz, 125 kW 1 DG125-2 60HZ PKG 3 PHASE 1 2 YR WARRANTY 1 UL 2200 LISTED PACKAGE GEN SET 1 ALT SPACE HEATER 1 LC3114H 60Hz SE ALT Z7 1 PERMANENT MAGNET EXCITATION. 1 130C TEMP RISE OVER 40C AMB 1 GFCI AC RECEPTACLE&WIRING 1 SKID BASE. 1 NATURAL GAS 1 GAS PRESSURE SENSOR 1 STD FUEL SYS 11 to 14 inch H2O 1 GAS REGULATOR 1 SOUND ATTENUATED ENC. -WHITE 1 IBC CERTIFICATION WIND ENCLOSU 1 STANDARD PANEL DOOR WITH ENC 1 WIRING FOR CANOPY SPACE HEATER 1 EMCP4.213 CONTROL PANEL 1 NFPA BUNDLE 1 DISCRETE 1/0 MODULE SHIP LOOSE 1 STANDARD BATTERY 1 NFPA BATT CHARGER UL10A 120VAC 1 JACKET WATER HEATER 1 EXTERNAL EMERGENCY STOP 1 VOLT FREE CONTACTS GENSET RUN 1 LOW COOLANT LEVEL SHUTDOWN 2 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1 OVERLOAD ALARM SWITCH 1 COOLANT RESERVIOR 1 VIBRATION ISOLATORS. 1 CONTROL PANEL OPTIONS BOX 1 PANEL MOUNTED AUDIBLE ALARM 1 SINGLE CIRCUIT BREAKER 1 250A LSI 100%RATED BREAKER 1 NEUTRAL BAR ONLY<100A 1 AUXILIARY CONTACTS 1 STD AIR CLEANER-LIGHT DUTY 1 STANDARD RADIATOR 1 ANNUNCIATOR BOX 1 QTY REMOTE ANNUNC 1 REMOTE E-STOP BUTTON 1 CAN2 SERVICE CONNECTOR HARNESS 1 STD TEST-PKG GEN SET 0.8 PF 1 ALTERNATOR TEST REPORT 1 PGS TEST REPORT 0.8 PF Quantity 1 TRUONE CG CONTROLLER 1 DELAYED TRANSITION 1 STANDARD-NO BYPASS 1 NEMA 1 1 400 AMPS 1 MECHANICAL LUGS—STANDARD 1 480V; 60Hz 1 THREE PHASE 1 SWITCHED NEUTRAL 1 CONTACTOR 1 PRICING—TRUONE 1 TRUONE 648-1/0 CABLES 1 ETHERNET+2 10 1 2 NO and 2 NC Rand Morgan Grand Total $51 ,400.00 Local, state, sales or taxes, which may be applicable, are not included. Notes, Clarifications and Exceptions: • Holt Scope of Supply is limited to those items expressly outlined in this proposal. Should there be any uncertainty in this proposal, please call to clarify • Pricing is based on Specifications Sections 263113, 263613 and Drawing 34 and 58 of 72 • Commissioning of the generator equipment will match the manufacturer's recommended services and is considered to be complete at the time of the Holt Power Systems startup unless explicitly stated in our proposal. If additional trips are required, those will be charged at the published field service rate for the time and date the service is rendered Accessories&Services Included: • Soft copy Submittals (Current lead times are 2—4 weeks) o Hard copy submittals can be provided upon request o For general drawings and spec sheets, follow this LINK • Delivery to jobsite o Storage fees may apply if equipment is held for more than 60 days unless agreements are made prior to 30 days of stated delivery dates • (2) Full days of startup per site (normal business hours) 3 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 o Commissioning is included and to be performed once equipment is fully installed and prestartup checklist has been completed. o Testing of elevators and fire pumps to be done during this scheduled startup ■ Additional costs will apply if not done at this time o Additional trip charge may apply if equipment is not completely installed o Field tech travel is included • Load Bank Test: 2 hours at no more than 100% load 0 Resistive Only 0 50' cables will be provided 0 Customer is to provide load connection within this distance 0 Setup and connections of load bank to be performed by others • O & M and Parts manuals: electronic copy 0 Additional manuals available at$250/ea • Training will be provided 0 (Videotaping costs are excluded and done by others) Accessories & Services NOT Included: • Factory Witness Testing, Adder available (not specified) • Neutral Ground Resistors (not specified) • Generator Load Side Cable Lugs • Infrared Scanning • Fire Marshal Testing can be provided at an additional cost • Coordination /Arc Flash Studies and Labels • SCADA/BMS / Fire Alarm Systems • Independent Testing Agency • NETA Testing • Construction and Fuel Tank permits and/or registrations • Offloading of equipment at jobsite • Protection from damage after delivery • Cleaning and/or repairs from damage done by others after delivery • Installation of equipment shipped loose (Exhaust and Fuel Tank accessories such as Remote Fill Station) • Fuel for startup and testing Lead Times: • Generator: 0 Submittals: 2 —4 weeks 0 Estimated Delivery after Release: 26—28 weeks • ATS Package: 0 Submittals: 2 —4 weeks 0 Estimated Delivery after Release: 10— 12 weeks -HOLT POWER SYSTEMS TERMS & CONDITIONS- Proposal This proposal is provided to meet the intention of the project equipment requirements. Some interpretational differences between our proposal and the specifications may exist; therefore the above bill of material contains our offer for this project. None other is expressed or implied unless stated in writing. Pricing This Proposal is valid for 30 days from the date of proposal unless specifically noted otherwise. 4 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 Taxes & Permits This Proposal excludes any local, state and TERP applicable sales taxes, permits and licensing. Taxes, unless otherwise stated are not included in our Proposal. Note that a 2% additional charge is required by the state of Texas for all stationary engine equipment due to emission restrictions. This is in addition to any state and local taxes that may be required. No permits are included in this proposal unless specified in the preceding proposal. Lead Time Standard delivery of proposed Caterpillar Generator Set to jobsite will be confirmed after receipt of order and submittals are approved and credit terms are agreed. The quoted lead-times are standard from the factory at the time of this quotation. In some cases lead-times maybe able to be improved to assist in customer needs. Please call and inquire about possible improved lead-times. Note: The Caterpillar factory has mandatory factory shutdowns for two weeks in December/January and one week in July. The length of those shutdowns will extend lead-times on orders entered at those times. Orders, which include non-standard features, may require additional time before shipment. Consult with your Caterpillar dealer at the time of order. Special Notes It is the responsibility of the customer to verify the voltage, number of poles in ATS, terminal conductor sizes and other Bill of Material items quoted above as compared to the requirements of this project. Lugs for terminations are included and Project Manager can assist with coordination to ensure compatibility. Holt Cat will not supply new lugs once submittals are approved and equipment has been ordered. Fuel Tank Changes occur at the municipal level in regard to fire code requirements. Unless otherwise stated within the body of this quotation, the fuel tank included is as specified by the written specifications of this project (if specifications were supplied at the time of quotation). The specifications may be in conflict with City Fire Codes for the location of the project. Responsibility for local code compliance is with the specifying engineer and those responsible for the permits for the project. Payment Terms Payment due in full Net 30 after delivery with approved Holt credit or COD at time of shipment. In cases where retainage is required, a maximum of 10% retainage will be allowed. The balance of retainage is due after startup-up/commissioning services of equipment provided by Holt Cat is completed. Sales tax will be added to invoice. Resale tax certificate must be on file with the Holt credit department for tax-exempt sales. Warranty Caterpillar's standard two (2) year warranty applies for standby applications, unless otherwise noted. Standard manufacturer's warranty applies to all non-Caterpillar equipment. Copies of warranty statements are available upon request. Cancellation There will be a minimum 25% cancellation fee for orders cancelled, once placed and accepted by Holt Power Systems. Cost of custom components, completed fabrication, or any other work performed at the time of cancellation will be added to the cancellation fee. If all material have been acquired the cancellation fees will be 100%. Caterpillar content, 14 days after orders placed will be 100% of the order. Written notice of cancellation is required. General Clarifications Holt Power Systems is an equipment supplier only. No fuel, wiring, connecting, hook-up, plumbing, or other installation type labor is included in the proposal unless noted herein. This includes any control wiring to and from the generator sets to any automatic transfer switches, paralleling gear or other devices which HPS may or may not supply. 5 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 The customer is responsible for any and all installation of the above equipment. Holt personnel will perform an installation audit prior to start-up. Unless stated otherwise in this proposal, service and/or maintenance for this equipment are not included. HPS product support service group can provide a quote to the end user of this equipment for those services under a separate proposal. All equipment needed to perform any loading or unloading of the equipment supplied by Holt Power Systems is the responsibility of the buyer. Holt Power Systems limits the scope of supply for this quotation to the equipment and services listed in our bill of material. Unless specifically listed in our bill of material, equipment not indicated is to be supplied by others. We have detailed the equipment proposed in the bill of material. Please carefully review it to be certain it meets your requirements. Third party electrical testing and certifications, seismic calculations, coordination studies, stamped engineering calculations, emissions testing, NETA, infrared scanning, meg- testing or other services and material not specifically included in the preceding quotation, is not included in this proposal. Holt Power Systems reserves the right to correct any errors or omissions. Contracts which include penalty or liquidated damage clauses for failure to meet promised shipping dates are not acceptable or binding on Holt Power Systems, unless accepted and confirmed in writing by an officer of Holt Cat. Holt Power Systems standard terms and conditions are included in the quotation and hereby become part of this quotation. These same terms need to be noted on any purchase order received by Holt Power Systems. Holt Power Systems will not be responsible for any labor or material charged by others associated with the start-up and installation of this equipment unless previously agreed upon in writing by HPS. Testing &Commissioning If included in the proposal, all on-site startup/commissioning, testing and training will be performed Monday through Friday during normal business hours and excluding nights, weekends, or holidays unless agreed otherwise in writing. Additional charges may be added for work requested to be done outside HPS's standard business hours, on weekends, or holiday. For those instances, standard overtime rates will apply. All permits are to be by others. Shipping Delivery of the product unless otherwise stated is by hired independent freight carriers that may require road permitting and other requirements which are outside the responsibility of Holt Cat. Traffic delays and required routing may also delay deliveries. Holt Cat is not responsible for any delays and costs associated with those delays. Submittals An order for the equipment covered by this proposal will be accepted on a "Hold for Submittal Release" basis. The order will not be released and scheduled for production until written approval to proceed is received in HPS's office. Authorization to proceed with submittals: Name 6 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 Date Purchase Order Number Richard de los Santos Power Systems —Sales Engineer Cell: 210-763-2278 Richard.delosSantos(a-)HoltCat.ccm 7 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 26 36 13 ENCLOSED TRANSFER SWITCHES PART 1 GENERAL 1.01 SCOPE OF WORK A. Section includes transfer switches in individual enclosures. 1.02 RELATED SECTIONS A. Division 26 — Electrical 1.03 SUBMITTALS A. Division 1 and 26: Submittal Procedures. B. Product Data: Submit catalog sheets showing voltage, switch size, ratings and size of switching and overcurrent protective devices, operating logic, short circuit ratings, di- mensions, and enclosure details. C. Section 0170 00 — Execution and Closeout Requirements: Closeout procedures. D. Project Record Documents: Record actual locations of enclosed transfer switches. E. Operation and Maintenance Data: Submit routine preventative maintenance and lubri- cation schedule. List special tools, maintenance materials, and replacement parts. 1.04 REFERENCE STANDARDS A. National Electrical Manufacturers Association: 1. NEMA ICS 10 - Industrial Control and Systems: AC Transfer Switch Equipment. B. International Electrical Testing Association: 1. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems. C. Underwriters Laboratories Inc.: 1. UL 1008 - Transfer Switch Equipment. 1.05 QUALITY ASSURANCE A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum three years documented experience, and with service facilities within 100 miles of Project. B. Supplier: Authorized distributor of specified manufacturer with minimum three years documented experience. CORP2000479 2636 13-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ENCLOSED TRANSFER SWITCHES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE (NOT USED) 1.08 MAINTENANCE/SPARE PARTS A. Section 0170 00 — Execution and Closeout Requirements: Maintenance service. B. Furnish service and maintenance of transfer switches for one year from Date of Sub- stantial Completion. 1.09 WARRANTY/EXTENDED WARRANTY (NOT USED) PART 2 PRODUCTS 2.01 AUTOMATIC TRANSFER SWITCH — SWITCH TYPE A. Manufacturers: 1. ASCO 2. Caterpillar 3. Kohler 4. Russell Electric 5. Substitutions: Section 01 60 00 — Product Requirements. B. Product Description: NEMA ICS 10, automatic transfer switch suitable for use as service equipment when shown on the one-line diagram. C. Configuration: Electrically operated, mechanically held transfer switch. D. Rating: State voltage and current rating and number of poles or "as indicated on draw- ings". E. Interrupting Capacity: as indicated on the drawings. F. Withstand Current Rating: to match serving equipment, as shown on the one-line dia- gram, and greater than that calculated in the Power System Study. G. Service Conditions: NEMA ICS 10. 1. Temperature: based on installation requirements: a. Conditioned Locations: 100 degrees F b. Outdoor Locations or Non-Conditioned Spaces: 120 degrees F + Solar Load 2. Altitude: Based on Actual Project Location H. Product Features: 1. Indicating Lights: Mount in cover of enclosure to indicate NORMAL SOURCE AVAILABLE, ALTERNATE SOURCE AVAILABLE, switch position. 2. Test Switch: Mount in cover of enclosure to simulate failure of normal source. 3. Return to Normal Switch: Mount in cover of enclosure to initiate manual transfer from alternate source to normal source. CORP2000479 2636 13-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ENCLOSED TRANSFER SWITCHES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 4. Transfer Switch Auxiliary Contacts: 2 normally open; 2 normally closed. 5. Normal Source Monitor: Monitor each line of normal source voltage and frequency; initiate transfer when voltage drops below 85 percent or frequency varies more than 3 percent from rated nominal value. 6. Alternate Source Monitor: Monitor alternate source voltage and frequency; inhibit transfer when voltage is below 85 percent or frequency varies more than 3 percent from rated nominal value. 7. In-Phase Monitor: Inhibit transfer until source and load are within acceptable limits as defined by the utility company and the generator supplier. 8. Switched Neutral: Overlapping contacts. I. Automatic Sequence of Operation: 1. Initiate Time Delay to Start Alternate Source Engine Generator: Upon initiation by normal source monitor. 2. Time Delay To Start Alternate Source Engine Generator: 0 to 60 seconds, adjusta- ble. 3. Initiate Transfer Load to Alternate Source: Upon initiation by normal source monitor and permission by alternate source monitor. 4. Time Delay Before Transfer to Alternate Power Source: 0 to 60 seconds, adjustable. 5. Initiate Retransfer Load to Normal Source: Upon permission by normal source mon- itor. 6. Time Delay Before Transfer to Normal Power: 0 to 10 minutes, adjustable; bypass time delay in event of alternate source failure. 7. Time Delay Before Engine Shut Down: 0 to 10 minutes, adjustable, of unloaded operation. 8. Engine Exerciser: Start engine every 7 days; run for 30 minutes before shutting down. Bypass exerciser control when normal source fails during exercising period. 9. Alternate System Exerciser: Transfer load to alternate source during engine exer- cising period. J. Enclosure: 1. Enclosure: a. Exterior: NEMA 4X, SS b. Interior: NEMA 12, Painted Steel c. Finish: Painted Enclosures, Manufacturer's standard. 2.02 AUTOMATIC TRANSFER— CIRCUIT BREAKER STYLE A. Manufacturers: 1. ASCO 2. Cutler-Hammer 3. Kohler 4. Russel Electric 5. Square D 6. Substitutions: Section 01 60 00 — Product Requirements. CORP2000479 2636 13-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ENCLOSED TRANSFER SWITCHES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 B. Product Description: Service Entrance Rated, Circuit Breaker Transfer Switch. C. Configuration: Molded Case or Draw-out type electrically operated circuit breaker con- struction D. Rating: State voltage and current rating and number of poles "as indicated on Draw- ings". E. Interrupting Capacity: as indicated on the drawings. F. Withstand Current Rating: to match serving equipment, as shown on the one-line dia- gram, and greater than that calculated in the Power System Study. G. Service Conditions: NEMA ICS 10. 1. Temperature: based on installation requirements: a. Conditioned Locations: 100 degrees F b. Outdoor Locations or Non-Conditioned Spaces: 120 degrees F + Solar Load 2. Altitude: Based on Actual Project Location H. Product Features: 1. Indicating Lights: Mount in cover of enclosure to indicate NORMAL SOURCE AVAILABLE, ALTERNATE SOURCE AVAILABLE, switch position. 2. Test Switch: Mount in cover of enclosure to simulate failure of normal source. 3. Return to Normal Switch: Mount in cover of enclosure to initiate manual transfer from alternate source to normal source. 4. Transfer Switch Auxiliary Contacts: 2 normally open; 2 normally closed. 5. Normal Source Monitor: Monitor each line of normal source voltage and frequency; initiate transfer when voltage drops below 85 percent or frequency varies more than 3 percent from rated nominal value. 6. Alternate Source Monitor: Monitor alternate source voltage and frequency; inhibit transfer when voltage is below 85 percent or frequency varies more than 3 percent from rated nominal value. 7. In-Phase Monitor: Inhibit transfer until source and load are within acceptable limits as defined by the utility company and the generator supplier. 8. Switched Neutral: (4 pole breakers required). 9. Provide an HMI and Power Meter for both the Utility and Emergency Source 10. Switch to be PLC Controlled. PLC to the standard product of the Breaker Manufac- turer used to construct the switch 11. PLC to have a battery powered UPS 12. PLC to have an Ethernet switch and Ethernet connection to the plants controls sys- tem. I. Automatic Sequence of Operation: 1. Initiate Time Delay to Start Alternate Source Engine Generator: Upon initiation by normal source monitor. 2. Time Delay to Start Alternate Source Engine Generator: 0 to 60 seconds, adjustable. CORP2000479 2636 13-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ENCLOSED TRANSFER SWITCHES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 3. Initiate Transfer Load to Alternate Source: Upon initiation by normal source monitor and permission by alternate source monitor. 4. Time Delay Before Transfer to Alternate Power Source: 0 to 60 seconds, adjustable. 5. Initiate Retransfer Load to Normal Source: Upon permission by normal source mon- itor. 6. Time Delay Before Transfer to Normal Power: 0 to 10 minutes, adjustable; bypass time delay in event of alternate source failure. 7. Time Delay Before Engine Shut Down: 0 to 10 minutes, adjustable, of unloaded operation. 8. Engine Exerciser: Start engine every 7 days; run for 30 minutes before shutting down. Bypass exerciser control when normal source fails during exercising period. 9. Alternate System Exerciser: Transfer load to alternate source during engine exer- cising period. J. Enclosure: 1. Enclosure: a. Exterior: NEMA 4X, SS b. Interior: NEMA 12, Painted Steel c. Finish: Painted Enclosures, Manufacturer's standard. 2.03 MANUAL TRANSFER SWITCH A. Manufacturers: 1. ASCO 2. Cutler-Hammer 3. Kohler 4. Russel Electric 5. Square D 6. Substitutions: Section 01 60 00 — Product Requirements. B. Product Description: NEMA ICS 10, manual transfer switch. C. Configuration: Manually-operated transfer switch. D. Sequence of Operation: Switch position is selected by manually operating an external control lever that moves the mechanism E. Service Conditions: NEMA ICS 10. 1. Temperature: based on installation requirements: a. Conditioned Locations: 100 degrees F b. Outdoor Locations or Non-Conditioned Spaces: 120 degrees F + Solar Load 2. Altitude: Based on Actual Project Location F. Product Features: 1. Transfer Switch Auxiliary Contacts: 1 normally open; 1 normally closed. 2. Switched Neutral: Non-Overlapping contacts. CORP2000479 2636 13-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ENCLOSED TRANSFER SWITCHES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 G. Enclosure: 1. Exterior: NEMA 4X, SS 2. Interior: NEMA 12, Painted Steel 3. Finish: Painted Enclosures, Manufacturer's standard. 2.04 SOURCE QUALITY CONTROL A. Furnish shop inspection and testing of each transfer switch. B. Make completed transfer switch available for inspection at manufacturer's factory prior to packaging for shipment. Notify Owner at least seven days before inspection is al- lowed. C. Allow witnessing of factory inspections and tests at manufacturer's test facility. Notify Owner at least seven days before inspections and tests are scheduled. PART 3 EXECUTION 3.01 EXISTING WORK A. Disconnect and remove abandoned transfer switches. B. Clean and repair existing transfer switches to remain or to be reinstalled. 3.02 INSTALLATION A. Install housekeeping pads for all switches. B. Install engraved plastic nameplates in accordance with Division 26. 3.03 FIELD QUALITY CONTROL A. Section 01 40 00 - Quality Requirements: Field inspecting, testing, adjusting, and bal- ancing. B. Inspect and test in accordance with NETA ATS, except Section 4. C. Perform inspections and tests listed in NETA ATS, Section 7.22.3. 3.04 MANUFACTURER'S FIELD SERVICES A. Section 0140 00 — Quality Requirements: Manufacturers' field services. B. Check out transfer switch connections and operations and place in service. 3.05 ADJUSTING A. Section 01 70 00 — Execution and Closeout Requirements: Testing, adjusting, and bal- ancing. B. Adjust control and sensing devices to achieve specified sequence of operation. CORP2000479 2636 13-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ENCLOSED TRANSFER SWITCHES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 3.06 DEMONSTRATION AND TRAINING A. Demonstrate operation of transfer switch in normal, and emergency modes. END OF SECTION CORP2000479 2636 13-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ENCLOSED TRANSFER SWITCHES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 26 43 13 SURGE PROTECTIVE DEVICES FOR LOW-VOLTAGE ELECTRICAL POWER CIRCUITS PART 1 GENERAL 1.01 SCOPE OF WORK A. This Section includes surge protective devices (SPDs) for low-voltage power equipment. 1.02 RELATED WORK A. Other sections that may relate to the work in this section include, but are not limited to, the following: 1. Division 26 — Electrical. 1.03 SUBMITTALS A. Product Data: For each type of product indicated, include rated capacities, operating weights, operating characteristics, furnished specialties, and accessories. B. Product Certificates: For surge protective devices, signed by product manufacturer certifying compliance with the following standards: 1. UL 1283 - Electromagnetic. 2. UL 1449 4th Edition — UL Standard for Surge Protective Devices. C. Qualification Data: For testing agency. D. Field quality-control test reports, including the following: 1. Test procedures used. 2. Test results that comply with requirements. 3. Failed test results and corrective action taken to achieve requirements. E. Operation and Maintenance Data: For transient voltage suppression devices to include in emergency, operation, and maintenance manuals. 1.04 REFERENCE STANDARDS A. The surge protective devices referenced herein shall be designed and manufactured according to the following standards. 1. UL 1283 — Electromagnetic Interference Filters. 2. UL 1449 41h Edition — UL Standard for Surge Protective Devices. 3. IEEE C62.41.1 — IEEE Guide on the Surge Environment in Low-Voltage (1000 V and Less) AC Power Circuits. 4. IEEE C62.41.2, IEEE Recommended Practice on Characterization of Surges in Low- Voltage (1000 V and Less) AC Power Circuits. 5. IEEE C62.45, IEEE Recommended Practice on Surge Testing for Equipment Connected to Low-Voltage (1000 V and Less) AC Power Circuits. CORP2000479 2643 13-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SURGE PROTECTIVE DEVICES FOR LOW-VOLTAGE ELECTRICAL POWER CIRCUITS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 6. National Electrical Code: Article 285, 700, and 708. 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications: Engage a firm with at least 5 years of experience in manufacturing transient voltage suppressors. B. Manufacturer shall be ISO 9001 or 9002 certified. C. The manufacturer of this equipment shall have produced similar equipment for a minimum period of (10) years. When requested by the Owner's Representative, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. D. Product Options: Drawings indicate size, dimensional requirements, and electrical performance of suppressors and are based on the specific system indicated. Refer to Division 1 Section "Product Requirements." E. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. 1.06 SYSTEM DESCRIPTION / DESIGN REQUIREMENTS A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: 1. Notify Owner's Representative not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without Owner's Representative's written permission. B. Service Conditions: Rate surge protection devices for continuous operation under the following conditions, unless otherwise indicated: 1. Maximum Continuous Operating Voltage: Not less than 115 percent of nominal system operating voltage. 2. Operating Temperature: 30 to 120 deg F (0 to 50 deg C). 3. Humidity: 0 to 85 percent, non-condensing. 4. Altitude: Less than 20,000 feet (6090 m) above sea level. 1.07 DELIVERY, HANDLING AND STORAGE A. Handle and store equipment in accordance with manufacturer's Installation and Maintenance Manuals. One (1) copy of this document shall be provided with the equipment at time of shipment. B. Each internally mounted SPD shall be delivered fully assembled and installed as part of the associated electrical equipment. CORP2000479 2643 13-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SURGE PROTECTIVE DEVICES FOR LOW-VOLTAGE ELECTRICAL POWER CIRCUITS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1.08 MAINTENANCE / SPARE PARTS (NOT USED) 1.09 EXTENDED WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of surge suppressors that fail in materials or workmanship within ten years from date of Substantial Completion. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: B. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. General Electric Company. 2. Siemens. 3. Square D. 4. Eaton/ Cutler Hammer. 2.02 480V SWITCHBOARD AND 480V MCC SUPPRESSORS A. Surge Protective Devices with the following features and accessories: 1. Fuses, rated at 200-kA interrupting capacity. 2. Fabrication using bolted compression lugs for internal wiring. 3. Integral disconnect switch. 4. Redundant suppression circuits. 5. Redundant or replaceable modules. 6. Arrangement with copper bus bars and for bolted connections to phase buses, neutral bus, and ground bus. 7. Arrangement with wire connections to phase buses, neutral bus, and ground bus. 8. LED indicator lights for power and protection status. 9. Audible alarm, with silencing switch, to indicate when protection has failed. 10. One set of dry contacts rated at 5 A and 250Vac, for remote monitoring of protection status. Coordinate with building power monitoring and control system. 11. Surge-event operations counter. 12. Per UL96A service entrance SPD's shall have a nominal discharge current (In) rating of 20kA. B. Peak Single-Impulse Surge Current Rating: 150kA/mode. C. Connection Means: Permanently wired. D. Protection modes and UL 1449 Voltage Protection Rating (VPR) for grounded wye circuits with voltages of 480Y/277, 3-phase, 4-wire circuits shall be as follows: CORP2000479 2643 13-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SURGE PROTECTIVE DEVICES FOR LOW-VOLTAGE ELECTRICAL POWER CIRCUITS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1. Line to Neutral: 1200V 2. Line to Ground: 1200V 3. Neutral to Ground: 1200V 2.03 PANELBOARD SUPPRESSORS A. SPD with the following features and accessories: 1. Fuses, rated at 200-kA interrupting capacity. 2. Fabrication using bolted compression lugs for internal wiring. 3. Integral disconnect switch. 4. Redundant suppression circuits. 5. Redundant replaceable modules. 6. Arrangement with wire connections to phase buses, neutral bus, and ground bus. 7. LED indicator lights for power and protection status. 8. Audible alarm, with silencing switch, to indicate when protection has failed. 9. One set of dry contacts rated at 5 A and 250Vac, for remote monitoring of protection status. Coordinate with building power monitoring and control system. 10. Surge-event operations counter. B. Peak Single-Impulse Surge Current Rating: 100 kA per mode C. Protection modes and UL 1449 VPR for grounded wye circuits with voltages of 480Y/277, 208Y/120, 3-phase, 4-wire circuits shall be as follows: 1. Line to Neutral: 1200 V for 480Y/277. 2. Line to Ground: 1200 V for 480Y/277. 3. Neutral to Ground: 1200 V for 480Y/277. 2.04 ENCLOSURES A. Install surge protective devices in the same cabinet as the MCC, switchboard, and 480V panelboard, MCC, and switchboard. PART 3 EXECUTION 3.01 I N STALLATIO N A. Surge protective devices shall be installed by the MCC and panelboard manufacturer at the factory. B. Do not energize or connect service entrance equipment, panelboards, control terminals, data terminals to their sources until surge protection devices are installed and connected. C. Firestop caulk SPD connections. 3.02 INSPECTION A. Check tightness of all accessible mechanical and electrical connections to assure they are torqued to the minimum acceptable manufacture's recommendations. CORP2000479 2643 13-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SURGE PROTECTIVE DEVICES FOR LOW-VOLTAGE ELECTRICAL POWER CIRCUITS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 3.03 FIELD TESTING A. Check all installed panels for proper grounding, fastening and alignment. B. Remove and replace malfunctioning units and retest. C. Engage a factory-authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain transient voltage suppression devices. END OF SECTION CORP2000479 2643 13-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SURGE PROTECTIVE DEVICES FOR LOW-VOLTAGE ELECTRICAL POWER CIRCUITS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 26 50 00 LIGHTING PART 1 GENERAL 1.01 SCOPE OF WORK A. Section includes exterior luminaries, poles, and accessories. 1.02 RELATED WORK (NOT USED) 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Con- ditions and the Contract Documents. B. Shop Drawings: Indicate dimensions and components for each luminaire not standard Product of manufacturer. C. Product Data: Submit dimensions, ratings, and performance data. D. Samples: Submit two color chips 3 x 3 inch in size illustrating luminaire finish color where indicated in luminaire schedule. 1.04 REFERENCE STANDARDS A. American National Standards Institute: 1. ANSI C82.1 - American National Standard for Lamp Ballast-Line Frequency Fluo- rescent Lamp Ballast. 2. ANSI C82.4 - American National Standard for Ballasts-for High-Intensity-Discharge and Low-Pressure Sodium Lamps (Multiple-Supply Type). 3. ANSI 05.1 - Wood Poles, Specifications and Dimensions. 1.05 QUALITY ASSURANCE A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum three years' experience. 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, STORAGE, AND HANDLING A. Division 1 — Product storage and handling requirements. B. Store and handle solid wood poles in accordance with ANSI 05.1. 1.08 MAINTENANCE/SPARE PARTS A. Spare parts and maintenance products per Division 1 requirements. CORP2000479 26 50 00-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION LIGHTING DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 B. Furnish two of each lamp or LED drive installed. C. Furnish two quarts gallons of touch-up paint for each different painted finish and col- or. D. Furnish two ballasts of each lamp type installed. 1.09 WARRANTY/EXTENDED WARRANTY (NOT USED) 1.10 COORDINATION A. Coordination and project conditions per Division 1. B. Furnish bolt templates and pole mounting accessories to installer of pole foundations. PART 2 PRODUCTS 2.01 LUMINAIRES AND POLES A. Product Description: Complete exterior luminaire assemblies, with features, options, and accessories as scheduled. PART 3 EXECUTION 3.01 EXAMINATION A. Verify foundations are ready to receive fixtures. 3.02 EXISTING WORK A. Disconnect and remove abandoned exterior luminaries. B. Extend existing exterior luminaire installations using materials and methods compatible with existing installations, or as specified. C. Clean and repair existing exterior luminaries to remain or to be reinstalled. 3.03 INSTALLATION A. Install concrete bases for lighting poles at locations as indicated on Drawings, in ac- cordance with Division 3. B. Install poles plumb. Install double nuts to adjust plumb. Grout around each base. C. Install lamps in each luminaire. D. Bond and ground luminaries, metal accessories and metal poles in accordance with Di- vision 26. Install supplementary grounding electrode at each pole. E. Install fuse holders and surge protection devices at each pole. CORP2000479 26 50 00-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION LIGHTING DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 3.04 FIELD QUALITY CONTROL A. Operate each luminaire after installation and connection. Inspect for improper connec- tions and operation. B. Measure illumination levels to verify conformance with performance requirements. C. Take measurements during night sky, without moon or with heavy overcast clouds ef- fectively obscuring moon. 3.05 ADJUSTING A. Aim and adjust luminaries to provide illumination levels and distribution as recom- mended by IES guidelines. 3.06 CLEANING A. Final cleaning per Division 1 requirements. B. Clean photometric control surfaces as recommended by manufacturer. C. Clean finishes and touch up damage. 3.07 PROTECTION OF FINISHED WORK A. Protecting finished work— per Division 1 requirements. B. Relamp luminaries having failed lamps at Substantial Completion. 3.08 SCHEDULES A. See Drawings for fixture and pole callouts END OF SECTION CORP2000479 26 50 00-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION LIGHTING DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 32 31 13 CHAIN LINK FENCE AND GATES PART 1 GENERAL 1.01 SCOPE OF WORK A. Section Includes: 1. Galvanized coated chain link fencing and accessories. 2. On utility projects: a. When existing fence is within the project Site (i.e., parallel to the utility trench and/or within utility easement) and is directly disturbed by construction activities, fencing will be replaced in kind. 1.02 RELATED WORK 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Shop drawings 1. Shop drawings showing material sizes and weights, fencing heights, mounting details, gates, and operators. C. Product data 1. Manufacturer's catalog cuts indicating material compliance and specified options. 1.04 REFERENCE STANDARDS 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification unless a date is specifically cited. 2. American Society for Testing and Materials (ASTM): a. A 36, Standard Specification for Carbon Structural Steel b. A 121, Standard Specification for Metallic-Coated Carbon Steel Barbed Wire c. A 123, Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products d. A 392, Standard Specification for Zinc-Coated Steel Chain-Link Fence Fabric e. A 500, Standard Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes f. F 567, Standard Practice for Installation of Chain-Link Fence g. F 626, Standard Specification for Fence Fittings h. F 900, Standard Specification for Industrial and Commercial Swing Gates i. F 1043, Standard Specification for Strength and Protective Coatings on Steel Industrial Fence Framework CORP2000479 3231 13-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CHAIN LINK FENCE AND GATES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 j. F 1083, Standard Specification for Pipe, Steel, Hot-Dipped Zinc-Coated (Galvanized) Welded, for Fence Structures k. F 1183, Standard Specification for Aluminum Alloy Chain Link Fence Fabric I. F 1184, Standard Specification for Industrial and Commercial Horizontal Slide Gates 1.05 QUALITY ASSURANCE (NOT USED) 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING, AND STORAGE (NOT USED) 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 EXTENDED WARRANTY (NOT USED) PART 2 PRODUCTS 2.01 MATERIALS A. Manufacturer 1. Minimum of 5 years of experience manufacturing galvanized coated chain link fencing. 2. Approved Manufacturer or equal: a. Allied Fence, Inc. b. American Fence Corp. c. Anchor Fence, Inc. d. Master Halco, Inc. B. Materials 1. Chain Link Fence a. General (i) Posts, gate frames, braces, rails, stretcher bars, truss rods and tension wire shall be of steel. (ii) Gate hinges, post caps, barbed wire supporting arms, stretcher bar bands and other parts shall be of steel, malleable iron, ductile iron or equal (iii) Post tops, rail end, ties and clips may be of aluminum. (iv) Use only new material, or salvaged/existing material if approved by Owner's Representative or noted on Drawings. b. Steel Fabric (i) Fabric (a) No. 9 gauge (b) 2-inch mesh (1) Commercial: both top and bottom selvages twisted and barged CORP2000479 3231 13-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CHAIN LINK FENCE AND GATES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 (c) Residential: match existing or both top and bottom selvages knuckled (1) Furnish 1-piece fabric widths. (ii) Fabric Finish: Galvanized, ASTM A 392, Class I, with not less than 1.2 oz. zinc per square foot of surface. c. Aluminum Fabric (i) Fabric (a) ASTM F 1183 (b) No. 9 gauge (c) 2-inch mesh, with both top and bottom selvages twisted and barged. (d) Furnish 1-piece fabric widths. d. Steel Framing (i) Steel pipe - Type I (a) ASTM F 1083 (b) Standard weight schedule 40 (c) Minimum yield strength: 30,000 psi (d) Sizes as indicated (e) Hot-dipped galvanized with minimum average 1.8 oz/ftz of coated surface area (ii) Steel pipe - Type II (a) ASTM F 1043, Group IC (b) Minimum yield strength: 50,000 psi (c) Sizes as indicated on Drawings (d) Protective coating per ASTM F 1043 (1) External coating Type B (2) Zinc with organic overcoat (a) 0.9 oz/ftz minimum zinc coating with chromate conversion coating and verifiable polymer film (3) Internal coating Type B (b) Minimum 0.9 oz/ftz zinc or Type D, zinc pigmented, 81 percent nominal coating, minimum 3 mils (iii) Formed steel C'C") sections: (a) Roll formed steel shapes complying with ASTM F 1043, Group II (b) Minimum yield strength: 45,000 psi (310 MPa) (c) Sizes as indicated on Drawings (d) External coating per ASTM F 1043, Type A (1) Minimum average 2.0 oz/ftz of zinc per ASTM A 123 (iv) Steel square sections (a) ASTM A 500, Grade B (b) Minimum yield strength: 40,000 psi (c) Sizes as indicated on Drawings CORP2000479 3231 13-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CHAIN LINK FENCE AND GATES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 (d) Hot-dipped galvanized with minimum 1.8 oz/ftz of coated surface area e. Accessories (i) Chain link fence accessories (a) ASTM F 626 (b) Provide items required to complete fence system. (c) Galvanize each ferrous metal item and finish to match framing. (ii) Post caps (a) Formed steel or cast malleable iron weather tight closure cap for tubular posts. (b) Provide 1 cap for each post. (c) Cap to have provision for barbed wire when necessary. (d) "C" shaped line post without top rail or barbed wire supporting arms do not require post caps. (e) Where top rail is used, provide tops to permit passage of top rail. (iii) Top rail and rail ends (a) 1 5/8 inch diameter galvanized round pipe for horizontal railing (b) Pressed steel per ASTM F626 (c) For connection of rail and brace to terminal posts (iv) Top rail sleeves (a) 7-inch expansion sleeve with a minimum 0.137 inch wire diameter and 1.80 inch length spring, allowing for expansion and contraction of top rail (v) Wire ties (a) 9 gauge galvanized steel wire for attachment of fabric to line posts (b) Double wrap 13 gauge for rails and braces. (c) Hog ring ties of 12-1/2 gauge for attachment (vi) Brace and tension (stretcher bar) bands (a) Pressed steel (b) Minimum 300 degree profile curvature for secure fence post attachment (c) At square post provide tension bar clips. (vii) Tension (stretcher) bars: (a) 1 piece lengths equal to 2 inches less than full height of fabric (b) Minimum cross-section of 3/16 inch x 3/4 inch (c) Provide tension (stretcher) bars where chain link fabric meets terminal posts. (viii) Tension wire (a) Galvanized coated steel wire, 6 gauge, [0.192 inch] diameter wire (b) Tensile strength: 75,000 psi (ix) Truss rods &tightener (a) Steel rods with minimum diameter of 5/16 inch (b) Capable of withstanding a tension of minimum 2,000 pounds CORP2000479 3231 13-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CHAIN LINK FENCE AND GATES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 (x) Nuts and bolts are galvanized. (xi) Barbed Wire (a) 12 1/2 gauge, twisted zinc coated barbed wire with 14 gauge 4 point barbs on 5" spacing, conforming to ASTM A121, Class 3. (xii) Barbed Wire Support Arms (a) Heavy weight pressed steel arms having an incline of 45 degrees. (b) Arms shall have holes which allow passage of top rail and slots to receive barbed wire at proper spacing. (c) Arms shall be capable of a downward pull at the outside of the arm of 250 pounds. (d) Post extension arm shall be galvanized similar to post. 2. Setting Materials a. Concrete (i) Minimum 28 day compressive strength of 3,000 psi (ii) Bagged concrete allowed. b. Drive Anchors (i) Galvanized angles (ii) ASTM A 36 steel (iii) 1 inch x 1 inch x 30 inch galvanized shoe clamps to secure angles to posts. PART 3 EXECUTION 3.01 EXAMINATION A. Verification of Conditions 1. Verify areas to receive fencing are completed to final grades and elevations. 2. Ensure property lines and legal boundaries of work are clearly established 3.02 INSTALLATION A. Chain Link Fence Framing 1. Locate terminal post at each fence termination and change in horizontal or vertical direction of 30 degrees or more. 2. Space line posts uniformly at 10 feet on center. 3. Set all posts in concrete a. Drill holes in firm, undisturbed or compacted soil. b. Drill hole diameter 4 times greater than outside dimension of post. c. Set post bottom 24 inches below surface when in firm, undisturbed soil. d. Excavate deeper as required for adequate support in soft and loose soils, and for posts with heavy lateral loads. e. Place concrete around posts in a continuous pour. Trowel finish around post. Slope to direct water away from posts. 4. Check each post for vertical and top alignment and maintain in position during placement and finishing operations. CORP2000479 3231 13-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CHAIN LINK FENCE AND GATES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 5. Bracing a. Install horizontal pipe brace at mid-height for fences 6 feet and taller, on each side of terminal posts. b. Firmly attach with fittings. c. Install diagonal truss rods at these points. d. Adjust truss rod, ensuring posts remain plumb. 6. Tension wire a. Provide tension wire at bottom of fabric and at top if top rail is not specified. b. Install tension wire before stretching fabric and attach to each post with ties. c. Secure tension wire to fabric with 12-1/2 gauge hog rings 24 inches on center. 7. Top rail a. Install lengths, 21 feet b. Connect joints with sleeves for rigid connections for expansion/contraction. 8. Center Rails for fabric height 12 feet and taller. a. Install mid rails between posts with fittings and accessories. 9. Bottom Rails: Install bottom rails between posts with fittings and accessories. B. Chain Link Fabric Installation 1. Fabric a. Install fabric on security side and attach so that fabric remains in tension after pulling force is released. b. Leave approximately 2 inches between finish grade and bottom selvage. c. Attach fabric with wire ties to line posts at 15 inches on center and to rails, braces, and tension wire at 24 inches on center. 2. Tension (stretcher) bars a. Pull fabric taut. b. Thread tension bar through fabric and attach to terminal posts with bands or clips spaced maximum of 15 inches on center. 3. Accessories a. Tie wires: Bend ends of wire to minimize hazard to persons and clothing. b. Fasteners: Install nuts on side of fence opposite fabric side for added security. c. Slats: Install slats in accordance with manufacturer's instructions, if required. 3.03 CLEANING A. Adjust all gates to permit free and easy openings without binding. END OF SECTION CORP2000479 3231 13-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CHAIN LINK FENCE AND GATES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 33 01 10.58 DISINFECTION OF WATER UTILITY PIPING SYSTEMS PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor and materials required to disinfect; 1. Potable water piping systems, which may include new and existing piping designated to carry Potable Water(PW), Overflow(OVF), Sample Water(SA), Raw Water(RW) or Utility Water(UW). 2, The interior bowls of both Elevated Storage Tanks(ESTs). 3 1.02 RELATED WORK A. Division 33 — Utilities 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Submit a proposed plan and schedule for water conveyance, cleaning, disinfection, and disposal of disinfected water. The plan shall be submitted in writing prior to commencement of any disinfection procedures. C. Submit dechlorination plan per AWWA C655 — Field Dechlorination 1.04 REFERENCE STANDARDS A. American Water Works Association (AWWA) 1. B300- Hypochlorites 2. C651- Disinfecting Water Mains 3. C655 — Field Dechlorination 1.05 QUALITY ASSURANCE (NOT USED) 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE (NOT USED) 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 WARRANTY/EXTENDED WARRANTY (NOT USED) CORP2000479 33 01 10.58-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DISINFECTION OF WATER UTILITY PIPING SYSTEMS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 PART 2 PRODUCTS 2.01 MATERIALS A. All equipment, chemicals for chlorination, temporary valves, bulkheads, or other water control equipment shall be selected and furnished by the Contractor. B. Chlorine for disinfection may be in the form of sodium hypochlorite solution or calcium hypochlorite granules. C. Sodium hypochlorite and calcium hypochlorite shall be in accordance with the requirements of AWWA B300. PART 3 EXECUTION 3.01 GENERAL A. Disinfection operations shall be scheduled by the Contractor as late as possible during the contract time period so as to assure the maximum degree of sterility of the facilities at the time the Work is accepted by the Owner. 3.02 PROCEDURES A. Pipelines: 1. During installation, the interior of all pipes, fittings and other accessories shall be kept as free as possible from dirt and foreign matter at all times. If, in the opinion of the Owner's Representative, the pipe contains dirt or foreign matter that could not be removed during the flushing operation, the interior of the pipe shall be cleaned and swabbed with a bactericidal solution. When pipe laying is not in progress, the open ends of it shall be sealed with watertight plugs. If water has accumulated in the trench, the seal shall remain in place until the trench-water has been removed to such an extent that it will not enter the pipe. 2. After completion of hydrostatic pressure tests and prior to disinfection, the pipeline shall be flushed, as thoroughly as possible with the water pressure and outlets available. If feasible, flushing rate should develop a velocity in the pipeline of at least 3.0 fps. If a velocity of 3.0 fps cannot be achieved, the requirements of Paragraph 3.02.A.1 above shall be rigidly enforced. The minimum quantity of water used for flushing shall be in excess of the storage capacity of the pipeline, to ensure that clean water has traversed the entire length of line. 3. After flushing has been completed to the point that apparent dirt and foreign matter have been removed from the pipeline, pipeline shall be disinfected in accordance with AWWA C651 as modified herein. 4. The pipeline shall be disinfected using the Continuous-Feed Method or Slug Method. Minimum chlorine concentration shall be 50 mg/I for Continuous-Feed Method and 100 mg/I for Slug Method. 5. Chlorinated water shall be retained in the pipeline for at least 24 hours for Continuous-Feed Method and 3 hours for Slug Method. 6. After applicable retention period, the heavily chlorinated water shall be flushed from the newly laid pipeline at its extremities until chlorine measurements show CORP2000479 33 01 10.58-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DISINFECTION OF WATER UTILITY PIPING SYSTEMS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 that the concentration in the water leaving the pipeline is no higher than that prevailing in the system or is acceptable for domestic use. 3.03 WATER SOURCE A. Contractor shall coordinate with the Owner's Representative for availability of water for testing under this Section. The Contractor shall make complete and satisfactory arrangements with the Owner's Representative prior to obtaining water for testing purposes. It shall be the responsibility of the Contractor to provide all equipment necessary to transport the water from the source to the pipeline to be tested. The Contractor shall make other arrangements if the testing water is not available at the Owner's facility. 3.04 BACTERIOLOGICAL SAMPLING AND TESTING A. After final flushing and before the pipeline and structures are placed in service, a sample or samples shall be collected from the end of the line or the structure and shall be tested for bacteriological quality in accordance with the requirements of the State Department of Health or the appropriate regulatory agency having jurisdiction. For this purpose, the pipe or the structure shall be refilled with the fresh potable water and left for a period of 24 hours before any sample is collected. Should the initial disinfection treatment fail to produce satisfactory bacteriological test results, the disinfection procedure shall be repeated until acceptable results are obtained. B. The Owner's Representative will perform all sampling for bacteriological tests and will pay for the initial testing to be performed by Owner or Owner's selected laboratory. All testing shall be paid for by the Contractor. 3.05 CONNECTIONS TO EXISTING SYSTEMS A. Where connections are to be made to existing potable water and filtered water system, the interior surfaces of all pipe and fittings used in making the connections shall be swabbed or sprayed with a one percent hypochlorite solution before they are installed. Thorough flushing shall be started as soon as the connection is completed and shall be continued until discolored water is eliminated. 3.06 DISPOSAL OF CHLORINATED WATER A. Dispose chlorinated water in a manner that will protect the public and publicly used receiving waters from harmful or toxic concentrations of chlorine. Disposal shall be in accordance with Federal, State, and local requirements. B. Do not allow flow into a waterway without neutralizing disinfectant residual. C. Refer to AWWA C655 for acceptable neutralization chemicals. D. Contractor shall be responsible for the proper disposal of water from the pipelines. END OF SECTION CORP2000479 33 01 10.58-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DISINFECTION OF WATER UTILITY PIPING SYSTEMS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 40 05 00 COMMON WORK RESULTS FOR PROCESS INTERCONNECTIONS PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor and materials required and installed complete and ready for operation, all appurtenances as shown on the Drawings or as specified. B. The appurtenances shall include, but not be limited to the following: (Note: All items listed below may not be required in this Contract). 1. Yard Hydrants 2. Mechanical Type Wall Seals 3. Service Clamps 4. Dielectric Insulating Gasket Kits for Flanges 5. Dielectric Unions for Copper Tube 6. Flange Bolts and Nuts 7. Anti-Seize Bolting Lubricants 8. Non-Insulating Flange Gasket Materials 9. Sleeve ("Dresser type") Couplings 10. Insulated Sleeve Couplings 11. Flange Coupling Adapters 12. Tie-Rod Restrained Dismantling Joints 13. Depend-O-Lok Couplings 14. AWWA Grooved-Joint Couplings 15. Harnessing and Restraint 16. Megalug Restrained Joints 17. Quick Connect Couplings 18. Wall and Floor Fittings 19. Gauges and Accessories 20. Valve Operators (Including Floor Boxes) 21. Strainers 22. Corporation Stops 23. Appurtenances and Miscellaneous Items 24. Emergency Safety Showers and Eyewash Units 1.02 RELATED WORK A. Piping materials and systems are included in other sections of Division 40 — Process Interconnections B. Valves are included in Section 40 05 51 — Common Requirements for Process Valves C. Pipe supports and Hangers are included in Section 40 05 07— Hangers and Supports for Process Piping D. Pipe Insulation and Heat tracing in Section 40 42 13 —Insulation and Heat Tracing CORP2000479 40 05 00-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON WORK RESULTS FOR PROCESS INTERCONNECTIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Gasket manufacturer shall submit certificate that gasket material is suitable for the joints provided, service conditions specified herein and suitable for the field test pressure. C. Submit operating and maintenance instruction in compliance with Section 01 78 23 — Operation and Maintenance Data. 1.04 REFERENCE STANDARDS A. American National Standards Institute (ANSI): ANSI B2.1. B. American Society for Testing and Materials (ASTM): 1. A48 — Specification for Gray Iron Castings 2. A53 — Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, Welded and Seamless 3. A126 - Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings 4. A183 - Specification for Carbon Steel Track Bolts and Nuts 5. A193 —Specification for Alloy-Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications 6. A194 — Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both 7. A197 — Specification for Cupola Malleable Iron 8. A240 — Specification for Chromium-Nickle Stainless Steel Plate, Sheet, and Strip for Pressure Vessels and for General Applications 9. A278 - Specification for Gray Iron Castings for Pressure Containing Parts for Temperatures Up to 650 degrees F 10. A283 — Specification for Low and Intermediate Tensile Strength Carbon Steel Plates 11. A513 — Specification for Electric — Resistance-Welded Carbon and Alloy Steel Mechanical Tubing 12. A536 - Specification for Ductile Iron Castings 13. B16 — Specification for Free-Cutting Brass Rod, Brass Rod Bar and Shapes for Use in Screw Machines 14. B62 - Specification for Composition Bronze or Ounce Metal Castings 15. B88 - Specification for Seamless Copper Water Tube 16. B584 — Specification for Copper Alloy Sand Castings for General Applications C. American Water Works Association (AWWA): 1. C209 — Cold-Applied Tape Coatings for Steel Water Pipe, Special Sections, Connections and Fittings 2. C210- Liquid-Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines 3. C213 — Fusion Bonded Epoxy Coating for Interior and Exterior of Steel Water Pipelines 4. C219 — Bolted Sleeve Type Couplings for Plain-End Pipe 5. C606 - Grooved and Shouldered Joints CORP2000479 40 05 00-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON WORK RESULTS FOR PROCESS INTERCONNECTIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 D. Federal Specifications (F.S.): MIL-C-27487 1.05 QUALITY ASSURANCE A. Items listed herein shall be products of Manufacturers who have a minimum of five years' experience in the manufacture of the particular equipment item to be furnished. B. Services of Manufacturer's Representative 1. Provide services of Depend-O-Lok coupling manufacturer's factory service engineer specifically trained in the installation and adjustment of couplings as specified in this Section and in 0143 33 — Manufacturers Services. 2. Man-hour requirements shown in this Section are exclusive of travel time and do not relieve the Supplier of obligation to provide sufficient service to place couplings in satisfactory operation. 3. Manufacturer's factory service engineer shall submit Certificate of Proper Installation of Depend-O-Lok couplings as per 0143 33 — Manufacturers Services. 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE (NOT USED) 1.08 MAINTENANCE / SPARE PARTS (NOT USED) 1.09 EXTENDED WARRANTY (NOT USED) PART 2 PRODUCTS 2.01 MATERIALS A. General 1. Joint, size and material - unless otherwise noted or required by the Owner: a. Joints referred to herein shall be of the same nominal diameter as the pipe or fittings they are connected to. b. Appurtenances shall be of the same nominal diameter and same pressure rating as the pipe or fittings they are connected to. 2. Ensure that valves and appurtenances have ends/joints that are compatible with and may be fastened to the adjoining pipe. This may mean furnishing special adaptors as required. These adaptors shall be suitable for direct bury, with proper dielectric insulation and as a minimum, if metallic non-stainless steel or galvanized, coated with two coats of Coal Tar Epoxy. 3. Materials to be used in contact with the raw water or potable water process shall be classified as acceptable by NSF61. B. Yard Hydrants 1. Yard hydrants for installation on the non-potable water lines shall consist of a 3/4- inch hose connection. The hydrants shall be Woodford Model R34 Freezless Hydrant or equal. C. Mechanical Type Wall Seals CORP2000479 40 05 00-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON WORK RESULTS FOR PROCESS INTERCONNECTIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1. Mechanical type wall seals shall consist of an adjustable modular bolted, synthetic rubber and plastic sealing element as shown on Drawings. The sealing element shall be Link-Seal LS-300-C as manufactured by Enpro Industries, or equal. D. Service Clamps 1. Service clamps shall have malleable or ductile iron bodies which extend around the circumference of the pipe. The saddle shall be sealed against the pipe with a rubber gasket. Bodies shall be tapped for IPS. Clamps shall be of the double strap design. 2. Service clamps shall be IPS service clamps as manufactured by Mueller Co., or equal. E. Dielectric Insulating Gasket Kits for Flanges 1. Dielectric insulating flange gasket kits shall be installed when dissimilar metal pipe connects to prevent galvanic action. Flange insulation kits shall be installed where a stainless-steel flange is mated with flanges constructed of bronze alloys, carbon steel alloys, or nickel alloys (Mone) and Hastelloy) flanges; where process piping mates with valves and other equipment and appurtenances of dissimilar metals furnished under Sections in Division 43 and 40: where exposed piping makes a vertical transitions to buried piping; and where otherwise as shown on the Drawings. 2. Insulating flange gaskets shall be furnished as a kit including the dielectric gasket, bolt sleeves and washers in accordance with the nominal flange size. 3. Each dielectric insulating gasket shall be a full face isolating and sealing gasket, Type "E", 1/8" thick, epoxy-glass retainer with bolt holes cut to match matting flange drilling. The retainer shall contain a precision tapered groove to accommodate the controlled compression of a FKM (Viton) sealing element. The quad-ring seal shall be pressure energized. The epoxy-glass retainer shall have 550- volts/mil dielectric strength and a minimum 50,000 psi compressive strength. 4. Insulating bolt-sleeves shall be manufactured of Mylar having a dielectric strength of not less than 4,000-volts/mil. 5. Insulating washers shall be manufactured of G-10 epoxy-glass having a dielectric strength of 400 to 500-volts/mil. Insulating washers shall be installed with metallic backing washers to prevent damage to the epoxy-glass washers during bolting. The metallic washers shall be constructed of the same material as the bolts. 6. Dielectric insulating flange gasket kits shall be: 7. Linebacker manufactured by Pipeline Seal and Insulator, Houston, Texas. 8. Trojan Quad Seal manufactured by Advance Products and Systems, Lafayette, Louisiana. 9. Jack 0-ring gaskets manufactured by Central Plastics, Shawnee, Oklahoma. F. Dielectric Unions for Copper Tube 1. Dielectric unions for copper water tube, 1/2-inch to 2-inch diameter, shall be installed where dissimilar metal connect to prevent galvanic action. The body shall be manufactured of ASTM B16 brass and feature female NPT threads adhering to ASTM B1.20.1 and solder joints adhering to ASME B16.22. Dielectric unions shall have Nitrile (BUNA) or EPDM gaskets and be rated for 250 psi at 180° F. CORP2000479 40 05 00-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON WORK RESULTS FOR PROCESS INTERCONNECTIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 Connection Type Copper Alloy Pipe Joined Material Pipe Connection Connection Soldered ASTM B16 ASTM A48 Cast Iron* Soldered ASTM B16 ASTM A197 Malleable Iron* Threaded ASTM B584 Bronze ASTM A48 Cast Iron* Threaded ASTM B584 Bronze ASTM A197 Mallable Iron* *Material may be galvanized 2. Acceptable Manufacturers: a. Watts, Andover, Massachusetts b. Wilkins, Paso Robles, California G. Flange Bolts and Nuts 1. All flange bolt lengths shall be selected by the Contractor such that three threads, as a minimum, protrude from the hex nut and washer after assembly. Flange bolts for dielectric insulating flange kits shall be fully-threaded along their length. The Contractor is cautioned that flange bolts having smooth shank segments along their length will not fit in Mylar sleeves or molded sleeve washers. 2. All bolts, nuts, and washers in the locations listed below shall be Type 316 stainless steel as indicated below: a. All buried locations b. All submerged locations c. All locations subject to seasonal or occasional flooding d. Inside Hydraulic Structures below the top of structures e. Inside vaults, manholes, and junction structures f. All chemical handling areas g. Inside trenches, containment walls, and curbed areas h. All locations exposed to weather i. Locations indicated by the Contract Documents or designated by the Owner's Representative to provide with stainless steel bolts. 3. Type 316 stainless steel flange bolts shall have ASME B1.1, coarse threads, Class 2A fit, and conform to ASTM A193, Grade B8M. 4. Flange nuts shall have ASME B1.1, coarse threads, Class 2A fit, and conform to ASTM A194 Grade 8M, Type 316 stainless steel, having square or hexagonal heavy dimensions in accordance with ASME B18.2.2. The hardness of nut shall be different than the hardness bolts to minimize galling. 5. For locations other than listed in Paragraph 2.07.B, flange bolts shall have ASME B1.1, Class 2A threads, and be manufactured of ASTM A193, Grade B7 steel. Bolts shall conform to ASME B18.2.1. CORP2000479 40 05 00-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON WORK RESULTS FOR PROCESS INTERCONNECTIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 6. For locations other than listed in Paragraph 2.01G. 2., flange nuts shall have Class 2A fit, and be manufactured of ASTM A194, Grade 2H steel, having square or hex heavy dimensions in accordance with ASME B18.2.2. H. Anti-Seize Bolting Lubricants 1. Flange bolts shall be installed using a nickel-seize lubricant capable of achieving the required bolt torque and sealing stress, and permitting future disassembly with minimal manual input. 2. Anti-seize compound shall be classified as acceptable for potable water by the NSF. 3. Acceptable Manufacturers: a. Never-Seez White Food Grade PTFE Lubricant manufactured by Bostik, Wauwatosa, Wisconsin. b. Loctite Nickle Anti-Seize Lubricant manufactured by Henkel Technologies, Rocky Hill, Connecticut. 4. Flange bolts shall be adequately degreased of all corrosion inhibiting slush oil and excess nickel anti-seize prior to field application of prime and finish coatings. I. Non-Insulating Flange Gasket Materials 1. Non-insulating gaskets for all flange configurations shall be submitted in accordance with Paragraph 1.03 of this Section. No field-cut or field modified gaskets will be allowed. 2. Gaskets shall be full face for use with flat face flanges and ring type for use with raised face flanges. Gaskets shall be 1/8-inch thick. Blind flange gasket shall cover entire inside surface of blind flange. 3. Gasket material shall be suitable for the joints provided, service conditions specified herein and suitable for field test pressure. 4. Gaskets shall be classified as acceptable for potable water service by NSF 61. 5. Gaskets shall be suitable for 250° F operating temperature unless higher temperature required on individual systems. J. Sleeve ("Dresser Type") Couplings 1. Sleeve type couplings shall conform to the requirements of AWWA C219. The pressure rating of the couplings shall be at least the field test pressure it is subjected during the pressure testing of the connecting pipeline or the pressure class of the pipeline whichever is higher. 2. The couplings shall be of a gasketed, sleeve-type with diameter to properly fit the pipe. Each coupling shall consist of cylindrical sleeve, two follower rings, two gaskets and a set of bolts and nuts. a. Sleeve: Sleeve shall be ASTM A53, ASTM A512, ASTM A513, ASTM A536 Grade 65-45-12 or carbon steel having a minimum yield strength of 30,000 psi. Sleeve shall be lined with 12 mil DFT fusion bonded epoxy compatible with potable water. Minimum sleeve length shall be five inches for pipe 12-inches and smaller, seven inches for pipe sizes 14-inches thru 24-inches, and 10-inches for pipe larger than 24-inches. Sleeve for stainless steel piping shall be fabricated of ASTM A240, Type 316 stainless steel. b. Follower Rings: Ductile Iron ASTM A536 Grade 65-45-12, AISI C1012, AISI C1015 Steel, AISI C1018 Steel or AISI C1020 Steel. Follower rings for stainless steel pipe shall be fabricated of ASTM A240, Type 316 stainless steel. CORP2000479 40 05 00-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON WORK RESULTS FOR PROCESS INTERCONNECTIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 c. Bolts and Nuts: Bolts and nuts are as specified in Paragraph 2.01 G. of this Section. d. Gaskets shall be of synthetic rubber suitable for service and operating conditions. e. Finish: Fusion bonded epoxy 12 mil DFT as per AWWA C213. 3. Sleeve type couplings shall have pipe stop removed for exposed piping. 4. Acceptable Manufacturers: a. Dresser Industries - Style 38, 138, or 253. b. Romac Industries, Inc. - Style 400, 501, or XR501. c. Smith-Blair - Model 411. 5. Sleeve type couplings shall be installed where shown on the Drawings and at locations where a disassembly gap is necessary to complete a piping assembly. 6. Contractor at his option may install additional couplings other than shown on the Drawings for ease of installations without any additional cost to the Owner. 7. In addition to those locations noted on the Drawings, sleeve couplings shall be provided on piping buried directly under a structure at the structure's expansion joints. Special treatment will be required where pipe is encased in concrete, utilizing minimum 3-inch thick styrofoam placed perpendicular to horizontal centerline coupling. 8. Joint harness shall be provided on all couplings and shall be designed for maximum test pressure to which the line will be subjected. 9. All sleeve couplings shall be thrust restraint. K. Insulated Sleeve Couplings 1. Couplings shall meet the basic requirements specified in Paragraph 2.01 J.of this Section. 2. Insulated sleeve coupling shall be Dresser Style 39, or equivalent Smith Blair or Baker. Insulated coupling shall include boots for both pipe ends and shall insulate each end from electrical current flow. The middle sleeve ring shall be sized to fit over the insulation boots and properly seal the connection. Restraint sleeve couplings using a thrust harness with bolts, over drill the bolt holes and install insulating sleeves and washers. L. Flange Coupling Adapters 1. Construction: a. Body and follower: Carbon Steel, Ductile Iron ASTM A536, Grade 65-45-12. b. End Ring: Ductile Iron ASTM A536, Grade 65-45-12. c. Flange: ANSI Class 125 or 250 flat face. Match class to that of piping system. d. Bolts and nuts: As per Paragraph 2.01G. of this Section. e. Gaskets shall be of synthetic rubber suitable for service and operating conditions. f. Pressure Rating: The pressure rating of the flange coupling adapters shall be at least the field test pressure it is subjected during the pressure testing of the connecting pipeline or the pressure class of the pipeline whichever is higher. 2. Restraining or harnessing system shall be as shown on the contract drawings for flange coupling adaptor. CORP2000479 40 05 00-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON WORK RESULTS FOR PROCESS INTERCONNECTIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 3. Factory Painting: a. Apply fusion bonded epoxy-type protective coating system in accordance with AWWA C213, to interior and exterior of adapters. Coating for interior surface shall be NSF 61 approved for raw and potable water. Interior and exterior of flange coupling adapters shall have Manufacturer's standard epoxy system complete with prime and finish coats minimum of 12 mils DFT. b. Do not paint bolts and gaskets. c. Coatings used on exterior of couplings which will be exposed shall be compatible with specified coating system for piping so that coupling can be painted a common color. 4. Acceptable Manufacturers: a. Size twelve inches and larger: (i) Romac Industries, Inc. - Style FC400. (ii) Dresser Style 131. b. Below twelve inches: (i) Romac Industries, Inc. - Style FCA501. (ii) Dresser Industries - Style 128-W. (iii) Smith Blair - Style 912. M. Depend-O-LoK Couplings 1. Depend-O-Lok split type bolted couplings shall meet the requirements of AWWA C219. Couplings type and size shall be as indicated on the Drawings. The pressure rating of the Depend-O-Lok couplings shall be at least the field test pressure it is subjected during the pressure testing of the connecting pipeline or the pressure class of the pipeline whichever is higher. Couplings shall pass an insulation test of 5,000 mega ohms. 2. Construction: a. The housing shall be one or two-piece with a double arch cross section that closes around pipe ends that are smooth for joint flexibility or expansion and contraction requirements or pipe ends with steel restraint rings affixed for pipe end restraint requirements. Depend-O-Lok ExE couplings are flexible, unrestrained pipe joints. FxE couplings are flexible, expansion joints. FxF couplings are flexible, restrained joints. Flexibility, contraction and expansion and joint restraint are as specified in the Supplier's latest literature. b. The housing shall be sized so that the inside diameter fits the outside diameter of the pipe. The coupling housing thickness shall be sufficient to handle the service loads. c. Bolts or studs and nuts shall secure the closure plates and shall be as per Paragraph 2.01 G. of this Section. d. Housing and closure plates shall be carbon steel conforming to ASTM A36 or stainless-steel conforming to ASTM A240 Type 316L. Sealing plates shall be stainless steel conforming to ASTM A240 Type 316L. e. Gaskets and sealing pad bonded to the sealing plate shall be of the synthetic rubber suitable for operating condition. Gasket material properties shall meet or exceed the requirements of ASTM D2000. Gaskets shall be classified as acceptable for potable water service by NSF 61. CORP2000479 40 05 00-8 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON WORK RESULTS FOR PROCESS INTERCONNECTIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 f. Restraint rings shall be furnished with the couplings and shall be of the same material as the coupling housings. g. Painting: Interior and exterior of carbon steel couplings shall be coated with liquid epoxy per the requirements of AWWA C210. h. Buried couplings shall be protected against corrosion by providing heat shrink sleeves or cold applied tape conforming to AWWA C209. 3. Acceptable Manufacturers: a. Depend-O-Lok couplings shall be as manufactured by Victaulic Depend-O-Lok, Inc. b. Heat Shrink Sleeves shall be as manufactured by Canusa-CPS or Raychem. N. AWWA Grooved-joint couplings 1. AWWA rigid radius grooved-joint couplings for above grade ductile iron pipe, 4-inch to 36-inch diameter, shall be installed where shown on the Drawings. Grooved-joint couplings shall conform to AWWA C606 and constructed of ASTM A536, Grade 65- 45-12 ductile iron. 2. Grooved-joint couplings, 4-inch to 36-inch diameter shall be: a. Style 31 AWWA coupling for ductile iron pipe manufactured by Victaulic Company. 3. Couplings for transition between ductile iron and IPS steel pipe, 4-inch to 12-inch diameter, shall be: a. Style 307 transition coupling manufactured by Victaulic Company. 0. Tie-Rod Restrained Dismantling Joints 1. Tie-rod restrained dismantling joints shall be installed where shown on the Drawings and at locations where a disassembly gap is necessary to complete a piping assembly. Dismantling joints shall be constructed of ASTM A536, Grade 65- 45-12 ductile iron or ASTM A283, Grade C carbon steel. Tie rods shall be 300 series stainless steel. 2. The pressure rating of the tie-rod restrained dismantling joints shall be at least the field test pressure it is subjected during the pressure testing of the connecting pipeline or the pressure class of the pipeline whichever is higher. 3. Apply fusion bonded epoxy-type protective coating system in accordance with AWWA C213, to interior and exterior of dismantling joints. Coating for interior surface shall be NSF 61 approved for potable water. Interior and exterior of dismantling joints shall have Manufacturer's standard epoxy system complete with prime and finish coats minimum of 12 mils DFT. 4. Acceptable Manufacturers: a. Dresser Industries - Style 131 b. Smith-Blair— Model 975 c. Romac Industries — Style DJ400 P. Harnessing and Restraint 1. All flexible couplings, flanged coupling adaptors and dismantling joints shall be thrust restraint. The size and material for tie rods, clamps, plates, and hex nuts shall conform to AWWA Manual M-11 except as modified on the Drawings. CORP2000479 40 05 00-9 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON WORK RESULTS FOR PROCESS INTERCONNECTIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 Manufactured restraining clamp assemblies shall be as manufactured by Stellar Corporation or fabricated equal. 2. Pump manufacturer shall design thrust harness for pump suction and discharge piping in accordance with Hydraulic Institute Standards. Pump manufacturer shall provide this information to the Contractor. Contractor shall provide any and all restraints, exceeding those shown on the Drawings that are required by the pump manufacturer at no additional cost to the Owner. 3. Restrained joints (such as welded, locking mechanical joints) shall be of the type specified with the individual type of pipe. If not specified, restrained (locking) mechanical joint pipe shall be of the manufactures standard design utilizing a locking device (ring or ears) integrally cast with the pipe. 4. The Contractor shall be responsible for anchorage including restraint as noted in elsewhere in Division 33 and 40. Q. Megalug Restrained Joints 1. Joint restraint devices for ductile iron and PVC pipe shall be Megalug as manufactured by EBAA Iron, Inc. 2. The devices shall have a working pressure rating same as the adjoining piping they connect to. Ratings are for water pressure and must include a minimum safety factor of 2 to 1 for all pipe sizes. 3. Gland body, wedges and wedge actuating components shall be cast from grade 65- 45-12 ductile iron material in accordance with ASTM A536. 4. Three (3) test bars shall be incrementally poured per production shift as per Underwriter's Laboratory specifications and ASTM A536. Testing for tensile, yield and elongation shall be performed in accordance with ASTM E8. 5. The restraint devices shall be coated using MEGA-BOND coating system. R. Quick Connect Couplings 1. Couplings shall be of the cam and groove type consisting of a male adapter conforming to F.S. MIL-C-27487. Male adapters shall be designed to receive a female coupler without requiring threading, bolting, or tools. Connections shall remain tight and leak proof under pressures up to 100 psig. Each adapter shall be furnished with a dust cap complete with an 18-inch long security chain of corrosion resistant material. Couplings shall be as manufactured by Dover Corporation, Ever- tite, or equal. 2. Adapters shall be furnished in accordance with the Drawings or as required by the installation. S. Wall and Floor Fittings 1. Wall and floor castings, unless otherwise specified with the individual type of pipe, shall be ductile iron of the style shown on the Drawings with integral exterior water stop, standard models as manufactured by Clow, U.S. Pipe and Foundry, or equal. 2. For plastic pipe or other pipe 2-1/2-inch diameter or less wall and floor fittings shall be ASTM A120, Schedule 40 steel sleeves with exterior steel water stop, all hot dipped galvanized after fabrication. T. Gauges and Accessories 1. All gauges unless otherwise noted be liquid filled and shall have 4-1/2-inch diameter face unless noted otherwise on Drawings, with black letters on a white background CORP2000479 40 05 00-10 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON WORK RESULTS FOR PROCESS INTERCONNECTIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 and protected in their connecting piping by shut-off corporation stops or metal ball valve with level or tee handle. Gauges shall be supplied with pulsation dampers on all pressure lines. On other than potable water and air lines, gauges shall also be supplied with three-way flushing valves and diaphragm seals. Gauges shall be Class 2A with 0.5 percent accuracy over their full range and shall be as supplied by U.S. Gauge, Ashcroft, or Marsh. U. Valve Operators (including Floor Boxes) 1. The valve Manufacturer shall supply and integrally mount all operators on valves at the factory. The valves and their individual operators shall be shipped as a unit. 2. Unless otherwise noted, valves shall be manually operated; non-buried valves shall have an operating wheel, handle or lever mounted on the operator; buried valves shall have a non-rising stem with an AWWA 2-inch nut. 3. Unless otherwise required by the Owner, all manual operating input shafts shall turn to the left (counterclockwise) to open the valve. 4. Each operating device shall have cast on it the word (OPEN) and an arrow indicating the direction of operation. 5. Provide valve position indicator for buried valves. Valve box size shall be adequate to accommodate valve position indicator. 6. Floor boxes for operating nuts recessed in concrete floors shall be standard cast iron type, cast-in-place with fastening top by Clow or equal. 7. Chainwheel shall be supplied for all valves larger than 3-inch in diameter whose centerline is 6 ft. or more above the floor for operation of valve. Chainwheel shall be galvanized, and chain shall loop within four feet of the floor. Chainwheel diameter shall match that of the handwheel. a. Acceptable Manufacturers: (i) Babitt Steam Specialty, New Bedford, Massachusetts (ii) Roto Hammer Industries, Tulsa, Oklahoma 8. Unless otherwise noted, gear operators shall be provided for: All valves with operating shafts of larger than 8-inch nominal diameter (unless otherwise noted); for all buried valves with their operating shaft mounted horizontally (butterfly, plug, etc.); where specified and/or indicated on the Drawings; and where manual operator effort is greater than 40 ft-lbs. Gear operators shall normally be of the beveled type with output shaft perpendicular to valve shaft, having a removable hand wheel mounted on the output shaft. Gearing shall be machine-cut steel designed for smooth operation. Bearings shall be permanently lubricated, provided to take all thrusts and seals provided to contain lubricants. Housings shall exclude moisture and dirt. Manual operator input effort to the hand wheel shall be a maximum of 40 ft-lbs. to operate the valve from full open to full close, under line pressure. Gear operators shall indicate valve position and have adjustable stops. V. Strainers 1. "Y" Type Strainers a. Manual strainers furnished for pipe diameters smaller than 2 inches in diameter shall be "Y" type, capable of removing solids 0.01 inches diameter and larger. The strainer body shall be of semi-steel construction for steel pipe, and brass or bronze for copper pipe and shall conform to ASTM A278, Class 30. Strainers CORP2000479 40 05 00-11 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON WORK RESULTS FOR PROCESS INTERCONNECTIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 on plastic pipe shall be of the same material as the pipe. Strainer elements, including woven wire mesh, shall be constructed of Type 304 stainless steel. b. Design of the strainer body shall be such that the clean-out plug, and screw may be easily removed to permit inspection and cleaning without disassembly of inlet and outlet piping. End connections shall be ANSI screwed pipe threads. c. Furnish one spare screen for each "Y" type units installed. Strainers shall be designed for a maximum operating pressure of 150 psig. They shall be as manufactured by GA Industries, Inc., or Watts Industries, Inc. 2. Manual Basket Strainers a. Manual basket strainers shall be furnished for pipe 2 inches in diameter and larger, as per the Drawings. Strainer body shall be of cast iron construction. Strainer elements shall be constructed of Type 304 stainless steel. Design of the basket strainer body shall be such that the bolted lid and basket may be easily removed for inspection and cleaning without disassembly of inlet and outlet piping. b. A trap with a blow-off port shall be provided for removing any material that may settle at the bottom. Strainers shall be designed for a maximum operating pressure of 150 psig, and shall be 74-D as manufactured by GA Industries, Inc., or Watts Industries, Inc. c. Proper blow off piping with valve shall be supplied, run to nearest drain. 3. PVC Duplex Basket Strainer a. Provide and install PVC duplex basket strainer as shown on drawings. b. Strainer shall be of PVC construction, rated for a working pressure of up to 150 PSI. Baskets shall be removable without the need for tools. c. Strainer shall be integrally fitted with PVC ball or butterfly valves to enable diversion of flow through either of the two baskets, while the other basket is isolated for cleaning. PVC ball valves shall be provided at each basket drain. d. Strainer shall have two Type 304 stainless steel baskets, each with 1/16" perforations, providing a minimum open area ratio of 4:1. e. Bolt bases securely to floor using 316 stainless steel capsule anchors. f. Strainer shall be as manufactured by Hayward Flow Control Systems, or Eaton Filtration. W. Corporation Stops 1. Corporation stops shall be of bronze or brass and shall be designed and manufactured in accordance with AWWA Standard C800, except as modified herein. Corporation stops shall have Mueller inlet threads, except that corporation stops for use with service clamps shall have IPS threads. Where corporation stops are used with plastic pipe, a brass companion flange shall be provided on the outlet of each corporation stop. X. Appurtenances and Miscellaneous Items 1. Plugs, caps and similar accessories shall be of the same material as the pipe, and of the locking type, unless otherwise noted. 2. Unions shall be of the same material as the pipe. 3. Special dielectric protective tape shall be fabric reinforced petroleum tape as manufactured by Denso, Inc., or equal. CORP2000479 40 05 00-12 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON WORK RESULTS FOR PROCESS INTERCONNECTIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 Y. Emergency Safety Showers and Eyewash Units 1. Furnish and install where shown on the Drawings. All assemblies shall be provided with stay-open ball valves. Provide eye wash with strainer on supply line. Units shall be complete with automatic flow control devices as required to limit emergency shower flow to 20 gpm and eye wash flow to 2.4 gpm. An emergency identification sign shall be included with each unit. Emergency safety shower and Eye Wash Assemblies shall be manufactured by Haws, Guardian, Western, Bradley, or Speakman. 2. Interior Emergency Shower/Eye Wash Unit (ESEW-A) a. Furnish and install a combination emergency shower and eye wash unit where shown on the Drawings. b. Units shall have a 10-in cycolac plastic shower head and eye wash bowl, stay open ball valves and hand and foot control for eye wash. c. Units shall be complete with automatic flow control devices as required to limit emergency shower flow to 20 gpm and eye wash flow to 3 gpm. d. Unit shall be equipped with a flow switch to provide a dry contact alarm signal when the unit is in use. The contact will be monitored by the plant SCADA system. Unit shall include strobe light and horn. e. Unit shall be modified to include an 8-ft hand held recoil hose assembly with bracket for spray head and equal to Haws Model #8906, Guardian Model #G1716 or Bradley Model #S-19-600 3. Exterior Freeze-Proof Emergency Shower/Eye Wash Unit (ESEW-B) a. Furnish and install where shown on the Drawings, a combination emergency shower and eye wash unit equipped with heating cable and insulation and designed to operate at temperatures as low as minus 40° F. b. Equipment shall include an ABS plastic shower head, stay-open ball valve, automatic volume control on both shower and eye wash, removable polyethylene foam insulation encased in ABS plastic jacket and a NEMA 4 enclosed thermostat. Shower flow shall be limited to 20 gpm. Eye wash shall include strainer, flow shall be 2.4 gpm. c. Unit shall have integral purge valve that opens when water temperature falls below 45° F. The valve shall be located opposite the water supply connection and purge approximately 6 gpm to prevent freezing in case of power failure. d. The unit shall be factory modified (special order) to include an additional 24- inch long section of heat trace wire exposed at piping inlet connection. Wrap heat trace wire around potable water supply from building. Insulate overheat trace and jacket outdoor exposed potable water piping. e. Unit shall be equal to Haws Model #8317CTFP. Other acceptable manufacturers are Guardian and Bradley or approved equal. PART 3 EXECUTION 3.01 INSTALLATION A. General CORP2000479 40 05 00-13 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON WORK RESULTS FOR PROCESS INTERCONNECTIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1. Items shall be installed in strict accordance with Manufacturer's instructions in the locations shown on Drawings. Damage to items shall be repaired to the satisfaction of the Owner before they are installed. 2. Install brackets, extension rods, guides, the various types of operators and appurtenances as shown on the Drawings that are in masonry floors or walls and install concrete inserts for hangers and supports as soon as forms are erected and before concrete is poured. Before setting items, check Drawings which have a direct bearing on their location to be responsible for the proper location of these appurtenances during construction of structures. 3. Items shall be carefully inspected for defects in construction and materials; debris and foreign material cleaned out of openings, etc.; operating mechanisms operated to check their proper functioning, and nuts and bolts checked for tightness. Equipment which does not operate easily, or is otherwise defective, shall be repaired or replaced. 4. Where installation is covered by a referenced Standard Specification, installation shall be in accordance with that Specification, except as herein modified. 5. Unless otherwise noted, joints for items shall be made up utilizing the same procedures as specified under the applicable type connecting pipe joint. B. Installation off Sleeve (Dresser) Type Couplings 1. Unless otherwise required by the Manufacturer's instructions, prior to installation of sleeve-type couplings, pipe ends shall be cleaned thoroughly for a distance of at least 12 inches. Soapy water may be used as a gasket lubricant. A follower and gasket, in that order, shall be slipped over each pipe to a distance of about 6 inches from the end; the middle ring shall be placed on the already installed pipe and shall be inserted into the middle ring flair and brought to proper position in relation to the pipe already laid. The gaskets and followers shall then be pressed evenly and firmly into the middle ring flares. 2. After the bolts have been inserted and nuts have been made up finger tight, diametrically opposite nuts shall be progressively and uniformly tightened around the joint, by use of a torque wrench of the appropriate size and torque for the bolts. 3. The correct torque as indicated by a torque wrench shall not exceed 75 ft-Ib for 5/8- inch bolts and 90 ft-Ib for 3/4-inch bolts. 4. If a wrench other than a torque wrench is used, it should be no longer than 12 inches so that when used by the average person the above torque values shall not be exceeded. 5. To prevent sleeve-type couplings from pulling apart under pressure, a suitable harnessing or flange clamp assembly shall be provided and installed. 6. Note that the additional location requires sleeve couplings as specified in Part 2 of this Section. C. Installation of Flanged Couplings Adapters 1. Flanged coupling adapters shall be installed in strict accordance with the coupling Manufacturer's instructions in the locations shown on Drawings. After the pipe is in place and bolted tight, the proper locations of holes for the anchor studs shall be determined and the pipe shall be field-filled. Holes for anchor studs shall be drilled completely through the wall pipe. Hole diameter shall not be more than 1/8-inch larger than the diameter of the stud projection. CORP2000479 40 05 00-14 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON WORK RESULTS FOR PROCESS INTERCONNECTIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 D. Installation of Depend-O-Lok Couplings 1. Depend-O-Lok couplings shall be installed in strict accordance with the manufacturer's instructions in the locations shown on Drawings. The coupling shall be assembled with bolts at the closure plates, tightened to assure snug coupling with the pipe. 2. Manufacturer's factory trained field representative shall instruct the Contractor's field personnel for the calculation of pipe expansion and contraction based on temperature during field installation and design temperature to the joint for providing gap at the joint. The factory trained representative shall also instruct the Contractor's field personnel for the installation of couplings. The coupling manufacturer shall provide these services for a minimum of eight hours in the field or shall be present during installation of first two (2) couplings whichever requires longer presence in the field. 3. Manufacturer's factory trained field representative shall submit the certificate of proper installation of couplings. E. Installation of Tie-Rod Restrained Dismantling Joints 1. Tie-rod restrained dismantling joints shall be installed in strict accordance with the manufacturer's instructions in the locations shown on Drawings. Tie-rods must pass through the flanges on each end of the dismantling joint. Length of all tie rods shall be same. F. Installation of Grooved Joints Couplings 1. Installation of AWWA grooved joint couplings and pipe shall be in accordance with the latest version of Manual I-300"Field Installation Handbook for AWWA Products" published by Victaulic Company. 2. Coupling gaskets shall be installed with the Victaulic lubricant compatible with the elastomer used. Lubrication of the gasket exterior, gasket sealing lips, housings, and pipe ends shall be done prior to joining to prevent gasket pinching. 3. Coupling nuts shall be tightened evenly by alternating sides until metal-to-metal contact occurs at the bolt pads. For angle-bolt-pad couplings, even offsets must be present at the bolt pads to obtain pipe-joint rigidity. G. Installation of Wall and Floor Fittings 1. Wall pipes and pipe sleeves embedded in concrete walls, floors, and slabs shall be embedded as shown. Support all pipes embedded in concrete walls, floors, and slabs with form work to prevent contact with the reinforcing steel. H. Installation of Other Equipment, Appurtenances and Miscellaneous Items 1. Unions and wall fitting shall be installed as indicated on the Drawings. 2. Hardware and appurtenances shall be installed as required and in accordance with the Manufacturer's recommendations, as acceptable to the Owner. 3. Use Teflon tape on screwed fittings. 3.02 FIELD TESTING A. Testing and correction of deficiencies shall be in accordance with Section 33 01 12 — Inspection and Testing of Water Utilities. CORP2000479 40 05 00-15 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON WORK RESULTS FOR PROCESS INTERCONNECTIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 3.03 FIELD PAINTING A. Field painting is specified in Division 09 — Finishes. Buried metal items or those in vaults shall receive two coats of coal tar epoxy. The total DFT shall be 16 to 20 mils. END OF SECTION CORP2000479 40 05 00-16 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON WORK RESULTS FOR PROCESS INTERCONNECTIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 40 05 06 COUPLINGS, ADAPTERS, AND SPECIALS FOR PROCESS PIPING PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor and materials required and installed complete and ready for operation, all appurtenances as shown on the Drawings or as specified. B. The appurtenances shall include, but not be limited to the following: (Note: All items listed below may not be required in this Contract). 1. Hose hydrants 2. Mechanical type wall seals 3. Service clamps 4. Dielectric Insulating Gasket Kits for Flanges 5. Harnessing and restraint 6. Sleeve couplings (Dresser type) 7. Flanged Coupling Adapters 8. Quick connect couplings 9. Expansion/vibration joints (fittings) 10. Wall and floor fittings 11. Gauges and accessories 12. Valve operators 13. Strainers 14. Corporation Stops 15. Appurtenances and Miscellaneous Items 1.02 RELATED WORK (NOT USED) 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Submit operating and maintenance instruction in compliance with Section 0178 23. 1.04 REFERENCE STANDARDS A. American National Standards Institute (ANSI): ANSI B2.1. B. American Society for Testing and Materials (ASTM): 1. ASTM A 126 - Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings. 2. ASTM A 183 - Specification for Carbon Steel Track Bolts and Nuts. 3. ASTM A 278 - Specification for Gray Iron Castings for Pressure Containing Parts for Temperatures Up to 650 degrees F. CORP2000479 40 05 06-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COUPLINGS,ADAPTERS,AND SPECIALS FOR PROCESS PIPING DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 4. ASTM B 62 - Specification for Composition Bronze or Ounce Metal Castings. 5. ASTM B 88 - Specification for Seamless Copper Water Tube. 6. ASTM A 536 - Specification for Ductile Iron Castings. C. American Water Works Association (AWWA): AWWA C 606 - Grooved and Shouldered Joints. D. Federal Specifications (F.S.): MIL-C-27487. 1.05 QUALITY ASSURANCE A. Items listed herein shall be products of manufacturers who have a minimum of five years' experience in the manufacture of the equipment item to be furnished. 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING, AND STORAGE (NOT USED) 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 EXTENDED WARANTY (NOT USED) PART 2 PRODUCTS 2.01 MATERIALS A. General 1. Joint, size and material - unless otherwise noted or required by the Owner: a. Joints referred to herein shall be of the same nominal diameter as the pipe or fittings they are connected to. b. Appurtenance shall be of the same nominal diameter as the pipe or fittings they are connected to. c. All mechanical couplings, flange adapters, restraint harness, etc. exposed to wastewater and/or corrosive environment shall be supplied with 304L SS hardware. 2. Ensure that valves and appurtenances have ends/joints that are compatible with and may be fastened to the adjoining pipe. This may mean furnishing special adaptors as required. These adaptors shall be suitable for direct bury, with proper dielectric insulation and as a minimum, if metallic non-stainless steel or galvanized, coated with two coats of Coal Tar Epoxy. B. Hose Hydrants 1. Hose hydrants for installation on the non-potable water lines shall consist of a 3/4 inch hose connection. The hydrants shall be Woodford Model 24P or equal. C. Mechanical Type Wall Seals 1. Mechanical type seals shall consist of an adjustable modular bolted, synthetic rubber and plastic sealing element as shown on Drawings. The sealing element CORP2000479 40 05 06-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COUPLINGS,ADAPTERS,AND SPECIALS FOR PROCESS PIPING DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 shall be Link-Seal LS-300-C as manufactured by Enpro Industries., or equal. Associated hardware shall be 304L SS. D. Service Clamps 1. Service clamps shall have malleable or ductile iron bodies which extend at least 360 degrees around the circumference of the pipe and shall have neoprene gaskets cemented to the saddle body. Bodies shall be tapped for IPS. Clamps shall be of the double strap design. 2. Service clamps shall be IPS service clamps as manufactured by Mueller Co., or equal. E. Dielectric Insulating Gasket Kits for Flanges 1. Dielectric insulating flange gasket kits shall be installed when dissimilar metal pipe connects to prevent galvanic action. Flange insulation kits shall be installed where a stainless steel flange is mated with flanges constructed of bronze alloys, carbon steel alloys, or nickel alloys (Monet, Hastelloy and Inconel) flanges; where process piping mates with valves and other equipment and appurtenances of dissimilar metals furnished under Sections in Division 11 and 15: where exposed piping makes a vertical transitions to buried piping; and where otherwise as shown on the Drawings. 2. Insulating flange gaskets shall be furnished as a kit including the dielectric gasket, bolt sleeves and washers in accordance with the nominal flange size. 3. Each dielectric insulating gasket shall be a full face isolating and sealing gasket, Type "E", 1/8" thick, epoxy-glass retainer with bolt holes cut to match matting flange drilling. The retainer shall contain a precision tapered groove to accommodate the controlled compression of a FKM (Viton) sealing element. The quad-ring seal shall be pressure energized. The epoxy-glass retainer shall have 550-volts/mil dielectric strength and a minimum 50,000 psi compressive strength. 4. Insulating bolt-sleeves shall be manufactured of Mylar having a dielectric strength of not less than 4000-volts/mil. 5. Insulating washers shall be manufactured of G-10 epoxy-glass having a dielectric strength of 400 to 500-volts/mil. Insulating washers shall be installed with metallic backing washers to prevent damage to the epoxy-glass washers during bolting. The metallic washers shall be constructed of the same material as the bolts. 6. Dielectric insulating flange gasket kits shall be: 7. Linebacker manufactured by Pipeline Seal and Insulator, Houston, Texas. 8. Trojan Quad Seal manufactured by Advance Products and Systems, Lafayette, Louisiana. 9. Jack 0-ring gaskets manufactured by Central Plastics, Shawnee, Oklahoma. F. Harnessing and Restraint 1. Unless otherwise noted, size and material for tie rods, clamps, plates, and hex nuts shall be as shown on the Drawings, or in the AWWA Manual M-11. Manufactured restraining clamp assemblies shall be as manufactured by Stellar Corporation or fabricated equal. CORP2000479 40 05 06-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COUPLINGS,ADAPTERS,AND SPECIALS FOR PROCESS PIPING DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 2. All flexible couplings and flanged coupling adaptors shall be harnessed. Harnesses shall conform to AWWA Manual M-11 except as modified by the Drawings or this specification. 3. Restrained joints (such as welded, locking mechanical joints) shall be of the type specified with the individual type of pipe. If not specified, restrained (locking) mechanical joint pipe shall be of the manufactures standard design utilizing a locking device (ring or ears) integrally cast with the pipe. 4. For up through 18-inch diameter ductile iron pipe only the following may be used as an alternative to other restraint system: a. The optional mechanical joint restraints shall be incorporated in the design of a follower gland. The gland shall be manufactured of ductile iron conforming to ASTM A 536. Dimensions of the gland shall be such that it can be used with standard mechanical joint bell and tee-head bolts as specified with the pipe. b. The restraint mechanism shall consist of numerous individually activated gripping surfaces to maximize restraint capability. Gripping surfaces on the pipe shall be wedges designed to spread the bearing surfaces on the pipe. Twist-off nuts sized same as tee-head bolts and shall be used to insure proper actuating of restraining devices. When the nut is sheared off, standard hex nut shall remain. c. The mechanical joint restraint device for ductile iron pipe shall have a working pressure of at least 250 psi with a minimum safety factor of 2:1. d. Mechanical joint restraint devices shall be of the type listed below or equal. For Ductile Iron Pipe: Flex Ring or Lock Ring by American Ductile Iron Pipe. 5. The Contractor shall be responsible for anchorage including restraint as noted in elsewhere in Division 40. 6. Restrained flange adapters shall be used in lieu of threaded or welded flanged spool pieces or at locations where dimensional constraints exist. Flanged adapters shall be made of ductile iron conforming to ASTM A536 and have flange bolt circles that are compatible with ANSI/AWWA C110/A21.10 (125#/Class 150 Bolt Pattern). a. Restraint for flange adapter shall consist of a plurality of individual actuated gripping wedges to maximize restraint capability. Torque limiting actuating screws shall be used to insure proper initial set of gripping wedges. b. The flange adapters shall be capable of deflection during assembly or permit lengths of pipe to be field cut to allow a minimum 0.6-inch gap between the end of the pipe and the mating flange without affecting the integrity of the seal. c. All internal surfaces of the gasket ring (wetted parts) shall be lined with a minimum of 15 mils of fusion bonded epoxy conforming to the applicable requirements of ANSI/AWWA C213. Sealing gaskets shall be constructed of EPDM. The coating and gaskets shall meet ANSI/NSF-61. Exterior surfaces of the gasket ring shall be coated with a minimum of 6 mils of fusion bonded epoxy conforming to the applicable requirements of ANSI/AWWA C116/A21.16. CORP2000479 40 05 06-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COUPLINGS,ADAPTERS,AND SPECIALS FOR PROCESS PIPING DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 d. The flange adapter shall be the Series 2100 MEGAFLANGE® Restrained Flange Adapter as produced by EBAA Iron, Inc. or approved equal. G. Sleeve Type Coupling ("Dresser Type") 1. Unless otherwise specified with the individual type of pipe, sleeve type couplings ("Dresser" type) shall be ITT (Smith Blair) Style 411, Dresser Style 38, Baker, or equal, with the pipe stop removed for exposed piping and Dresser Style 39 for buried piping. Similar insulation type couplings shall be provided at the face of buildings, between different type metals or where otherwise noted. 2. In addition to those locations noted on the Drawings, sleeve couplings shall be provided on piping buried directly under a structure at the structure's expansion joints. Special treatment will be required where pipe is encased in concrete, utilizing minimum 3 inch thick styrofoam placed perpendicular to horizontal centerline coupling. 3. Joint harness shall be provided on all couplings and shall be designed for maximum pressure to which the line will be subjected. 4. Sleeve type coupling shall be of the Type of 304L stainless steel. H. Flange Coupling Adaptors 1. Flange coupling adaptors of the proper type shall be provided between different types of pipe. They shall be of the insulated type as acceptable to the Owner's Representative. 2. Flanged coupling adaptors shall be similar to sleeve type couplings Dresser Style 127 or 128, similar models by ITT, or equal. 3. Joint harness shall be provided on all flanged coupling adaptors and shall be designed for maximum pressure to which the line will be subjected. 4. Flange coupling adaptors shall be of the Type 304L stainless steel I. Quick Connect Couplings 1. Couplings shall be of the cam and groove type consisting of a male adapter conforming to F.S. MIL-C-27487. Male adapters shall be designed to receive a female coupler without requiring threading, bolting, or tools. Connections shall remain tight and leakproof under pressures up to 100 psig. Each adapter shall be furnished with a dust cap complete with an 18-inch long security chain of corrosion resistant material. Couplings shall be as manufactured by Dover Corporation, Ever-tite, or equal. 2. Adapters shall be furnished in accordance with the Drawings or as required by the installation. J. Expansion/Vibration Isolation Joints 1. Expansion joints shall be wide arch type of EPDM rubber construction and stainless steel retainer ring. Soft rubber fillers shall be integrally cured into the arches to provide a smooth flow path to prevent settling of materials into the arch. Joints shall be constructed to pipe size and to meet working pressure and corrosive conditions. Expansion joints shall be rated for temperatures of up to 250°F and low temperature of 00FAddendum No.7. Rings shall be designed for CORP2000479 40 05 06-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COUPLINGS,ADAPTERS,AND SPECIALS FOR PROCESS PIPING DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 mating with ANSI 150 Ib flanges. Joints shall be finish coated with Hypalon or equal paint. 2. Expansion joints shall be furnished with control (harness) units. Harness units shall consist of minimum two drilled plates, stretcher bolts, and rubber washers backed by metal washers. Stretcher bolts shall prevent over-elongation of the joint. Extra nuts shall be provided on the stretcher bolts on the inside of the plate to prevent over compression. Nuts, bolts, and plates shall be 304 stainless steel. 3. Expansion joints shall be Style 1101 wide arch as manufactured by General Rubber Corporation. 4. In addition to locations shown on the Drawings, expansion joints shall be utilized in exposed piping and within one foot of a building expansion joint. 5. Expansion joint supplier shall design and provide expansion joints between each pair of fixed supports to allow for thermal expansion and contraction of piping. Provide pipe support on both side of expansion joints. Expansion joints spacing and location shall be determined by the expansion joint Supplier. Supplier shall submit the design drawings and calculations for thermal expansion and contraction pf piping. K. Wall and Floor Fittings 1. Wall and floor castings, unless otherwise specified with the individual type of pipe, shall be ductile iron of the style shown on the Drawings with integral exterior water stop, standard models as manufactured by Clow, U.S. Pipe and Foundry, or equal. 2. For plastic pipe or other pipe 2-1/2 inch diameter or less wall and floor fittings shall be ASTM A120, Schedule 40 steel sleeves with exterior steel water stop, all hot dipped galvanized after fabrication. L. Gauges and Accessories 1. All gauges unless otherwise noted be liquid filled and shall have 4-1/2 inch diameter face, with black letters on a white background and protected in their connecting piping by shut-off corporation stops or metal ball valve with level or tee handle. Gauges shall be supplied with pulsation dampers on all pressure lines. On other than potable water and air lines, gauges shall also be supplied with three-way flushing valves and diaphragm seals. Gauges shall have one percent accuracy over their full range and shall be as supplied by U.S. Gauge, Ashcroft, or March. M. Valve Operators (Including Floor Boxes) 1. The valve manufacturer shall supply and integrally mount all operators on valves at the factory. The valves and their individual operators shall be shipped as a unit. 2. Unless otherwise noted, valves shall be manually operated; non-buried valves shall have an operating wheel, handle or lever mounted on the operator; buried valves shall have a non-rising stem with an AWWA 2-inch nut. 3. Unless otherwise required by the Owner, all manual operating input shafts shall turn to the left (counter-clockwise) to open the valve. 4. Each operating device shall have cast on it the work (OPEN) and an arrow indicating the direction of operation. CORP2000479 40 05 06-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COUPLINGS,ADAPTERS,AND SPECIALS FOR PROCESS PIPING DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 5. Floor boxes for operating nuts recessed in concrete floors shall be standard cast iron type, cast-in-place with fastening top by Clow or equal. 6. Chain wheel operators shall be supplied for all valves: Larger than 3 inch in diameter whose centerline is 6 ft. or more above the floor, where required for accessibility of valve operator, or as indicated on the Drawings. Chains shall be galvanized and loop within four feet of the floor. 7. Unless otherwise noted, gear operators shall be provided for: All valves with operating shafts of larger than 8 inch nominal diameter (unless otherwise noted); for all buried valves with their operating shaft mounted horizontally (butterfly, plug, etc.); where specified and/or indicated on the Drawings; where manual operator effort is greater than 40 ft-lbs. Gear operators shall normally be of the beveled type with output shaft perpendicular to valve shaft, having a removable handwheel mounted on the output shaft. Gearing shall be machine-cut steel designed for smooth operator. Bearings shall be permanently lubricated, provided to take all thrusts and seals provided to contain lubricants. Housings shall exclude moisture and dirt. Manual operator input effort to the handwheel shall be a maximum of 40 ft-lbs. for operator the valve from full open to full close, under line pressure. Gear operators shall indicate valve position and have adjustable stops. N. Strainers 1. "Y" Type Strainers: a. Manual strainers furnished for pipe diameters smaller than 2 inches in diameter shall be "Y" type, capable of removing solids 0.01 inches diameter and larger. The strainer body shall be of semi-steel construction for steel pipe, and brass or bronze for copper pipe and shall conform to ASTM A278, Class 30. Strainers on plastic pipe shall be of the same material as the pipe. Strainer elements, including woven wire mesh, shall be constructed of stainless steel. b. Design of the strainer body shall be such that the clean-out plug, and screw may be easily removed to permit inspection and cleaning without disassembly of inlet and outlet piping. End connections shall be ANSI screwed pipe threads. c. Sufficient spare screens shall be furnished for replacement of all "Y" type units at least once. Strainers shall be designed for a maximum operating pressure of 150 psig. They shall be as manufactured by GA Industries, Inc., or equal. 0. Corporation Stops 1. Corporation stops shall be of bronze or brass and shall be designed and manufactured in accordance with AWWA Standard C800, except as modified herein. Corporation stops shall have Mueller inlet threads, except that corporation stops for use with service clamps shall have IPS threads. Where corporation stops are used with plastic pipe, a brass companion flange shall be provided on the outlet of each corporation stop. P. Appurtenances and Miscellaneous Items CORP2000479 40 05 06-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COUPLINGS,ADAPTERS,AND SPECIALS FOR PROCESS PIPING DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1. Gaskets, glands, bolts, nuts, and other required hardware shall be provided for connection of piping and appurtenances. Bolts and nuts shall be high strength, Type 304 stainless steel if submerged, buried, exposed to element, in vaults or subject to splashing, or corrosive environment. All other bolts, nuts, and studs shall conform to ASTM A307 Grade B. Gaskets for flanges shall be full face and suitable for 200 degrees F operating temperature, unless higher temperature required on individual systems. 2. Plugs, caps, and similar accessories shall be of the same material as the pipe, and of the locking type, unless otherwise noted. 3. Unions shall be of the same material as the pipe. 4. Special dielectric protective tape shall be fabric reinforced petroleum tape as manufactured by Denso, Inc., or equal. PART 3 EXECUTION 3.01 INSTALLATION A. General 1. Items shall be installed per Manufacturer's instructions in the locations shown. Damage to items shall be repaired to the satisfaction of the Owner before they are installed. 2. Install brackets, extension rods, guides, the various types of operators and appurtenances as shown on the Drawings that are in masonry floors or walls and install concrete inserts for hangers and supports as soon as forms are erected and before concrete is poured. Before setting items, check Drawings which have a direct bearing on their location to be responsible for the proper location of these appurtenances during construction of structures. 3. Items shall be carefully inspected for defects in construction and materials; debris and foreign material cleaned out of openings, etc.; operating mechanisms operated to check their proper functioning, and nuts and bolts checked for tightness. Equipment which does not operate easily, or is otherwise defective, shall be repaired or replaced. 4. Where installation is covered by a referenced Standard Specification, installation shall be in accordance with that Specification, except as herein modified. 5. Unless otherwise noted, joints for items shall be made up utilizing the same procedures as specified under the applicable type connecting pipe joint. B. Installation of Sleeve (Dresser) Type Couplings 1. Unless otherwise required by the manufacturer's instructions, prior to installation of sleeve-type couplings, pipe ends shall be cleaned thoroughly for a distance of at least 12 inches. Soapy water may be used as a gasket lubricant. A follower and gasket, in that order, shall be slipped over each pipe to about 6 inches from the end, the middle ring shall be placed on the already installed pipe and shall be inserted into the middle ring flair and brought to proper position in relation to the pipe already laid. The gaskets and followers shall then be pressed evenly and firmly into the middle ring flares. CORP2000479 40 05 06-8 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COUPLINGS,ADAPTERS,AND SPECIALS FOR PROCESS PIPING DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 2. After the bolts have been inserted and nuts have been made up finger tight, diametrically opposite nuts shall be progressively and uniformly tightened around the joint, by use of a torque wrench of the appropriate size and torque for the bolts. 3. The correct torque as indicated by a torque wrench shall not exceed 75 ft-Ib for 5/8 inch bolts and 90 ft-Ib for 3/4 inch bolts. 4. If a wrench other than a torque wrench is used, it should be no longer than 12 inches so that when used by the average person the above torque values shall not be exceeded. 5. To prevent sleeve-type couplings from pulling apart under pressure, a suitable harnessing or flange clamp assembly shall be provided and installed where shown on the Drawings or required elsewhere under Division 15 concerning Anchorage. 6. Note the additional locations required for sleeve couplings per Part 2 of this Section. C. Flanged couplings adapters 1. Flanged coupling adapters shall be installed in strict accordance with the coupling manufacturer's recommendations. After the pipe is in place and bolted tight, the proper locations of holes for the anchor studs shall be determined and the pipe shall be field-filled. Holes for anchor studs shall be drilled completely through the wall pipe. Hole diameter shall not be more than 1/8 inch larger than the diameter of the stud projection. 2. The inner surface of couplings shall be prepared for coating in accordance with instructions of the coating manufacturer and shall then be coated with liquid epoxy in accordance with ANSI/AWWA C210. The remaining surfaces, except flange mating surfaces, shall be cleaned and shop primed with universal primer. D. Installation of Expansion/Vibration Isolation Fittings 1. Piping systems shall be aligned prior to installation of expansion fittings. Alignment shall be provided by fitting a rigid pipe spool in place of the expansion joint. Prior to testing of the piping system, the pipe spool shall be replaced with the specified expansion fitting. 2. In addition to the locations noted on the Drawings, and in Part 2 of this Section, expansion fittings and anchors shall be located and spaced as specified by the Expansion Joint Manufacturer's Association under ambient conditions. They shall not be installed during times of temperature extreme or in a fully compressed or fully expanded condition. 3. Manufacturer shall provide field representative during installation of expansion joints. 4. Manufacturer's field representative shall certify installation of expansion joints. E. Installation of Wall and Floor Fittings 1. Wall pipes and pipe sleeves embedded in concrete walls, floors, and slabs shall be embedded as shown. Support all pipes embedded in concrete walls, floors, and slabs with form work to prevent contact with the reinforcing steel. F. Installation of other Equipment, Appurtenances and Miscellaneous Items CORP2000479 40 05 06-9 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COUPLINGS,ADAPTERS,AND SPECIALS FOR PROCESS PIPING DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1. Unions and wall fitting shall be installed as indicated on the Drawings. 2. Hardware and appurtenances shall be installed as required and in accordance with the Manufacturer's recommendations, as acceptable to the Owner. 3. Use Teflon tape on screwed fittings. 3.02 FIELD PAINTING A. Field painting is specified in Division 09 — Finishes. Buried metal items or those in vaults shall receive two coats of coal tar epoxy. The total DFT shall be 16 to 20 mils. END OF SECTION CORP2000479 40 05 06-10 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COUPLINGS,ADAPTERS,AND SPECIALS FOR PROCESS PIPING DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 40 05 07 HANGERS AND SUPPORTS FOR PROCESS PIPING PART 1 GENERAL 1.01 SCOPE OF WORK A. Provide all labor, materials, equipment, tools, and related items required to furnish and install all pipe hangers, brackets, saddles, clamps, and pipe rolls for all types of piping and duct systems. Pipe hangers and supports shall be furnished complete with all necessary inserts, bolts, nuts, threaded rods, washers, and other accessories. B. The absence of pipe supports and details on the Drawings shall not relieve the Contractor of the responsibility for providing them. Pipe supports indicated on the Drawings are shown only to convey the intent of the design for a particular location and are not intended to represent a complete system. 1.02 RELATED WORK A. Concrete is included in Division 3 — Concrete B. Miscellaneous metals included in Section 05 50 00 — Miscellaneous Metal Fabrications C. Field painting is included in Division 9 — Finishes D. Hangers and supports pertaining to HVAC and plumbing systems are included in their respective sections 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Complete piping drawings indicating type of hanger and/or support, location, magnitude of load transmitted to the structure and type of anchor, guide and other pipe supporting appurtenances including structural fasteners. C. Calculations showing size of supports using allowable stresses of material identified in MSS SP-58. All calculations shall be signed and sealed by a licensed professional engineer. D. Submit product data and details on each support. 1. Product data on each support and hanger component 2. Detail of each different type of support 3. Location of each pipe support 4. Detailed information on anti-seize compound 1.04 REFERENCE STANDARDS A. Manufacturers Standardization Society of the Valve and Fittings Industry (MSS): 1. SP-58 - Pipe Hangers and Supports - Materials Design and Manufacture. 2. SP-69 - Pipe Hangers and Supports - Selection and Application. 1.05 QUALITY ASSURANCE A. Support System Design CORP2000479 40 05 07-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SUPPORTS AND HANGERS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1. Engage the services of a professional engineer licensed in the state where the project is located. The professional engineer who is ordinarily engaged in the business of pipe support system analysis, to analyze system piping and service conditions and to develop a detailed support system, specific to the piping material, pipe joints, valves and piping appurtenances proposed for use. 2. The support system shall include: a. Criteria by piping system. b. Summary of Contractor-selected related components including joints, class, valves, appurtenances etc., and commercial supports and especially including pipe materials. c. Dead weight and dynamic analysis, including system thermal effects and pressure thrusts. d. Support arrangements shall be coordinated to eliminate interference with similar systems to be installed under HVAC, Plumbing and Electrical; to account for structural expansion joints and to maintain access for both personnel and for the removal of equipment. Support systems shall not include use of monorail or bridge crane support. Nor shall they rely on the horizontal structural struts. e. Commercial hardware and custom supports shall comply with the requirements of this Section. B. Acceptable Manufacturers: 1. Pipe Hangers and Channel Support Systems: a. Cooper B-Line Systems b. Grinnell/Anvil International c. Piping Technology & Products d. TOLCO a brand of NIBCO e. PHS Industries f. Unistrut/Tyco g. Powerstrut 2. Powder-Actuated Fastener Systems: a. Hilti b. Red Head c. Masterset Fastening Systems 1.06 SYSTEM DESCRIPTION / DESIGN REQUIREMENTS A. In certain locations, pipe supports, anchors, and expansion joints have been shown on the drawings, but no attempt has been made to indicate every pipe support, anchor, and expansion joint. It shall be the Contractor's responsibility to design, furnish and install a complete system of pipe supports, to provide expansion joints, and to anchor all piping, in accordance with this section. Additional pipe supports may be required adjacent to expansion joints or couplings. B. Concrete and fabricated steel supports shall be as indicated on the drawings, as specified in other sections or, in the absence of such requirements, as permitted by the Owner's Representative. CORP2000479 40 05 07-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SUPPORTS AND HANGERS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 C. All piping shall be rigidly supported and anchored so that there is no movement or visible sagging between supports with pipes full of fluid. 1.07 DELIVERY, HANDLING AND STORAGE A. All supports and hangers shall be crated, delivered and uncrated to protect against any damage. B. All parts shall be properly protected so that no damage or deterioration shall occur during a prolonged delay from the time of shipment until installation is completed. C. Finished metal surfaces not galvanized, that are not of stainless steel construction, or that are not coated, shall be grease coated, to prevent rust and corrosion. 1.08 MAINTENANCE / SPARE PARTS (NOT USED) 1.09 EXTENDED WARRANTY (NOT USED) PART 2 PRODUCTS 2.01 MATERIALS A. All hangers, brackets, clamps, hardware, etc. shall be Type 316 stainless steel unless noted otherwise. Do not use perforated strap hangers. B. All pipe support assemblies including framing other than indicated below shall be galvanized steel. 1. All submerged piping, as well as piping, conduits, and equipment in hydraulic structures within 24-inches of water level shall be supported with support assemblies including framing, hardware, and anchors, constructed of Type 316 stainless steel. 2. All piping in chemical and corrosive areas shall be supported with support assemblies including framing, hardware, and anchors constructed of Type 316 stainless steel or FRP. 3. All outdoor piping shall be supported with support assemblies including framing, hardware, and anchors constructed of Type 316 stainless steel. C. Metal Framing: 1. Provide channels fabricated from not less than 12-gauge thick, 1-5/8"wide and not less than 1-5/8" deep. 2. Use Type 316 stainless steel channels and components in all areas unless noted otherwise on drawings. D. All anchor bolts shall be stainless steel as specified in Section 03 15 19—Cast-in Concrete Anchors. Space anchor bolts a maximum of 24-inches on center, with not less than two bolts per piece of framing. E. Fiberglass Reinforced Pipe (FRP): Wear protection pad shall be used at each pipe support. It shall be designed in accordance with AWWA Manual M45. The wear protection pad material shall be as per the manufacturer's recommendation and based on the application. It shall be from one of the following: 1. Support Saddles manufactured by NOV Fiber Glass System 2. Blank or Wear Saddles manufactured by Ameron International 3. Wear pads manufactured by Conley CORP2000479 40 05 07-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SUPPORTS AND HANGERS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 F. All individually suspended horizontal pipes in the building shall be supported by stainless steel rods sized as follows: Pipe Size (in Inches) Rod Size (in Inches) 2 and smaller 3/8 2-1/2 - 3-1/2 1/2 4 - 5 5/8 6 3/4 8 through 12 7/8 14 through 18 1 20 through 24 1-1/4 G. Type 1. Pipe hangers and supports shall be selected from one of the types shown on Figure 1 of MSS-58 and MSS-69 or as indicted on the drawing, where applicable. Plastic pipe support spacing shall be as specified in this Section and in accordance with the plastic pipe Manufacturer's recommendations whichever is smaller. PART 3 EXECUTION 3.01 INSTALLATION A. Pipe hangers and supports shall be designed and constructed to meet the requirements of MSS SP-58 and SP-69. B. The Contractor may propose minor adjustments to the piping arrangements to simplify the supports, or to resolve minor conflicts in the Work. Such an adjustment may involve minor change to the pipe centerline elevation so that a single trapeze support may be used. Supports shall be sufficiently close together such that the sag of the pipe is within limits that will permit drainage. Where ducts interfere with the proper location of hangers, furnish, and install trapeze hangers. C. Continuous slotted channels, channel struts and pipe clamps may be used to support multiple lines running in proximity. Use expansion shields with bolts and horizontal drilled holes in existing concrete construction to support new piping. D. When two (2) or more pipes run parallel, they may be supported by trapeze hangers. E. Where flexible couplings are required at equipment, tank, etc., at the end opposite to the piece of equipment, tank, etc., shall be rigidly supported, to prevent transferring forces to the equipment. Fixed or restraining support shall not be installed between equipment and flexible coupling. F. All uninsulated non-metallic piping such as PVC, CPVC, etc., shall be protected from local stress concentrations at each support point. Protection shall be provided by galvanized steel protection shields or 1/16-inch thick neoprene sheet. Where 360 degree arc support is required, such as U bolts, protection shields or 1/16-inch thick neoprene sheet CORP2000479 40 05 07-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SUPPORTS AND HANGERS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 shall be provided for the entire pipe circumference. Protection shields shall have an 18 gauge minimum thickness, not less than 12-inch in length and be securely fastened to pipe with stainless steel metal strap not less than 1/2-inch wide. G. All insulated piping shall be furnished with a rigid foam insulating saddle at each pipe support location. H. Where pipe hangers and supports come in contact with copper piping provide protection from galvanic corrosion by wrapping pipe with 1/16-inch thick neoprene sheet material and galvanized protection shield; isolators or copper plated or PVC coated hangers and supports. I. Provide neoprene isolators between the pipe and support components where dissimilar metals come in contact. J. All vertical risers shall be supported by riser clamps or supports at each floor and every five feet. All vertical pipes passing through pipe sleeves shall be secured using a pipe collar. K. Supports shall be provided at changes in direction. Changes in the direction shall be supported as close as practical to the fitting to avoid introducing excessive torsional stresses into the system. No piping shall be supported from other piping or from metal stairs, ladders and walkways unless specifically directed by the Owner's Representative. L. Whenever expansion and contraction of piping is expected, a sufficient number of expansion loops or joints shall be provided, together with the necessary rolling or sliding supports, anchors, guides, pivots, and restraints permitting the piping to expand and contract freely in directions away from the anchored points. All components shall be structurally suitable to withstand all loads imposed. Effects of thermal expansion and contraction of the pipe shall be accounted for in the pipe support selection and installation. M. Pipe Support Spacing: 1. General: a. Pipe hanger and support installation shall comply with the requirements of MSS SP-69, MSS SP-89, and this Section. Install hangers, supports, clamps, and attachments as required to properly support piping from building structure. b. Arrange for grouping of parallel runs of piping and support together on field- assembled channel systems. Field assembled channel system shall be installed according to manufacturer's written instructions. c. The pipe supports spacing shall not exceed the maximum span scheduled in Paragraph 3.01.A.1.g unless indicated otherwise. d. Provide at least one support for each length of pipe, at each change of direction, and at each valve or equipment. e. Locate pipe supports as shown in Table 3 of MSS-69 for piping not scheduled below or shown otherwise. f. Provide continuous support as required for small tubing to properly support the tubing along the pipe run and at connections to equipment. CORP2000479 40 05 07-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SUPPORTS AND HANGERS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 g. Pipe Support Schedule: (i) Steel, Stainless Steel and Cast-Iron Pipe Support Schedule: PIPE SIZES-IN *MAXIMUM SPAN ROD SIZE- (FT) IN 2 and less 5 3/8 21/2 thru 31/2 10 1/2 4 thru 5 10 5/8 6 10 3/4 8 thru 12 15 7/8 2. Copper Pipe Support Schedule: PIPE SIZES-IN *MAXIMUM SPAN ROD SIZE- (FT) IN 21/2 and less 5 1/2 3 thru 6 10 3/4 8 and greater 15 7/8 3. PVC, ABS Pipe Support Schedule: PIPE SIZES-IN *MAXIMUM SPAN ROD SIZE- (FT) IN 1-1/4 and less 3 3/8 1-1/2 thru 3 4 1/2 4 and greater 5 3/4 *Maximum fluid temperature of 1200 F. Support spacing apply to continuous spans with no concentrated load. N. Application: 1. Support piping approximately 1-1/2-inches out from the face of walls and at least three inches below ceilings. 2. Concrete inserts or L-shaped anchor bolts shall be used to support piping from new cast-in-place concrete. Epoxy or Expansion (as specified in Section 03 15 19 Cast- in Concrete Anchors) anchors shall be used to fasten supports to existing concrete and masonry. 3. Design loads for inserts, brackets, clamps, and other support items shall not exceed the Manufacturer's recommended loads. 4. Pipe supports shall be manufactured for the size and type of pipe to which they are applied. Threaded rods shall be sufficient threading to permit the maximum adjustment available in the support item. CORP2000479 40 05 07-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SUPPORTS AND HANGERS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 5. Anchorage shall be provided to resist thrust due to temperature changes, changes in diameter or direction, or dead ending. Anchors shall be located as required to force expansion and contraction movement to occur at expansion joints, loops, or elbows, and as required to prevent excessive bending stresses and opening of mechanical couplings. Anchorage for temperature changes shall be centered between elbows and mechanical joints used as expansion joints. 6. Pipe guides shall be provided adjacent to bellows type expansion joints. Guides shall be placed on both sides of expansion joints except where anchors are adjacent to the joints. Guides will not be required when mechanical couplings are permitted as expansion joints. Pipe supports shall allow adequate movement; pipe guides shall not be used for support. Pipe guides shall be installed as recommended by the Manufacturer. 7. Concentrated loads (valves, flanges, etc.) shall be supported directly or supported immediately adjacent to the load. Valves shall be braced against operating torque. 0. Adjustment: All hangers shall be adjustable. Wall hangers shall have slotted bolt holes. Ceiling hangers shall have turnbuckles. Floor supports shall have extended anchor bolts such that the support can be wedged to proper elevation and grouted. Provide a minimum of one inch of grout. P. Pipe Rack: Pipe supported on pipe rack shall be supported on channels. Clamp pipes on the channel support by pipe clamps. Q. Touch Up: 1. Touch up all scratches or cuts on steel components with an approved zinc chromate or 90 percent zinc paint. 2. Use a PVC compound on PVC-coated components. R. Insulated Pipe 1. Insulated pipe shall have protective saddles where supported. Insulation shall pass through the supports. Size supports for the full outside diameter of the insulation. S. Plastic or Fiberglass Pipe 1. Plastic or fiberglass pipe shall have cradles and rubber pads to distribute the load over a length of at least six inches, or more if indicated on the drawings, at all supports. END OF SECTION CORP2000479 40 05 07-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SUPPORTS AND HANGERS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 40 05 19 DUCTILE IRON PROCESS PIPE PART 1 GENERAL 1.01 SCOPE OF WORK A. This section shall govern furnishing and the installation of ductile iron pipe, complete in place. Ductile iron pipe for plants and pump stations shall be furnished and installed according to the provisions prescribed by this section and at such places shown on the plans or as designated by the Owner. B. The work of this section includes furnishing, installation, and testing of pipe, pipe supports, fittings, restrained joints, and all required appurtenances as shown on the drawings and as required to make the entire piping system operable. It shall further include all equipment, labor, materials, and supervision necessary to make the installation complete. 1.02 RELATED WORK A. Division 40 — Process Interconnections 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Submittals shall include at least the following information. 1. Drawings for buried piping shall include a schematic layout of the proposed pipeline as shown on the plan and profile drawings. Drawings shall also include dimensions of pipe and fittings. Details of all fittings and specials and provisions for thrust restraint shall be included. Manufacturer shall be completely responsible for the thrust restraint design. Thrust restraint design shall be accounted for all below grade piping. Calculations shall be prepared by a Professional Owner's Representative, licensed in the State where the project is located. 2. Plans showing piping, fittings and appurtenances for above grade piping, piping for the plants, pump stations and in the vaults and for review. 3. Installation procedures covering in detail, the preparation and making of push-on, mechanical, or flanged joints. The procedure shall also include installation of couplings. Submit measures to ensure the integrity of the interior pipe lining and the exterior protective coating; the method of backing up and sealing the annular spaces in pipe sleeves; and the installation and adjustment of supports. 4. Protective coating schedules that show shop and field surface preparations, materials, methods of application, dry film thickness, and tests for coating defects. 5. Details of bulkheads, flanges, or caps for the testing shall be included in the submittal. C. Certificates CORP2000479 4005 19-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DUCTILE IRON PROCESS PIPE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1. Prior to shipment of the pipe, the Contractor/Pipe Manufacturer shall submit a Certificate of Adequacy of Design stating (where applicable) that the pipe and fittings to be furnished complies with AWWA C110, C111, C115, C150, C151, C153, C606 (where applicable) and these specifications. 2. Gasket material manufacturer shall submit a written statement certifying the gasket materials are compatible with the joints provided and is recommended for the field test pressures and service conditions. 3. Verifiable Certificate of Compliance with NSF 61 Standard for all pipe and fittings. 1.04 REFERENCE STANDARDS A. American Society for Testing Materials International (ASTM) 1. A307-Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. 2. A536-Specification for Ductile Iron Castings. 3. A563-Specification for Carbons and Alloy Steel Nuts. 4. A674-Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for Water or Other Liquids. 5. B117-Standard Practice for Operating Salt Spray (Fog) Apparatus. 6. C283- Standard Test Methods for Resistance of Porcelain Enameled Utensils to Boiling Acid. 7. D714- Standard Test Method for Evaluating Degree of Blistering of Paints. 8. D792- Standard Test Methods for Density and Specific Gravity (Relative Density) of Plastics by Displacement. 9. D1330-Specification for Rubber Sheet Gaskets. 10. D5162- Standard Practice for Discontinuity (Holiday) Testing of Nonconductive Protective Coating on Metallic Substrates. 11. E96- Standard Test Methods for Water Vapor Transmission of Materials. 12. G95- Standard Test Method for Cathodic Disbondment Test of Pipeline Coatings (Attached Cell Method). B. American Water Works Association (AWWA): 1. C104-Cement-Mortar Lining for Ductile-Iron Pipe and Fittings. 2. C105-Polyethylene Encasement for Ductile-Iron Pipe Systems. 3. C110-Ductile-Iron and Gray Iron-Fittings. 4. C111-Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 5. C115-Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron Threaded Flanges. 6. C150-Thickness Design of Ductile-Iron Pipe. 7. C151-Ductile-Iron Pipe, Centrifugally Cast. 8. C153-Ductile Iron Compact Fittings. 9. C207-Steel Pipe Flanges for Waterworks Service-Sizes 4-In. through 144-In. (100 mm through 3600 mm). 10. C600-Installation of Ductile-Iron Mains and Their Appurtenances. 11. C606-Grooved and Shouldered Joints. 12. C800-Underground Service Valves and Fittings. 13. M41-Ductile-Iron Pipe and Fittings. CORP2000479 4005 19-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DUCTILE IRON PROCESS PIPE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 C. Ductile Iron Pipe Research Institute (DIPRA). 1.05 QUALITY ASSURANCE A. Manufacturer's Qualification 1. Pipe shall be the product of a manufacturer who has a minimum of ten (10) years of successful experience manufacturing pipe of the particular type specified and the total pipeline shall be the product of one (1) pipe manufacturer. The pipe manufacturer shall have a minimum of ten (10) years successful experience in the design and manufacturing pipe of the particular type specified pipe joints of similar design, working pressure, and pipe diameter and wall thickness as specified. B. Inspection 1. All ductile iron pipe and cast iron or ductile iron fittings to be installed under this Contract shall be inspected and tested at the foundry as required by the standard specifications to which the material is manufactured. 2. Inspection of the pipe will be made by the Owner's Representative after delivery. Pipe or fittings shall be subject to rejection at any time on account of failure to meet any of the Specification requirements, even though they may have been accepted as satisfactory at the place of manufacture. Pipe or fittings rejected after delivery shall be marked for identification and shall immediately be removed from the job site. 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE A. Delivery, handling, and storage of pipe, fittings, and appurtenances shall be in accordance with AWWA C600-Section 6, except as specified otherwise. B. Polyethylene encasement shall be stored out of direct sunlight. 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 EXTENDED WARRANTY (NOT USED) PART 2 PRODUCTS 2.01 MATERIALS A. Ductile Iron Pipe 1. Ductile iron pipe shall conform to the requirements of AWWA C150 and AWWA C151. a. Use thickness Class 53 for interior and flanged pipe. b. Use thickness Class 51 for all other applications. B. Fittings: Exposed fittings and fittings installed in vaults for use with flanged joints on ductile iron pipe shall be ductile iron fittings conforming to AWWA C110 or AWWA C153. Flanges shall be faced and drilled in accordance with ANSI B16.1, Class 125. All fittings shall be pressure rated at minimum 250 psi. CORP2000479 4005 19-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DUCTILE IRON PROCESS PIPE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 C. Joints 1. Buried pipe joints shall be push-on or mechanical joint type conforming to AWWA C111. 2. All above grade and pipes installed in vaults shall be flanged unless noted otherwise. Flanges for ductile or cast iron pipe shall be ductile or cast iron flanges screwed on threaded ends of the pipe. Flanges shall be faced and drilled in accordance with ANSI B16.1, Class 125. Screwed-on flanges shall be attached to the pipe in the shop; attachment, aligning and facing shall conform to AWWA C115. 3. Pipe Gaskets-All Joint Types: Gaskets shall be certified as suitable for service conditions. A certificate of gasket suitability shall be submitted. Gaskets shall be synthetic rubber. Natural rubber will not be acceptable. 4. Flanged Joint Gaskets: Full-face for use with flat face flanges and ring type for use with raised face flanges. Gasket materials shall be cloth inserted rubber sheet, 1/8- inch thick or red rubber, ASTM D1330, Grade 1, 1/8-thick. Blind flange gasket shall cover the entire surface of the blind flange. 5. Flange bolts, nuts and washers are specified in Section 40 05 00- Common Work Results for Process Interconnections. 6. Filler flanges and beveled filler flanges shall be furnished and installed as required. Filler flanges and beveled filler flanges shall be furnished faced and drilled complete with longer length bolts. 7. Service Saddles: The service saddle shall have a ductile iron body conforming to ASTM A536. Wide band shall be 18-8 Type 304 stainless steel. Nuts and washers shall be 18-8 Type 304 stainless steel. Gasket shall be EPDM rubber conforming to ASTM D2000. Epoxy coat stainless steel band and bolts. The threads shall have a taper and pitch in accordance with AWWA C800. D. Coating: All pipe and fittings, except where painting is specified, shall have a 1 mil asphaltic coating on the outside in accordance with AWWA C110 and AWWA C 151. Pipe and fittings above grade shall not receive the standard asphaltic coat on the outside surfaces but shall be shop primed and field painted in accordance with Section 09 90 00 — Painting and Coating. E. Cement Mortar Lining 1. The interior surfaces of all ductile iron pipe, fittings, and specials shall be cleaned and lined in the shop with cement-mortar lining applied centrifugally in conformity with AWWA C104. During the lining operation and thereafter, the pipe shall be maintained in a round condition by suitable bracing and strutting. The lining machine shall be of a type that has been used successfully for similar work. Every precaution shall be taken to prevent damage to the lining. If lining is damaged or found faulty at delivery site, the damaged or unsatisfactory portions shall be replaced with lining conforming to these Specifications. 2. The interior surface of ductile iron pipe and fittings shall have double thickness lining. The minimum lining thickness shall be 1/8-inch for pipe sizes up to 12-inches, 3/16-inch for sizes 14-inches thru 24-inches and 1/4-inch for sizes 30-inches and larger. 3. The interior surfaces of all ductile iron pipe, fittings, and specials shall receive asphaltic seal coat in accordance with AWWA C104. CORP2000479 4005 19-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DUCTILE IRON PROCESS PIPE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 F. Polyethylene Encasement: 1. Pipe and fittings installed below grade shall be encased in an 8 mil continuous polyethylene encasement conforming to AWWA C105. G. Provision for Thrust: 1. Thrust at bends, tees, plugs, or other fittings shall be resisted by restrained joints. If thrust cannot be accommodated using restrained joints, thrust blocking to resist thrust may be used on a case-by-case basis when acceptable to the Owner. 2. Restrained joints shall be used for a sufficient distance from each bend, tee, plug, or other fitting to resist thrust which will be developed at the field test pressure of the pipe. For the calculation of thrust restraint length, use field test pressure to be 1.5 times the maximum design working pressure class indicated. The thrust restraint length calculation shall include a safety factor of 1.5. 3. The length of pipe with restrained joints to resist thrust forces shall be determined by the pipe manufacturer in accordance with Thrust Restraint Design For Ductile Iron Pipe, Ductile Iron Pipe Research Association using the following parameters: a. Laying condition equal AWWA C600, Type 4 bedding. b. If polyethylene encasement is used, restrained length shall be doubled to account for reduced soil to pipe resistance. c. In location where groundwater is encountered,the soil density shall be reduced to its buoyant weight for all backfill below the water table and the coefficient of friction shall be reduced to 0.15. 4. Restrained joints shall be "Flex-Ring" or "Lok Ring" by American Cast Iron Pipe Company or "TR Flex" or HP-Lok by U.S. Pipe. Field welding will not be allowed. Restrained joints shall be capable of sustaining the field test pressure of the pipe. 5. Mechanical Joints: Mechanical joints shall only be used on buried pipe or where specifically noted on the drawings for exposed pipe. Mechanical joints for use with ductile iron pipe shall conform to AWWA C111 and shall be restrained. H. Wall Castings 1. Wall castings shall be of the sizes and types as shown on the Drawings. Flanges and mechanical bell joint bells shall be drilled and tapped for studs where flush with the wall. 2. Wall castings shall be provided with an intermediate wall collar. The collar shall be located at the center of the overall length of casting for castings set flush with the wall. For castings which extend through the wall, the collar shall be located such that it is within the middle third of the wall. Field welding will not be allowed. I. Seal strips, where required on the Drawings shall be link seal as manufactured by Pipeline Seal and Insulator, Inc., Houston, Texas. J. Sleeve type couplings are specified in Section 40 05 00 — Piping Specialties. K. Saddle Outlets: Saddle outlets are acceptable for branch connections in lieu of tees, blowoffs, or air valves locations for pipe sizes 24-inches and larger and branch outlets 12-inches and smaller. Field cut holes will not be acceptable for outlets. CORP2000479 4005 19-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DUCTILE IRON PROCESS PIPE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 L. Pipeline Marking Tape: Pipeline marking tape shall be minimum 4 mil thick polyethylene which is impervious to alkalis, acids, and chemicals and solvents which are likely in the soil. Tape shall be 12 inches wide. Imprinted lettering shall be one-inch tall, permanent black on a blue background, and shall read "Water Line Buried Below". Tape shall be manufactured by Reef Industries (Terra Tape), or Allen (Markline). PART 3 EXECUTION 3.01 INSTALLATION 1. Installation of Buried Piping Trench excavation, backfill, embedment, and encasement shall be as specified in Section 31 23 33 —Trenching and Backfilling. 2. Ductile iron pipe and fittings shall be installed in accordance with requirements of AWWA Standard Specification C600 except as otherwise provided herein. All pipes shall be sound and clean before installing. When installing is not in progress, including lunch time, the open ends of the pipe shall be closed by watertight plug or other approved means. Good alignment shall be preserved in installing. Fittings, in addition to those shown on the plans, shall be provided, if required, to avoid interference with existing piping, conduit, etc. Provide restrained mechanical coupling where required for closures and fit up. 3. Unless otherwise shown or acceptable to the Owner's Representative, all buried pipelines shall have a 5 foot minimum cover 4. Install pipe and fittings to the line and grade indicated on the drawings. In areas where the line and grade indicated cannot be achieved using standard manufactured bends and fittings, make slight adjustment by deflecting joints. Joint deflection shall not exceed 75 percent of the pipe manufacturer's maximum recommended deflection. 5. Push-On joints shall be installed in accordance with AWWA C111 and manufacturer's recommendations. 6. Mechanical joints at valves, fittings, and where designated shall be in accordance with the "Notes on Method of Installation" under ANSI Specification A21.11 and the instructions of the Manufacturer (use on buried pipe and only where indicated on drawings on exposed pipe). To assemble the joints in the field, thoroughly clean the joint surfaces and rubber gasket with soapy water before tightening the bolts. Bolts shall be tight to the specified torques. Under no condition shall extension wrenches or ordinary ratchet wrench be used to secure greater leverage. 7. When pipe cutting is required, the cutting shall be done by machine, leaving a smooth cut at right angles to the axis of the pipe. Cut ends of pipe to be used with a Fasttite or Tyton bell shall be beveled to conform to the manufactured spigot end. If the cement mortar lining is damaged by the cutting process, the damaged areas must be patched and repaired in accordance with the recommended procedures described in the AWWA C104 Standard. 8. Inspect each fitting and section of pipe before installing to insure that there are no defects in the lining. Any piece having a break in the lining shall be removed. If any defective pipe is discovered after it has been laid, it shall be removed and replaced with a sound pipe in a satisfactory manner at no expense to the Owner. All pipe and fittings shall be thoroughly cleaned before installing, shall be kept clean until CORP2000479 4005 19-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DUCTILE IRON PROCESS PIPE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 they are used in the work, and when installed, shall conform to the lines and grades required. 9. Polyethylene Encasement - All ductile iron pipe and fittings shall be encased in polyethylene tubing. Installation procedures for polyethylene tube encasement shall be as follows: a. Installation of polyethylene encasement for pipe and fittings shall be in accordance with Method A of ANSI A21.5 and as specified herein. b. Cut polyethylene tube to length approximately 2 feet longer than pipe section. c. Slip tube around pipe, centering it to provide 1-foot overlap on each adjacent pipe section and bunching it accordion—fashion lengthwise until it clears pipe ends. d. Lower pipe into trench and make up pipe joint with preceding section of pipe. e. Make shallow bell hole at joints to facilitate installation of polyethylene tube. f. After assembling pipe joint, make overlap of polyethylene tube, pull bunched polyethylene from preceding length of pipe, slip it over end of the new length of pipe and wrap until it overlaps joint at end of preceding length of pipe. g. Secure overlap in place. h. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel of pipe, securing fold at quarter points. i. Repair cuts, tears, punctures, or other damage to polyethylene. j. Proceed with installation of next pipe in same manner. k. Fittings shall also be wrapped in 8 mil polyethylene film with a minimum of 1 foot overlap on each end. 10. Marking Tape: Continuously install marking tape along the pipe at a depth two feet above the top of pipe in accordance with the recommendations and instructions of the marking tape manufacturer. B. Installation of Above Grade Pipe and Fittings 1. Install piping and fittings true to grade and alignment with a tolerance of 1/4-inch in the vertical or horizontal plane. Provide rigidly supported thrust anchors and expansion joints where required. 2. Install proper size sleeves for all pipes passing through floors or walls as shown on the Drawings. Where indicated on the Drawings or required for liquid or gas- tightness seal the pipe with a mechanical seal. 3. Furnish and install concrete inserts for hangers and supports in the concrete as it is placed. Set in compliance with the requirements of the piping layout and jointing method. Verify locations from approved piping layout drawings and the structural drawings. 4. Valves, fittings, equipment, and appurtenances shall be set and jointed as indicated on the Drawings. Pipe and appurtenances connected to equipment shall be supported in such a manner as to prevent any strain being imposed on the equipment. When equipment manufacturers have required that the piping loads shall not be transmitted to their equipment, a certification shall be submitted stating that such requirements have been complied with. 5. Jointing Ductile-Iron Pipe: CORP2000479 4005 19-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DUCTILE IRON PROCESS PIPE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 a. Flanged joints shall be made using ring gaskets of rubber with cloth insertion. Flanged joints shall be made with bolts, bolt studs with a nut on each end, or studs with nuts where the flange is tapped. Bolt studs and studs shall be of the same quality as machine bolts. Bolts in flanged joints or mechanical joints shall be tightened alternately and evenly. After installation, apply two heavy bitumastic coats of Carboline Bitumastic 50or approved equal shall be applied to bolts and nuts. b. Use sleeve-type coupling where required for closures and fit up and where indicated on the drawings. Fully restrain all sleeve couplings. Prior to installation of sleeve-type couplings, the pipe ends shall be cleaned thoroughly for a distance of 8 inches. Soapy water may be used as a gasket lubricant. A follower and gasket, in that order, shall be slipped over each pipe to a distance of about 6 inches from the end, and the middle ring shall be placed on the already laid pipe end until it is properly centered over the joint. The other pipe end shall be inserted into the middle ring and brought to proper position in relation to the pipe already laid. The gaskets and followers shall then be pressed evenly and firmly into the middle ring flares. After the bolts have been inserted and all nuts have been made up finger tight, diametrically opposite nuts shall be progressively and uniformly tightened all around the joint, by use of a torque wrench of the appropriate size and torque for the bolts. The correct torque as indicated by a torque wrench shall not exceed 75 ft.lb. for 5/8-inch bolts and 90 ft.lb. for 3/4-inch bolts. c. All valves, fittings and other appurtenances needed upon the pipe lines shall be set and jointed as indicated on the Drawings or as required. C. Connections with Existing Pipes 1. Connections to existing pipes shall be made using suitable joints and fittings for the conditions encountered. Each connection with an existing pipe shall be made at the time and under conditions which will least interfere with normal operation. Connections with buried existing flanges shall require removal of grout from the flanges. Remove concrete thrust block when encountered for connections to the existing pipes. 2. Facilities shall be provided for proper dewatering and for disposal of all water removed from the dewatering lines and excavations without damage to adjacent property. 3. Existing valves will leak when in closed position. Contractor shall provide whatever means and equipment is necessary to control water during construction. 3.02 FIELD TESTING A. Field Testing: All piping systems shall be pressure tested as specified in Section 33 01 12-Inspection and Testing of Water Utilities. Where no pressures are indicated,the pipes shall be subject to 1-1/2 times the maximum design working pressure. The Contractor shall furnish all test equipment, labor, materials, and devices at no extra cost to the Owner. CORP2000479 4005 19-8 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DUCTILE IRON PROCESS PIPE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 3.03 CLEANING A. Disinfection 1. Disinfection of potable water ductile iron piping shall be in accordance with Section 33 01 10.58-Disinfection of Water Utility Piping Systems. END OF SECTION CORP2000479 4005 19-9 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DUCTILE IRON PROCESS PIPE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 40 05 24.23 STAINLESS STEEL PIPE AND FITTINGS PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment, and incidentals required and install, test, complete and ready for operation all stainless steel pipe as shown on the Drawings and as specified herein. B. Where the word "pipe" is used, it shall refer to pipe, fittings, hangers, supports and appurtenances unless otherwise noted. C. The work includes, but is not limited to: 1. Furnishing and installing interior, above grade, stainless steel pipe, fittings, and specials with screwed, butt welded, or flanged and plain ends. 2. Furnishing stainless steel pipe sleeves and stainless steel pipe wall castings for interior and exterior wall and foundation wall penetrations. 1.02 RELATED WORK A. Division 9 — Finishes B. Section 33 01 10.58 — Disinfection of Water Utility Piping Systems C. Division 40 — Process Interconnections 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. 1.04 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) 1. ASTM A312 - Standard Specification for Seamless and Welded Austenitic Stainless Steel Pipes. 2. ASTM A380 - Standard Practice for Cleaning, Descaling and Passivation of Stainless Steel Parts, Equipment and Systems. 3. ASTM A530 - Standard Specification for General Requirements for Specialized Carbon and Alloy Steel Pipe. 4. ASTM A778 - Standard Specification for Welded, Unannealed Austenitic Stainless Steel Tubular Products. 5. ASTM A744 - Standard Specification for As-Welded Wrought Austentic Stainless Steel Fittings for General Corrosive Service at Low and Moderate Temperatures B. American National Standards Institute (ANSI) 1. ANSI B16.1 - Cast Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250. 2. ANSI B16.9 - Factory-Made Wrought Steel Buttwelding Fittings. CORP2000479 40 05 24.23-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION STAINLESS STEEL PIPE AND FITTINGS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 3. ANSI B36.19 - Stainless Steel Pipe C. American Water Works Association (AWWA) 1. AWWA C111 - Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 2. AWWA C207 - Steel Pipe Flanges for Water Work Service - Sizes 4-inch through 144-inch. D. American Society of Mechanical Engineers (ASME) 1. ASME B31.1 - Power Piping. E. American Welding Society (AWS) F. Compressed Gas Association (CGA) 1. G-4.1 - Cleaning Equipment for Oxygen Service. G. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.05 QUALITY ASSURANCE A. Stainless steel pipe and fittings shall be furnished by a single manufacturer who is fully experienced, reputable, qualified, and regularly engaged for the last 5 years in the manufacture of the materials to be furnished. The pipe and fittings shall be designed, constructed, and installed in accordance with the best practices and methods and shall comply with this Section. 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS A. Piping shall be installed in those locations as shown on the Drawings. B. The equipment and materials specified herein are intended to be standard types of stainless steel pipe and fittings for use in transporting water and air. C. Stainless steel piping for water service shall be designed for the following conditions: 1. Water Service a. Material: Type 304L, Schedule 3 b. Fluid: Water c. Temperature: 0 to 200 degrees F 1.07 DELIVERY, STORAGE AND HANDLING A. Care shall be taken in loading, transporting and unloading to prevent injury to the pipe and fittings. Pipe and fittings shall not be dropped. Pipe and fittings shall be examined before installation and no piece shall be installed which is found to be defective. B. In handling the pipe, wide cushioned slings or other devices and methods acceptable to the Consulting Engineer shall be used. No uncushioned ropes, chairs, wedges, or levers shall be used in handling the pipe, fittings, and couplings. C. If any defective pipe is discovered after it has been installed, it shall be removed and replaced with a sound pipe by the Contractor, at the Contractor's own expense. All pipe and fittings shall be thoroughly cleaned before installation and shall be kept clean until they are put into service. CORP2000479 40 05 24.23-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION STAINLESS STEEL PIPE AND FITTINGS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 WARRANTY/EXTENDED WARRANTY (NOT USED) PART 2 PRODUCTS 2.01 AMERICAN IRON AND STEEL REQUIREMENTS A. All iron and steel products used in this project for the construction, alteration, maintenance or repair of a public water system or water treatment plant shall be produced in the United States in accordance with the Safe Drinking Water Act, Section 1452(a)(4). Such products include lined or unlined pipes and fittings, manhole covers and other municipal castings, hydrants, tanks, flanges, pipe clamps and restraints, valves, structural steel, reinforced precast concrete, and construction materials. B. Memorandum - Implementation of American Iron and Steel provisions of P.L. 113-76, Consolidated Appropriations Act, 2014: 1. What is a construction material'for purposes of the AIS requirement? Construction materials are those articles, materials, or supplies made primarily of iron and steel, that are permanently incorporated into the project, not including mechanical and/or electrical components, equipment, and systems. Some of these products may overlap with what is also considered "structural steel". This includes, but is not limited to, the following products: wire rod, bar, angles, concrete reinforcing bar, wire, wire cloth, wire rope and cables, tubing, framing, joists, trusses, fasteners (i.e., nuts and bolts), welding rods, decking, grating, railings, stairs, access ramps, fire escapes, ladders, wall panels, dome structures, roofing, ductwork, surface drains, cable hanging systems, manhole steps, fencing and fence tubing, guardrails, doors, and stationary screens. 2. What is not considered a construction material' for purposes of the AIS requirement? Mechanical and electrical components, equipment and systems are not considered construction materials. Mechanical equipment is typically that which has motorized parts and/or is powered by a motor. Electrical equipment is typically any machine powered by electricity and includes components that are part of the electrical distribution system. The following examples (including their appurtenances necessary for their intended use and operation) are NOT considered construction materials: pumps, motors, gear reducers, drives (including variable frequency drives (VFDs)), electric/pneumatic/manual accessories used to operate valves (such as electric valve actuators), mixers, gates, motorized screens (such as traveling screens), blowers/aeration equipment, compressors, meters, sensors, controls and switches, supervisory control and data acquisition (SCADA), membrane bioreactor systems, membrane filtration systems, filters, clarifiers and clarifier mechanisms, rakes, grinders, disinfection systems, presses (including belt presses), conveyors, cranes, HVAC (excluding ductwork), water heaters, heat exchangers, generators, cabinetry and housings (such as electrical boxes/enclosures), lighting fixtures, electrical conduit, emergency life systems, metal office furniture, shelving, laboratory equipment, analytical instrumentation, and dewatering equipment. CORP2000479 40 05 24.23-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION STAINLESS STEEL PIPE AND FITTINGS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 2.02 MATERIALS A. All stainless steel pipe and fittings shall be fabricated from stainless steel sheet and conform to ASTM A778 Type 304L. Carbon content of Type 304L material shall be 0.03 percent maximum. Finish shall be No. 1 or No. 2B. B. Pipe shall be die-formed or rolled true to dimension and round. Tolerances for length, inside and outside diameter and straightness shall conform to ASTM A530. The two edges of sheet shall be brought to line so as not to leave a shoulder on the inside of the pipe. Ends of pipe and fittings shall be perpendicular to the longitudinal axis. Longitudinal seams on pipe and fittings shall be welded by either the tungsten gas or the metallic-gas method. The interior welds shall be smooth, even and shall not have an internal bead higher than 1/16-in. All pieces shall be marked with gauge and type of stainless steel and with the initials of the inspector marked on the inside of each piece, at each end. C. Fittings shall be smooth curve type up to 18-inch diameter. Fittings shall conform to ANSI B16.9. D. Flanges for pipe 4-in and smaller shall be of the type of stainless steel as the pipeline, and shall be welded directly to the pipe end, and shall be drilled to the 125 Ib ANSI B16.1 standard. Flanges for pipe larger than 4-in shall have stub ends or rolled angle rings of the type of stainless steel as the pipeline welded to the pipe end, with suitable gaskets between the mating surfaces and joined through the use of 125 Ib rated back- up flanges, drilled to ANSI B16.1, and made of Type 304 stainless steel. Where the pipe stub is to pass through a sleeve during installation, a split-type back up flange shall be used. Bolts, washers, nuts, and other hardware for flange bolting shall be Type 304 stainless steel. E. Gaskets for flanged connections shall be a minimum of 1/16-in thick and shall be rubber, Hypalon, Teflon, BUNA-N, SBR, NBR or viton. F. Shop fabricated multiple output headers may be used in lieu of individual flanged fittings. G. Wall pipes shall have integral shop welded wall stops. H. All stainless steel pipe and fittings shall be pickled and passivated at the point of manufacture, scrubbed, and washed until all discoloration is removed in accordance with ASTM A380 and A967 and Specialty Steel Industry of North America recommendations. Pipe and fittings shall be sandblasted and cleaned with solvent or other means acceptable to Owner or Owner's Designated Agent. I. Field welded pipe shall be pickled and passivated on-site, externally, and internally in accordance with ASTM A380 and A967 and Specialty Steel Industry of North America recommendations. J. Pipe ends shall be prepared for couplings or other type ends where required by transport and handling limitations, where required by the support layout requirements and where noted on the Drawings. Contractor shall be responsible for ensuring rigidity of joints where required. All normal pipe joints at valves, bends, etc, shall be flanged, drilling per ANSI B16.1, Class 125. CORP2000479 40 05 24.23-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION STAINLESS STEEL PIPE AND FITTINGS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 K. Shop welding of fabrications shall be done according to the procedures and by welders certified per ASME Section IX. Welds shall be by an inert gas shielding process using only extra low carbon filler metals. Welds shall have a bead height of no more than 1/16-in. Butt welds shall have 100 percent penetration to the interior or backside of the weld joint. Cross-sectional thickness of welds shall be equal or greater than that of the parent metal. L. Where shown on the Drawings or where approved by the Consulting Engineer, plain end pipe shall be joined by all stainless steel flexible couplings. Sleeve type couplings shall be of the Type 304L stainless steel and shall be Style 38 as manufactured by Dresser Manufacturing Division of Dresser Industries; coupling 411 as manufactured by Smith Blair, Inc. or equivalent couplings manufactured by Depend-O-Lok Co. M. Where shown on the Drawings or where approved by the Consulting Engineer, flanged coupling adaptors shall be used to connect plain end pipe to equipment, fittings, and valves. Flanged coupling adaptors shall be of the Type 304L stainless steel and shall comply with AWWA C207. Flanged coupling adapters shall be manufactured by Dresser Manufacturing Division of Dresser Industries, Smith Blair, Inc. or equal N. Where shown on the Drawings or where approved by the consulting Engineer, flanged expansion joints shall be used. Refer to Section 15120 — Piping Specialties for type of expansion joint. 0. Flanges in addition to shown on drawings shall be provided for ease of construction at no additional cost to the owner. 2.03 PIPE SLEEVES A. Unless otherwise shown, all pipe sleeves shall be Schedule 304 stainless steel pipe. Where indicated, provide a 2-in minimum circumferential water stop welding to exterior of sleeve at its midpoint. Ends of sleeves shall be cut and ground smooth and shall be flush with the wall or ceiling and extended 2-in above finished floors. Sleeves to be sealed with mechanical seals shall be sized in accordance with the seal manufacturer's recommendations. Sleeves to be sealed by caulking and sleeves for insulated piping shall sized as required. PART 3 EXECUTION 3.01 INSTALLATION A. All pipe and fittings shall be installed true to grade and alignment and pipe anchorage and/or restraint shall be provided where required. Manufacturer's instructions shall be strictly followed. B. All pipe and fittings shall be protected from dirt, dust, oil, grease, and other foreign matter during installation to prevent damage to pipe and to assure no foreign matter is left in the piping. C. To assemble the joints in the field, thoroughly clean all joint surfaces and gaskets, if any, with soapy water before assembly. Bolts shall be tightened alternately, evenly to the manufacturer's specified torques. Under no condition shall extension wrenches or pipe-over-handle ratchet wrenches be used to secure greater leverage. All electrical bonding or insulation shall be installed as joints are made up. CORP2000479 40 05 24.23-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION STAINLESS STEEL PIPE AND FITTINGS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 D. Fittings, in addition to those shown on the Drawings, shall be provided if required. Due consideration shall be given to thermal expansion/contraction over a temperature range of 200 degrees F. E. Sleeves of the proper size shall be installed for all pipes passing through floors or walls as shown on the Drawings. F. Field cutting of pipe will not be allowed. G. After installation, stainless steel pipelines shall be washed clean with steam or hot water to remove any foreign material picked up during transport. Contractor shall dry pipelines following them being washed. H. Disinfection: Disinfect potable-water piping as specified in Section 33 01 10.58 — Disinfection of Water Utility Piping Systems. 3.02 JOINING MECHANICAL AND RESTRAINED JOINTS A. Mechanical joints shall be in accordance with the "Notes on Methods of Installation" under AWWA C111 and the instructions of the manufacturer. B. Restrained joint pipe and fittings shall be installed in the locations shown on the Drawings and as acceptable to the Consulting Engineer. 3.03 JOINING FLANGED JOINTS A. Flanged joints shall be made with gasket, bolts, and nut bolts stud with a nut on each end, or studs with nuts where the pipe is tapped. The number and size of bolts shall conform to the same standard requirements as the flange. 3.04 FIELD PAINTING A. Final field painting is included in Section 09 90 00 — Painting and Coating except that for all stainless steel pipe, only bands, labels, and arrows rather than full pipe painting will be required. 3.05 CLEANUP A. After installation, completed lines shall be cleaned with Oakite deoxidizer or similar deoxidizer as recommended by the manufacturer to remove all foreign matter, construction stains or shop markings. Cleaned lines shall be rinsed clear with steam or hot water. 3.06 FIELD TESTING A. Field Testing of the pipe is specified in Section 40 23 00 — Plant Piping - General. Maximum dewpoint of test air shall be -40° F. END OF SECTION CORP2000479 40 05 24.23-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION STAINLESS STEEL PIPE AND FITTINGS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 40 05 51 COMMON REQUIREMENTS FOR PROCESS VALVES PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment, and incidentals necessary to install complete and ready for operation valves and appurtenances, including valve boxes, operators, bolts, nuts, and gaskets, as shown on the drawings, and as specified herein. Not all items specified in this section are required in this Contract. B. The equipment shall include, but not be limited to the following: 1. Globe Valves. 2. Needle Valves. 3. Pressure Regulating/Reducing Valves. 4. Solenoid Valves. 5. Ball Valves. 6. Air Release Valves. 7. Combination Vacuum Relief Air Inlet/Air Release Valve. 8. Slow Closing Air/Vacuum Valve. 9. Reduced Pressure Backflow Preventer. 10. Duckbill Check Valves. 11. Gate Valves. 12. Pressure Relieve Valves. 13. Check Valves. 14. Pressure Sustaining Valves. 15. Surge Relief Valves. 16. Yard Hydrants. 1.02 RELATED WORK (NOT USED) 1.03 SUBMITTALS A. Shop Drawings and Product Data: 1. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. 2. Submit drawing or illustration showing unit construction for each type and size valve used. 3. Submit the following information for each valve: a. Specific application in plant expressed in terms of service and Contract Drawing number where shown. b. Description, including type of valve, type of operator, and accessories included. c. Size. d. Maximum non-shock working pressure for which valve is designed when used for water applications. CORP2000479 40 05 51-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON REQUIREMENTS FOR PROCESS VALVES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 e. Materials of construction. f. k or Cv value. g. Make and model. 4. If catalog bulletins are used to communicate above information, mark out inapplicable information. 5. Submit Manufacturer's operating and maintenance instructions in compliance with Section 01 78 23 — Operation and Maintenance Data for equipment furnished under this section. 6. Valves specified to be manufactured in accordance with AWWA and other standards must be submitted with an appropriate affidavit of compliance. 1.04 REFERENCE STANDARDS A. American National Standards Institute (ANSI) 1. ANSI B2.1 — Pipe Threads (except Dryseal). 2. ANSI B16.1 — Cast Iron Pipe Flanges and Flanged Fittings." B. American Society of Testing and Materials (ASTM) 1. ASTM A126 "Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings." 2. ASTM A159 "Specification for Automotive Gray Iron Castings." 3. ASTM A216 "Specification for Steel Castings, Carbon Suitable for Fusion Welding for High-Temperature Service." 4. ASTM B62 "Specification for Composition Bronze or Ounce Metal Castings." C. American Water Works Association (AWWA) 1. AWWA C507 — Ball Valves, 6-Inch through 48-Inch. 2. AWWA C511 "Backflow Prevention Devices-Reduced Pressure Principle and Double Check Valve Types." 3. AWWA C512 — Air Release, Air Vacuum, and Combination Air Valves for Waterworks Service. 1.05 QUALITY ASSURANCE A. Valves and equipment listed herein shall be products of Manufacturers that have a minimum of five years' experience in the manufacture of the particular equipment item to be furnished. B. Valves and equipment of the same type shall be identical, varying only with size, and the product of one manufacturer. 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE (NOT USED) CORP2000479 4005 51-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON REQUIREMENTS FOR PROCESS VALVES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1.08 MAINTENANCE/SPARE PARTS A. Special tools and the manufacturer's standard spare parts, if required for normal operation and maintenance, shall be supplied with the equipment as specified in Section 0178 23 Operation and Maintenance Data. 1.09 EXTENDED WARRANTY A. Manufacturer/Supplier shall provide a one year warranty for all specified equipment supplied under this section beginning from date of project Final Acceptance. Manufacturer/Supplier shall also submit for review costs on a yearly basis needed to extend all the equipment warranty on a yearly basis thereafter. B. Manufacturer/Supplier shall submit a complete listing of spare parts for all equipment furnished under this section. Spare parts list shall include only spare parts recommended for the first year of operation and a current price list for the Owner to choose which parts will be purchased. PART 2 PRODUCTS 2.01 MATERIALS A. General 1. All valves and appurtenances shall be the size shown on the drawings. 2. All valves and appurtenances shall have the name of the Manufacturer, flow directional arrows, the year the valve casing was made, and working pressure, for example "200W", for which they are designed cast in raised letters upon some appropriate part of the body. 3. Except as otherwise shown on the drawings or specified herein, all valves with operators located 6 feet or more above the operating floor shall be provided with chain wheel operators complete with chain guides and galvanized steel chain. 4. All buried valves shall open left (counterclockwise). Insofar as possible, all valves shall open counterclockwise. 5. Buried valves and operators, and those located outdoors, partially buried or within maximum of two feet above liquid, or in vaults, or where noted, shall be especially designed to completely submerge the valve and operator. Provide valve position indicator for buried valves. 6. Valves shall have a minimum working pressure of 150 psi, or be of the same working pressure as the pipes they connect to, and suitable for pressure noted where installed. 7. Joints referred to herein shall be of the same type and material as the pipe or fittings they are connected to. 8. Valves and appurtenances shall be of the same nominal diameter as the pipe or fittings they are connected to. 9. All buried valves shall have flanged joint ends, unless noted otherwise on the drawings. 10. End connections to be compatible with those specified for pipe. CORP2000479 4005 51-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON REQUIREMENTS FOR PROCESS VALVES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 B. Valve Operator General Provisions 1. Furnish geared operators with the following features, unless otherwise specified: a. Weatherproof enclosure. b. Grease lubricated design. c. Closes when turned clockwise. 2. Paint operators as specified for valves. C. Globe Valves 1. Metal valves for water lines shall have a bronze body, renewable full plug stainless steel disc, renewable stainless steel seat, and 400 Ib cold water non-shock working pressure, Globe valves shall be Figure 3245P as manufactured by Walworth Co., Jenkins Bros., or approved equal. Where copper tube with solder joints is required, globe valves shall be equal to Crane No. 1310 or 1311 as required. 2. Plastic valves shall be used only on PVC lines. Valves shall be socket welded and/or flanged as required. Valves shall have rigid PVC stem, body, bonnet, gland and cap nut with neoprene seat gasket and Teflon impregnated asbestos packing. The valve shall be able to be serviced in the line and shall be Ashai/America® or equal. 3. Valves shall be mounted as indicated on the Drawings or as acceptable to the Owner's Representative. D. Needle Valves 1. Needle valves shall have a cast bronze body and be constructed in accordance with ASTM B62. Ends shall be ANSI B2.1 threaded. The valves shall have a rising bronze stem and non-slip malleable iron hand wheel. 2. Needle valves shall be Figure 680 as manufactured by the Wm. Powell Company, Ohio, or Figure 88 as manufactured by Crane Company, or approved equal. E. Pressure Regulating Valves 1. Pressure regulating valves shall be factory tested. Outlet pressure shall be easily field adjustable over the pressure ranges shown on the Drawings. 2. Pressure regulating valves shall meet the criteria noted on the Drawings. 3. Pressure regulating valves shall have flanged connections or shall have unions mounted in the pipe on each side of the valve. 4. Strainers for installation upstream of pressure regulating valves are specified elsewhere in Division 40. The pressure regulating valve manufacturer shall specify the screen mesh or size of perforations that are required to protect the regulating valve. 5. Pressure Regulating Valves — 3 inch and Larger: a. Valves 3 inch and larger and for pressure shall be flanged with globe body, fully bronze mounted, external pilot operated, diaphragm type single seat with seat base equal to size of valve and shall be equal to the Figure 4500D pressure Reducing Valve as manufactured by GA Industries, Inc., PA; Clayton Model 90 as manufactured by Cla-Val Company, CA or approved equal. CORP2000479 40 05 51-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON REQUIREMENTS FOR PROCESS VALVES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 F. Pressure Regulating Valves — 2.5 inch and Smaller 1. Pressure regulating valves 2.5 inch and smaller shall be rated at the same working pressure as the connecting pipe, with bronze and brass body; renewable stainless steel seat, and flexible diaphragm of suitable material. Outlet pressure shall be easily field adjustable over the pressure ranges tabulated. 2. Pressure regulating valves 2.5 inch and smaller shall be Figure No. 43D as manufactured by GA Industries, Inc., PA; Cla-Val Model 90-01/690-01 as manufactured by Cla-Val Company, CA; or approved equal. G. Solenoid Valves 1. Solenoid valves shall be packless piston type direct acting, 2-way or 3-way valves and shall be ASCO Valve Red Hat as manufactured by Automatic Switch Co., an equal by Atkomatic Valve Co., Inc., or approved equal for air and water service. 2. Valves on water seal lines shall be of the normally closed type, interconnected with pumping unit to shut down if no seal water flow. 3. Valves shall have forged brass bodies, NPT end connections of the size shown on the Drawings, 300 or 400 series stainless steel internal parts, and Buna n or Ethylene Propylene valve seats. Valves shall have a same working pressure as the connecting pipe and zero minimum operating pressure differentials. Connections shall be threaded. 4. Except as otherwise specified, valves shall have NEMA 4 solenoid enclosures. 5. Valves shall be suitable for operation on power supply as provided in the plans and specifications and shall be provided with a continuous duty Class F coil and a manual operator. 6. Solenoid valves on bypass piping shall be installed whether shown or not. 7. Note that solenoid valves may be shown on Electrical and/or Mechanical Drawings or may only be specified. H. Ball Valves 1. Ball valves for PVC piping shall be of PVC Type 1, Grade 1, with union, socket, threaded, or flanged ends as required. PVC ball valves shall be as manufactured by Spears, Nibco, Hayward Gordon, or approved equal. 2. Ball valves, except otherwise specified, shall be of ductile iron body and Type 316 stainless steel ball and stem. The valve seat and body seal shall be of TFE. Other hardware shall be of stainless steel Type 316. Valves shall have 150 psig (minimum) working water pressure. Valves shall have flanged, or screwed ends as shown on the drawings, and shall be Model 5150 as manufactured by Jamesbury, an equal by Hills-McCanns or approved equal. 3. Ball valves for copper piping shall be bronze body, brass stem and stem gland nut, chrome-plated brass ball, reinforced Teflon seats, stuffing box ring and thrust washer, and vinyl coated, or zinc or cadmium plated steel handle with threaded or soldered ends as required. Valves shall have 150 psi minimum working water pressure. Valves shall be as manufactured by Jamesbury, Stockham, Apollo, or approved equal. 4. All valves shall be mounted in such a position that valve position indicators are plainly visible when standing on the floor. CORP2000479 4005 51-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON REQUIREMENTS FOR PROCESS VALVES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 I. Air Release Valves 1. Valves shall be installed to release any small accumulations of air, which may collect while the main pipe is in operation and under pressure. 2. The small orifice assembly (Air Release Valve) shall automatically release air accumulations from the pipe while under positive pressure. When the valve body fills with air, the small orifice float ball falls to open the small orifice and exhaust the air to atmosphere. When the air has been exhausted, the small orifice shall be buoyed up and tightly close the small orifice. 3. The small orifice assembly shall be furnished with cast iron body and cover ASTM A126-B. The float ball shall be constructed of stainless steel ASTM A240, and attached to a stainless steel lever mechanism. A resilient, Buna-N seat shall be attached to the lever mechanism for drop-tight closure. 4. Separate air release valves shall be Crispin, APCO, Val-Matic, GA Industries, LLC, or approved equal. 5. Valve body shall have a test pressure rating of 300 psi and working pressure rating of 150 psi. J. Combination Vacuum Relief Air Inlet/Air Release Valve 1. Combination Vacuum Relief/Air Inlet/Air Release Valves shall allow large volume air to escape through the orifice when filling the pipeline and shall shut off watertight, when the water enter the valves. The Combination Air Valve shall also permit large volumes of air to enter through the orifice when the pipeline is being drained to prevent vacuum from forming and water column separation. The valve shall consist of a body, cover, baffle, float, and seat. The baffle will be an integral part of the body, designed to protect the float from direct contact of the rushing air and slugs of water to prevent premature shut-off. The seat shall be Buna-N fastened onto the valve cover without distortion and be easily replaced. The float shall be stainless steel and be center guided at each end for positive seating. 2. The Air/Vacuum Valve shall have the outlet threaded or flanged. 3. The Automatic Air Release Valve shall be designed to operate under pressure to allow entrapped air inside the pipeline to escape. The shut-off prevents water from escaping. The Air Release Valve will then stay closed until more air accumulates and the opening cycle will repeat automatically. The Air Release Valve float shall be heavy stainless steel. 4. The valve internals, shall be replaceable, without removing valve from the line and the materials of construction certified, conforming to following ASTM specifications: Valve Bodies Cast Iron ASTM A126 Gr. B Exterior Primer Universal Metal Primer FDA Approved for Potable Water Float Stainless steel ASTM A240 Seats Buna-N Nitrile Rubber CORP2000479 40 05 51-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON REQUIREMENTS FOR PROCESS VALVES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 5. Valve to be APCO Series 1800 - Combination Vacuum Relief/Air Inlet Valve/Air Release (Flanged Type) Valve manufactured by APCO or approved equal by Crispin Valve Model AL/PL or Val-Matic Valve and Manufacturing Corp. K. Slow Closing Air/Vacuum Valves 1. The Slow Closing Air/Vacuum Valve shall be three valves furnished assembled and tested as a single unit. 2. The Air/Vacuum Valve must have a stainless steel float guided at each end with stainless stems. The stems shall be guided through stainless steel bushings inside the body and cover. The seat must be Buna-N fastened to the cover with stainless shoulder screws without distortion to allow drop tight closure. 3. The covers shall have a male lip to fit the female body register for positive float guide direction into the seat. Cover outlets may be threaded or flanged. 4. The Surge Check Valve shall be a normally open spring loaded valve consisting of a body, seat and plug bolted to the inlet of the Air/Vacuum Valve. The surge check shall operate on the interphase between the kinetic energy and relative velocity flows of air and water. It will allow air to pass through, but water shall actually close the surge check, reducing the rate of water flow by means of throttling orifices in the plug to prevent shock closure of the Air/Vacuum Valve. The surge check orifices must be adjustable type to suit operating conditions in the field. 5. The Air Release Valve shall be side connected to the upper valve but separated with an Isolation Shut-Off Valve. The internal mechanism shall be the compound lever type to permit the valve to open under pressure to vent pockets of entrapped air as they accumulate. The compound mechanism shall be activated by a stainless steel concave float to lift the Buna-N needle to shut off the Air Release orifice. 6. The materials shall conform to the requirements following: Part Name Materials Air/Vacuum Valve/Air Release Cast Iron ASTM A126 Class B Valve Covers, Bodies Surge Check Body Floats and Spring Stainless Steel ASTM A240 Surge Check Seat &Disc Bronze ASTM B584 Air Release Valve Needle Buna-N Air/Vacuum Valve Seat Buna N ARV Leverage Assembly Delrin ASTM D2133 Exterior Paint Universal Metal Primer, FDA Approved for Potable Water Contact CORP2000479 40 05 51-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON REQUIREMENTS FOR PROCESS VALVES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 7. Product and Manufacturer Valve to be APCO Series 1700 — Slow Closing Air/Vacuum (Flanged Type) Valve manufactured by APCO or approved equal. L. Reduced Pressure Backflow Preventer 1. The reduced pressure backflow preventer, with two independently operated check valves, shall be designed for installation in a normal horizontal flow attitude. An independent relief valve shall be located between the two check valves. They shall be in compliance with AWWA C511 and OAC 252 Regulations. 2. Two reduced pressure backflow preventers shall be installed in parallel for redundancy and ease of maintenance. 3. The reduced pressure backflow preventer shall be designed for installation in the horizontal position. 4. The reduced pressure backflow preventer shall be a complete assembly including UL listed and FM approved OSY shutoff valves and an auxiliary line consisting of an approved backflow preventer. The assembly shall meet the requirements of AWWA C511, ASSE 1013, and CSA B64. 5. The reduced pressure backflow preventer shall be Watts, Zurn, FEBCO, or approved equal. 6. The backflow preventer station shall be installed with a hot box for outdoor installations. 7. The enclosure shall comply with the following criteria: a. Totally removable for maintenance purposes. b. Structurally lined with a unicellular, non-wicking insulation consisting of a sandwich laminate or applied by spray. c. Thermostatically controlled heat source mounted to the interior wall or on the backflow preventer to provide protection to -30oF. Unit shall be 120V, single phase. d. No wood or"particle board" shall be allowed in assembly. e. No insulation will be mounted with glue. f. Power source will be protected with a ground fault circuit interrupting receptacle, UL Standard 943, NEMA 3R inside the box. g. Drain openings sized to accommodate the maximum discharge of the reduced pressure zone assembly. Drain openings shall open to discharge under the most severe conditions. These openings are protected against intrusion of either wind, debris, or animal. h. Provide with means of permanent anchor and "lockable" access doors and/or LID to prohibit theft or vandalism. i. All "wet" portions of the backflow prevention assembly shall be protected within the enclosure. j. OSY indicating valve handles shall be maintained outside the enclosure. k. Factory assembled and delivered to the site ready to install with no drilling, screwing, or riveting of enclosure required on site. I. The contractor shall be responsible for coordinating the size of the enclosure to accommodate the backflow preventer assembly. CORP2000479 40 05 51-8 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON REQUIREMENTS FOR PROCESS VALVES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 m. Watts Regulator Company series Wattsbox or equal. n. Contractor shall coordinate the size of slab with the enclosure. The slab shall extend beyond the enclosure no less than 4". 8. The enclosure and the backflow preventer shall be covered by a single warranty policy. 9. Pipe outdoors, above grade, and not inside hot box shall be insulated, and heat traced. M. Duckbill Check Valve 1. Check Valves are to be all rubber and the flow operated check type with a flanged end connection. The port area shall contour down to a duckbill which shall allow passage of flow in one direction while preventing reverse flow. The flange and flexible duckbill sleeve shall be one piece rubber construction with nylon reinforcement. The bill portion shall be thinner and more flexible than the valve body and formed into a curve of 1800. 2. The flange drilling shall conform to ANSI B16.1 Class 125/ANSI B16.5, Class 150 standards. The valve shall be furnished with steel back-up rings for installation. 3. Manufacturer must have available flow test data from an accredited hydraulics laboratory to confirm pressure drop data. Company name, plant location, valve size and serial number shall be bonded to the check valve. Valves shall be manufactured in the USA. 4. When line pressure inside the valve exceeds the backpressure outside the valve by a certain amount, the line pressure forces the bills of the valve open, allow to pass. When backpressure exceeds the line pressure by at the same amount, the bills of the valve are forced closed. 5. Acceptable Manufacturers a. Tideflex Technologies Inc. b. EVR N. Gate Valves 1. 4"-12": Gate valves shall be iron bodied, resilient seated and in accordance with AWWA C-509, latest revision: a. All valves shall have a working pressure of 200 psi and shall be hydrostatically tested from both directions. The shell shall be tested at 400 psi, with no leakage. The body, bonnet, and stuffing box shall be flanged with ATSM A- 307 Grade B bolts and nuts, and rust proofed in accordance with ASTM A- 123. b. Stems shall be machined from modified manganese bronze rod with an integral forged thrust collar machined to size. Stem seals shall be one T" ring above and one stem T" ring below the thrust collar forming a lubricant reservoir to isolate and lubricate the thrust collar, bearing surfaces and T" rings. c. Valve discs shall be cast ASTM B-62 bronze stem nut to provide disc rigidity and positive travel stop to prevent over compression of the resilient seat. The disc seat shall be open to flow on one side to prevent collection of debris. CORP2000479 40 05 51-9 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON REQUIREMENTS FOR PROCESS VALVES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 d. The disc seat rings shall be molded natural rubber, internally steel reinforced and machined, epoxy coated matting surface in the valve body. The disc seat rings shall be attached to the disc by self-setting type 304 S.S. replaceable screws. e. All internal ferrous materials shall be factory coated with a coating conforming to ANSI/AWWA C550. f. All buried valves shall have non-rising stem. g. Exterior coating shall be epoxy coating in accordance with AWWA C550. The minimum thickness shall be 8 mils. h. Ends shall be with flanged, mechanical joint, or push-on end as indicated on the plans and in accordance with AWWA C-509. i. The valve shall be DeZurik, Clow, Mueller, ACIPCO, or approved equal. 2. 2" and smaller: Gate valves 2" and smaller for water and wastewater shall be 200 psi water on gate valves with Grade A bronze bodies, bonnet, and disc. All other parts shall be bronze also, except the wheel and wheel nut which shall be iron or steel. The valve shall be rising stem, union bonnet, and solid wedge reversible disc valve with stuffing box filled with durable packing. The valve shall be Crane No. 428-UB, Grinell Fig. No. 3030 or approved equal. 3. Tapping Saddle a. Tapping saddles shall be fabricated from steel plates conforming to ASTM A283 (Grade B, C, or D) or ASTM A36. 4. Tapping sleeve shall be designed to resist all stress (internal pressure and external loading) on the tapped pipe. Design shall be based on the pressure rating of the tapped pipe. 5. Gate valves 14-24" shall be manufactured in accordance with AWWA C-515 and manufactured by DeZurik, Clow, Mueller, ACIPCO, or approved equal. 0. Pressure Relief Valves 1. Pressure relief valves shall meet the criteria noted on the Drawings. 2. Pressure relief valves shall be designed to relieve excess pressure that may occur in the line or system even with back pressure or head pressure on the downstream side. 3. Pressure Relief Valves — 4 inches or smaller: a. Valves 4 inch and small shall be PVC body threaded in-line 3-port valves with PTFE/EPDM diaphragm and have an adjustable screw to obtain the selected line or tank relief pressure and shall be equal to G-Series Pressure Relief Valve as manufactured by Griffco Valves Inc., or equal. b. The valve starts to open as line pressure approaches the set pressure until fully open. The valve shall be capable of relieving pressure between 0-250 psi. c. There shall be no metal in contact with the fluid. d. Contractor shall route piping from relief side of third port to containment area and terminate 2" above finished floor, whether shown in the Contract Drawings or not. CORP2000479 40 05 51-10 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON REQUIREMENTS FOR PROCESS VALVES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 P. Check Valves 1. Check valves for PVC or CPVC pipe shall be of the ball type, of the same material as the pipe with socket ends. Valve bodies shall be union type. Valves shall be manufactured by Spears, Nibco, Hayward Gordon, or Jamesbury. 2. Wafer style check valves shall have bodies constructed of cast iron, ASTM A126, Class B. Disc shall be fabricated of carbon steel, ASTM A216, Grade WCB and shall be electroless nickel-plated. Body seat material shall be Buna-N. Spring material shall be Type 316 stainless steel. The ends shall be plain. The valve shall be by APCO or approved equal. 3. Ball check valves for main line, metallic piping shall have bodies constructed of cast iron, ASTM A159, Class 35. Ball shall be type fabricated of hollow steel with vulcanized Nitrile rubber covering. Ball check valves shall be Type 2016 as manufactured by Flygt Corporation, NIBCO or approved equal. Q. Pressure Sustaining Valves 1. Pressure sustaining valves shall be factory tested. Outlet pressure shall be easily field adjustable over the pressure ranges tabulated below. 2. Pressure sustaining valves shall meet the criteria noted on the Drawings. 3. Pressure sustaining valves shall have flanged connections or shall have unions mounted in the pipe on each side of the valve. 4. Pressure Sustaining Valves — 3 inch and Larger: a. Valves 3 inch and larger and for pressure shall be flanged with globe body, fully bronze mounted, external pilot operated, diaphragm type single seat with seat base equal to size of valve and shall be equal to the Figure 4700D pressure Reducing Valve as manufactured by GA Industries, Inc., PA; Clayton Model 50 as manufactured by Cla-Val Company, CA; or approved equal. b. The valve shall be packed with leather or some other material acceptable to the Owner's Representative to ensure tight closure and prevent metal to metal friction and sticking. The valve shall be furnished with indicator rod, to show position of opening of the piston, and pet cocks for attachment to valve body for receiving gauges for testing purposes. c. Pilot valve, controlling operation of main valve, shall be easily accessible and so arranged to allow for its removal from the main valve, while the main valve is under pressure. The pilot valve shall be easily adjustable without removal of the springs, weights or use of special tools. Control piping on the valves shall have strainers to prevent plugging of control mechanisms. d. Design shall be such that repairs or dismantling internally of main valve may be made without its removal from the line. e. The flanges shall have the same pressure rating as the connecting pipe. The valve body shall be constructed of cast iron. f. The valve shall maintain pre-adjusted upstream pressure for varying rates of flow through the positioning of the piston by the pilot without causing water hammer and without causing waste of water, and without cavitation. R. Surge Relief Valves 1. The valve manufacturer shall submit to the Owner's Representative calculations confirming that unit's size is proper for the system to be installed. CORP2000479 40 05 51-11 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON REQUIREMENTS FOR PROCESS VALVES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 2. Surge relief valves shall function to open when the system pressure exceeds the pressure for which the field adjustable pilot valve is set. Valves shall open rapidly and close slowly at a predetermined rate of speed. Provision shall be made to regulate the closing speed of the valves. The valves shall be completely piped ready for installation. 3. The main valve shall operate on the differential piston principle such that the area on the underside of the piston is no less than the pipe area and the area on the upper surface of the piston is of a greater area than the underside of the piston. No diaphragm will be permitted within the main valve body. 4. The valve piston shall be guided on its outside diameter by long stroke stationary Vee ports which shall be downstream of the seating surface to minimize the consequences of throttling. Throttling shall be accomplished by the valve Vee ports and not the valve seating surfaces. 5. The valve shall be capable of operating in any position and shall incorporate only one flanged cover at the valve top from which all internal parts shall be accessible. There shall be no stems, stem guides, or spokes within the waterway. There shall be no springs to assist the valve operation. 6. The valve body shall be of cast iron ASTM A126 with flanges and pressure rating as noted. The valve shall be extra heavy construction throughout. The valve interior trim shall be bronze, ASTM B62, as well as the main valve operation. The valve seals shall be easily renewable. All controls and piping shall be of non- corrosive construction. A visual valve piston position indicator shall be provided. 7. Valve shall be Figure 6700-DL (Globe Type) by GA Industries; or Series 3000 (angle-pattern) or Model 50RWR by Ross Valve or approved equal. S. Yard Hydrants 1. Yard hydrants shall be 2 inches, non-freezing and self-draining. Hydrants shall have a 2-inch NST nozzle outlet. 2. Hydrant shall be operated by turning a top-mounted operating nut counterclockwise to open, clockwise to close. Hydrants must seal the drain outlet in all positions from 1/4-open to fully-open. 3. An anti-vandal locking mechanism shall be provided, which shall also serve as an operating wrench. Six operating wrenches of suitable size shall be furnished to operate all yard hydrants. 4. All internal working parts, the inlet, and the outlet shall be brass or aluminum. All working parts shall be serviceable from above ground with no digging required. All wear parts (o-rings and valve seat) shall be of commonly-available dimensions and materials, none may be of vendor-unique design. 5. Hydrant shall be designed to break away at grade level in event of significant impact. Outlet nozzle shall be able to point in any of 8 redial directions. Hydrants shall be designed to accept field-installed grade-change modifications. 6. Yard hydrants shall be set at the locations as shown in the Drawings and shall have a depth of bury that will meet the elevations given in the Drawings. 7. Yard hydrants shall be painted to match the water system it is attached to. 8. Caution sign shall be provided on each yard hydrant connected to the plant water system. Signs shall be of the plastic laminate type, suitable for outdoor application. The signs shall be a minimum of 1/8-inch thickness. Laminate shall be CORP2000479 4005 51-12 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON REQUIREMENTS FOR PROCESS VALVES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 red in white. Signs shall be mounted to the yard hydrants using stainless steel no. 16 single jack chain. Signs shall be square cornered, approximately 3-inch by 8- inch with the following engraved text in 3/4-inch high letters: PLANT WATER — UNFIT FOR DRINKING. 9. Yard hydrant shall be a 2" non-freezing type TF200 series by Kupferle or approved equal. 2.02 SHOP PAINTING A. Surface preparation and shop painting shall be as specified in Section 09 90 00 Painting and Coating. PART 3 EXECUTION 3.01 INSTALLATION GENERAL A. Items shall be installed per Manufacturer's instructions in the locations shown. Any damage to items shall be repaired to the satisfaction of the Owner's Representative before they are installed. B. Install brackets, extension rods, guides, the various types of operators and appurtenances as shown on the Drawings that are in masonry floors or walls and install concrete inserts for hangers and supports as soon as forms are erected and before concrete is poured. Before setting these items, check Drawings, which have a direct bearing on their location and be responsible for the proper location of these appurtenances during the construction of structures. C. Items shall be carefully inspected for defects in construction and materials; debris and foreign material cleaned out of openings, etc.; operating mechanisms operated to check their proper functioning, and nuts and bolts checked for tightness. Equipment, which does not operate easily, or is otherwise defective, shall be repaired or replaced at no additional cost to the Owner. D. Where installation is covered by a referenced Standard Specification, installation shall be in accordance with that Specification, except as herein modified. E. Unless otherwise noted, joints for items shall be made up utilizing the same procedures as specified under the applicable type connecting pipe joint. F. The installation of reduced pressure backflow preventers shall meet Oklahoma Department of Texas Commission on Environmental Quality. 1. Reduced pressure backflow preventers shall be installed above grade. An enclosure shall be provided to protect the device from freezing for outdoor installations. 2. Two reduced pressure backflow preventers shall be installed in parallel for redundancy and ease of maintenance. 3.02 FIELD TESTING A. After installation, all valves and appurtenances shall be tested at the same duration and pressure as the piping system they are in. CORP2000479 4005 51-13 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON REQUIREMENTS FOR PROCESS VALVES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 B. During the field testing any defective valve or appurtenance shall be adjusted, removed, and replaced, or otherwise made acceptable to the Owner's Representative and Owner by the Contractor. END OF SECTION CORP2000479 40 05 51-14 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON REQUIREMENTS FOR PROCESS VALVES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 40 05 64 BUTTERFLY VALVES PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish labor, materials, equipment and incidentals necessary to install butterfly valves as shown on the Contract Drawings and as specified herein. B. Butterfly valves shall consist of valve, operator, and valve appurtenances such as valve boxes, extension stems, and related items required for a completely assembled and working valve. C. All products furnished shall be in conformance with ANSI/AWWA C504-10 (latest version thereof). All coatings in contact with potable water shall be certified to N.S.F. 61. A proof of design certification shall be provided upon request. 1.02 RELATED WORK A. Division 09 — Finishes B. Division 40 — Process Interconnections 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Product Data and Shop Drawings: 1. Specifications, materials of construction, assembly, and installation details. 2. Pressure loss data. 3. The total weight of each item. 4. A complete bill of materials. 5. Sworn statement that valves comply with all applicable provisions of AWWA C504. C. Operating and Maintenance Data: Operating and maintenance instructions shall be furnished in accordance with Section 01 78 23 — Operation and Maintenance Data. 1.04 REFERENCE STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. American National Standards Institute (ANSI) Standards: a. ANSI B16.1 Cast Iron Pipe Flanges and Fittings 2. American Society for Testing and Materials (ASTM) Standards: a. ASTM A48 Standard Specification for Gray Iron Castings b. ASTM A126 Standard Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings CORP2000479 40 05 64-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION BUTTERFLY VALVES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 c. ASTM A276 Standard Specifications for Stainless Steel Bars d. ASTM A536 Standard Specification for Ductile Iron Castings e. ASTM B148 Standard Specifications for Aluminum Bronze Coatings 3. American Water Works Association (AWWA) Standards: AWWAC504-10 Standard for Rubber-seated Butterly Valves a. AWWA C550 Standard for Protective Interior Coatings for Valves and Hydrants 1.05 QUALITY ASSURANCE A. Manufacturers shall have an ASME or I.S.O. 9001 registered commercial quality system. If on receipt of butterfly valves they are found to be noncompliant, the manufacturer shall replace the defective butterfly valves according to butterfly valve size with a butterfly valve that meets the specifications. The defective butterfly valves will be returned to the manufacturer. B. Acceptable Manufacturers: 1. Mueller Company 2. Henry Pratt Company 3. DeZurik 4. Crispin 5. Val-Matic C. Experience Requirements: The Manufacturer shall have had successful experience in manufacturing tight-closing, rubber-seated butterfly valves for this type of service in the sizes indicated. The Manufacturer shall have at least 10 years' experience in the manufacture of valves. D. Manufacturer's Representative for Startup and Testing: The Valve Vendor or Manufacturer shall provide the services of a competent manufacturer's representative for an indefinite period of time as required to insure proper adjustment, installation, and operation of the valve. E. All definitions are defined according to ANSI/AWWA C504 1. Actuator: A device attached to the valve for the purpose of rotating the valve disc to an open, closed, or intermediate position; preventing discover travel; and maintaining the disc in any position. 2. Butterfly Valve: A valve that uses a disc rotatable through an angle of approximately 90 degrees as a closure member. The valve is closed when the disc is perpendicular to the flow way, open when parallel to the flow way, or used for throttling when positioned between open and closed. 3. Disc: The closure member that is positioned in the flow stream to permit flow or to obstruct flow (depending on closure position) and that rotates through an angle of 90 degrees from full open to full shutoff. 4. Rubber Seat: A resilient rubber ring that is securely attached to the valve disc or body. CORP2000479 40 05 64-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION BUTTERFLY VALVES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 a. Rubber seats attached to the valve body shall consist of a rubber ring around the inside of the valve body that is securely attached to the valve body to affect a seal against the metal seating surface when the disc is closed. b. Resilient seats attached to the valve disk shall provide a 360 degrees continuous, uninterrupted seating surface. Seats shall be mechanically retained with a stainless steel retaining ring and stainless steel Nylok cap screws, which shall pass through both the resilient seat and the retaining ring. The resilient seat's mating surface shall be to a 360 degrees continuous, uninterrupted stainless steel body seat ring. The retaining ring shall be continuous or investment cast with overlapping sections serrated grooves, and shoulders. 5. Resilient seats shall be field adjustable and replaceable. 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE (NOT USED) 1.08 MAINTENANCE/SPARE PARTS A. Manufacturer shall submit a complete listing of spare parts for all equipment furnished under this section whether said equipment is or is not made by the Manufacturer. Spare parts list shall include only spare parts recommended for the first year of operation, and a current price list for the Owner to choose which parts will be purchased. 1.09 WARRANTY/EXTENDED WARRANTY A. Manufacturer shall provide a one-year warranty for all specified equipment supplied under this section beginning at the project's Substantial Completion date. Manufacturer/Supplier shall also submit, on a yearly basis for review, costs needed to extend all equipment warranty on a yearly basis thereafter. PART 2 PRODUCTS 2.01 MATERIALS A. Valve Construction 1. Except as otherwise modified or supplemented herein, AWWA Standard C504-10 or the latest revision thereof, shall govern the design, component material construction, manufacture and testing of all butterfly valves. 2. The OWNER reserves the right to limit the purchase of Butterfly valves form manufacturers and to the models specified, provided such butterfly valves conform to the provisions contained herein. 3. Valves shall be AWWA Class 250. Class 250 valves shall be of the short-body type with a 250 psig bidirectional shutoff rating, and a 500 psig hydrostatic body shell test. All valves shall have a maximum upstream line velocity rating according to the table listed below unless specified otherwise. CORP2000479 40 05 64-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION BUTTERFLY VALVES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 Diameter Velocity 4 inch through 20 inch 16 feet per second 24 inch through 72 inch 16 feet per second 4. Valve shall be in the same alignment as a horizontal pipe and shall be for buried service, unless otherwise specified. Valve shall be configured with a horizontal valve shaft and a vertical actuator shaft with standard 2" AWWA operating nut. The actuator shall be side mounted. 5. All standard butterfly valves shall have materials of construction described as follows: Component Material Specification Body Cast Iron ASTM A126 or Ductile Iron ASTM 536 Disc Ductile Iron ASTM A536 Shafts Stainless Steel ASTM 304 Packing EPDM --- Seat BUNA-N AWWA C504 Disc Edge Stainless Steel ASTM 316 Seat Ring Stainless Steel ASTM 316 6. Butterfly valves shall be of the rubber seat, tight-closing-type, Class as designated. Except as otherwise modified or supplemented herein, AWWA C504 shall govern the design, component materials, construction, manufacture, and testing of all butterfly valves. 7. The valves shall be of short body-type. Laying lengths for flanged-end butterfly valves shall be as specified in Table 2 of AWWA C504. 8. Valves shall be of such design that the valve discs will not vibrate or flutter when operated in a throttled position. Valve discs shall be secured to the shafts by means of keys or pins so arranged that the valve discs can be readily removed without damage thereto. All keys and pins used in securing valve discs to shafts shall be stainless steel or monel. Valve discs shall have no external ribs transverse to the flow direction. Valve discs of all sizes shall provide a tight shutoff at full differential pressures across the closed valve. The valve disc design shall provide a full 360 degrees seating surface uninterrupted by the shaft holes. The valve disc shall rotate 90o degrees from full-open to the tight-shut position. 9. All shafts shall be turned, ground, and polished. Shaft diameters shall meet minimum requirements specified in Table 3 of AWWA C504 for their class. The ends of the shaft shall be permanently marked to indicate the position of the valve disc on the shaft. Valves shall have solid one-piece shaft or a two-piece shaft. Shaft bushings shall be contained in the integral hubs of the valve body and shall be of the "self-lubricated sleeve" type. A shaft seal shall be provided where the valve shaft projects through the body for the actuator connection. The seal shall be of the type utilizing a stuffing box and pull down packing gland so that the packing can be adjusted or completely replaced without disturbing any part of the valve or actuator assembly except the packing gland follower. Packing shall be self-adjusting split-V type or square type. CORP2000479 40 05 64-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION BUTTERFLY VALVES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 10. Valves shall be fitted with sleeve-type bearing. Bearings shall be corrosion resistant and self-lubricating. Bearing load shall not exceed one-fifth of the compressive strength of the bearing or shaft materials. Thrust bearing shall be designed to hold the disc in the center of the valve seat. The outboard thrust bearing shall be utilized to protect the shaft seal from thrust in the actuator. 11. Valve seat shall provide tight shut-off at the pressure specified in the valve schedule. Seats shall be incorporated in the valve body only. Seats shall be mechanically retained by means of stainless steel clamps, stainless steel rings, and 18-8 stainless steel bolts. Resilient seats must be capable of mechanical adjustment in each direction without the use of special tools. Seats must also be capable of replacement in the field without chipping, grinding, or burning out of the old seat. The matting seat surface shall be integral with the valve body or contained on the disc edge. Sprayed or plated matting seat surfaces are not acceptable. 12. Valves shall have end connections as shown on the Contract Drawings and in paragraph 3.03 of this specification. The bolt hole and bolt circle shall match those of flanges provided at the pipe ends. 13. Shop Coating: a. All interior and exterior ferrous surfaces of the valve, including the disc, shall be coated with epoxy, N.S.F. 61 certified. The epoxy shall have a nominal thickness of 8 mils, and shall be in accordance with AWWA C550, latest revision b. Coating shall be holiday tested and holiday free in accordance with AWWA C550 2.02 FABRICATION A. All parts of the butterfly valve shall be designed and manufactured to the tolerances specified in ANSI/AWWA C504-10 or latest version thereof and this specification. B. All parts of the butterfly valve manufactured by a given manufacturer shall be interchangeable with like parts from another butterfly valve of the same model and size and by the same manufacturer. PART 3 EXECUTION 3.01 FIELD TESTING A. Upon completion of installation of the butterfly valves an acceptance test shall be conducted to verify the satisfactory operation of the valves. The valves must perform in a manner acceptable to the Owner's Representative before final acceptance will be made by the OWNER. B. Performance Tests: Performance tests shall be performed on each valve in accordance with Section 5.1.1 Testing of ANSI/AWWA C504-10 or latest revision thereof. C. Leakage Tests: Leakage tests shall be performed on each valve in accordance with Section 5.1.2 Testing of ANSI/AWWA C504-10 or latest revision thereof. D. Hydrostatic Tests: Hydrostatic tests shall be performed on each valve in accordance with Section 5.1.3 Testing of ANSI/AWWA C504-10 or latest revision thereof. CORP2000479 40 05 64-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION BUTTERFLY VALVES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 E. Proof-of-Design Tests: Proof-of-Design tests shall be performed on each valve in accordance with Section 5.1.4 Testing of ANSI/AWWA C504-10 or latest revision thereof. F. An Affidavit of Compliance certifying that all required tests have been performed shall be provided. G. The Affidavit of Compliance and the records of all tests performed on the valves shall be kept and provided in a single hard cover bound notebook. 3.02 FIELD PAINTING A. Valves installed above grade, exposed valves, and valves in vaults shall be shop coated, and shall receive additional field coating protection in accordance with Section 09 90 00 — Painting and Coating. END OF SECTION CORP2000479 40 05 64-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION BUTTERFLY VALVES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 40 05 65 VALVES FOR PUMP CONTROL AND CHECK SERVICE PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor and materials required and install complete and ready for operation check valves and appurtenances as shown on the Contract Drawings and as specified. 1.02 RELATED WORK A. Division 09 — Finishes B. Division 40 — Process Interconnections 1.03 SUBMITTALS A. Submit shop drawings showing details of construction and dimensions. B. Valves specified to be manufactured in accordance with AWWA and/or other standards must be submitted with an appropriate affidavit of compliance. C. Operation and Maintenance Manuals: Operating and maintenance instructions shall be furnished as provided in Section 01 78 23 — Operation and Maintenance Data. The instructions shall be prepared specifically for this installation and shall include all required cuts, drawings, equipment lists, descriptions, and other information required to instruct operating and maintenance personnel unfamiliar with such equipment. 1.04 REFERENCE STANDARDS A. American Society of Testing and Materials (ASTM): 1. A126 - Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings. 2. A159 - Specification for Automotive Gray Iron Castings. 3. A536 - Specification for Ductile Iron Castings. 4. B148 — Specification for Aluminum-Bronze Sand Castings. B. American Water Works Association (AWWA): AWWA C508 — Swing-check Valves for Waterworks Service, 2-in. through 24-in. NPS. 1.05 QUALITY ASSURANCE A. Check valves shall be products of Manufacturer's who have a minimum of five years' experience in the manufacture of the particular equipment to be furnished. B. Check valves of the same type shall be identical, varying only with size and the product of one Manufacturer. C. Acceptable Manufactures: 1. Apco 2. Crispin CORP2000479 40 05 65-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION VALVES FOR PUMP CONTROL AND CHECK SERVICE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE A. Reference is made to Section 01 60 00 — Product Requirements for additional information. B. Packing and Shipping: 1. Care shall be taken in loading, transporting, and uploading to prevent injury to the valves, appurtenances, or coatings. Equipment shall not be dropped. All valves and appurtenances shall be examined before installation, and no piece shall be installed which is found to be defective. Any damage to the coatings shall be repaired as acceptable to the Owner's Representative. 2. Prior to shipping, the ends of all items shall be closed to prevent entry of foreign material. C. Storage and Protection: Special care shall be taken to prevent plastic and similar brittle items from being directly exposed to the sun, or exposed to extremes in temperature, to prevent deformation. See the individual piping Specifications and Manufacturer's information for further requirements. 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 WARRANTY/EXTENDED WARRANTY A. Manufacturer/Supplier shall provide a one-year warranty for all specified equipment supplied under this section beginning from the project's substantial completion date. Manufacturer/Supplier shall also submit, on a yearly basis for review, costs needed to extend all the equipment warranty on a yearly basis thereafter. B. Manufacturer/Supplier shall submit a complete listing of spare parts for all equipment furnished under this section whether said equipment is or is not made by the Manufacturer. Spare parts list shall include only spare parts recommended for the first year of operation and a current price list for the Owner to choose which parts will be purchased. PART 2 PRODUCTS 2.01 MATERIALS A. General 1. Valves and appurtenances shall have the Manufacturer's name, flow directional arrows, size, and working pressure for which they are designed, cast in raised letters upon appropriate part of the valve body. 2. Valves shall have a minimum working pressure of 250 psi or be of the same working pressure as the pipe they connect to, and suitable for the pressures noted where they are installed. 3. Joints, size and material, unless otherwise noted or required by the Owner's Representative: a. All joints referred to herein shall be of the same type as the pipe or fittings they are connected to. CORP2000479 40 05 65-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION VALVES FOR PUMP CONTROL AND CHECK SERVICE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 b. Valves and appurtenances shall be of the same nominal diameter as the pipe or fittings they are connected to. B. Swing Check Valves 1. Swing Check valves shall be side mounted external arm with air cushioned control. 2. Swing Check Valve with Air Cushion Control a. Referenced Standard: AWWA C508. b. Non-shock working pressure at 100°F: 250 psig unless shown otherwise. c. End connections: Flanged. d. Body: Full ported cast iron (ASTM A126- Gr. B). e. Cover: Bolted, cast iron (ASTM A126- Gr. B). f. Disc: Cast iron (ASTM A126- Gr. B). g. Disc Arm: Ductile iron (ASTM A536) h. Disc Seat: Buna-N. i. Shaft: Stainless steel, type 18-8 extending both sides of the body with a lever and weight, using an air cushion cylinder side mounted. j. Body seat ring: Aluminum bronze (ASTM B148). k. Cover bolts and trim to be stainless steel, type 316. I. Pneumatic cylinder: aluminum. m. Operator: Adjustable lever arm with weight and air cushion dashpot with adjustable closing speed. The air cushion cylinder shall be constructed of corrosion resistance material and the piston shall be totally enclosed within the cylinder and not open at one end. The cushion cylinder assembly shall be externally attached to the right side of the valve body looking downstream and be adjustable to cushion the closure of the valve. Cushioning shall be by air trapped in the cushion cylinder which shall be fitted with a one way adjustable control check valve to cushion disc contact to the seat at the shut-off point. The bottom cylinder head shall be swivel mounted and not rigid to follow the change of angular force as the lever rises or lowers to open or close the check valve. C. Tilting Disc Check Valves 1. Tilting disc check valves may be used in place swing check valves. Contractor must furnish similar type valve (swing of tilting disc) for all pumps of particular type (i.e., all transfer pump discharge check valves shall be either swing or tilting disc. Contractor may not furnish mixture of check valve types). 2. All tilting disc check valves of sizes six inches and larger shall have materials of construction described as follows: CORP2000479 40 05 65-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION VALVES FOR PUMP CONTROL AND CHECK SERVICE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 -Component Material Specification Body Cast Iron ASTM A126, Grade B Disc (2"thru 10") Bronze ASTM B584, C83600 Aluminum Bronze ASTM B148, Copper Alloy No. 954 Disc 12"and Larger) Ductile Iron ASTM A536 Seat Ring and Disc Bronze ASTM A271 (Alloys C92200) -Ring Aluminum Bronze ASTM B271, Copper Alloy No. 954, 955 Pivot Pins Aluminum Bronze ASTM B150, Alloy 2 ASTM B505, Alloy No. 955 Stainless Steel ASTM A582, Type 303 Bushings Stainless Steel ASTM A269, Type 304 Aluminum Bronze ASTM B505, Alloy No. 954 Ends shall be flanged. The body shall be of two-piece construction, bolted at the center to hold the seat at an angle of 55 degrees. The area throughout the valve body shall equal the full pipe area. 3. Provide top mounted dashpot. The dashpot shall be provided with a coupling for easy removal and maintenance while the check valve is under pressure. The dashpot shall be a self-contained oil system, separate and independent from the water line media. The oil reservoir for closing cycle shall be open to the atmosphere with an air breather cap to prevent dust and other media from contaminating the oil. The oil reservoir for the opening cycle shall be equipped with a pressure gauge and pneumatic air valve. Dashpot shall have two control flow rates. The first stage controls 90% of the disc closure and the second stage controls the final 10% closure. All controls shall be independent and field adjustable. 4. All tilting disc valves shall be rated for a minimum of 150 psi design pressure. 5. A 3-inch disc by-pass with a 3-inch ball valve shall be provided for all valves. 6. All check valves 30-inches and larger must be fitted with drain valve and pressure gauge connection on discharge end as shown on the drawings. 7. Each valve shall have an external position indicator. 8. Grease fittings shall be provided for pivot and snubber rod lubrication. 9. Acceptable Manufacturers: a. Crispin. b. Val-Matic D. Shop Coating 1. Valves and appurtenances requiring painting shall be painted and/or coated by suitable material to prevent rust on components until the time of installation and as noted in Section 09 90 00 — Painting and Coating, if not covered herein or in the Standard Specification noted. All items exposed to view, including in vaults shall have the exterior prepared as noted in Section 09 90 00 — Painting and Coating. 2. All coating in contact with the potable water shall be approved for potable water immersion service per ANSI/NSF Standard 61. CORP2000479 40 05 65-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION VALVES FOR PUMP CONTROL AND CHECK SERVICE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 PART 3 EXECUTION 3.01 INSTALLATION A. Valves and appurtenances shall be installed per Manufacturer's instruction in the locations shown. Where installation is covered by a referenced standard specification, installation shall be in accordance with that specification, except as herein modified. B. Items shall be carefully inspected for defects in construction and materials; debris and foreign material cleaned out of valve openings, etc.; operating mechanisms operated to check their proper functioning, and nuts and bolts checked for tightness. Valves and other equipment, which do not operate easily, or are defective, shall be repaired or replaced. C. Unless otherwise noted,joints for items shall be made up utilizing the same procedures as specified under the applicable-type connecting pipe system. 3.02 FIELD TESTING A. Check valves shall be field tested per manufacturer recommendations and corrected for any of deficiencies. 3.03 FIELD PAINTING A. Field painting is specified under Division 09 — Finishes. B. Field painting shall include touch ups where required. 3.04 CLEANING A. All items (including valve interiors) shall be cleaned prior to installation, testing, disinfections, and final acceptance. B. Disinfection 1. Disinfection of valves and appurtenances on all potable water lines shall be performed in accordance with Division 40 — Process Interconnections prior to placing the valves and pipelines in service. END OF SECTION CORP2000479 40 05 65-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION VALVES FOR PUMP CONTROL AND CHECK SERVICE DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 40 05 67 SPECIALIZED PRESSURE AND FLOW-CONTROL VALVES PART 1 GENERAL 1.01 SCOPE OF WORK A. This specification covers automatically acting valves used for the purpose of controlling pressures and flow in pipelines. B. The CONTRACTOR shall furnish all labor, materials, equipment, and incidentals to perform all necessary installation and testing to complete the work described herein. C. Equipment shall be assembled and placed into proper operating condition in conformance with the drawings, engineering data, instructions, and recommendations of the equipment manufacturer, unless exceptions are noted by the plans and specifications. D. Each item shall be furnished and installed complete with all mechanical and electrical equipment required for proper operation, all components indicated on the drawings or specified, and all additional materials or construction required by the design of the system. E. The City has purchased equipment to be used for this project. Purchase Orders (POs) are attached at the end of each of the pre-purchased equipment specification. The Contractor shall provide Services for all equipment provided by the Owner, as specified in Section 01 64 00 — Owner-Furnished Products as well as elsewhere in the Contract Documents. 1.02 RELATED WORK A. Division 26 — Electrical B. Division 40 — Process Interconnections 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Submittals required after award of contract and prior to shipping: 1. Technical bulletins and brochures 2. Certification of compliance with specifications 3. Fabrication drawings 4. Manufacturer specifications 5. Cavitation chart showing flow rate, differential pressure, percentage of valve opening, Cv factor, and system velocity. C. Submittals required as soon as practical after generation, and prior to installation and testing CORP2000479 40 05 67-1 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SPECIALIZED PRESSURE AND FLOW-CONTROL VALVES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1. Shop Test Reports. D. Submittals required prior to final walkthrough 1. Operation & Maintenance Manual. 2. Complete parts list E. Submit certified shop drawings, manufacturer's specifications, catalog data, descriptive literature, illustrations, and other materials as may be deemed necessary for proper appraisal of quality and function. Submission includes factory work sheets which identify each piece of equipment as specified hereinafter. F. Material submitted for review contained in one submission. Partial submittals will not be reviewed. Sales bulletins or other general publications are not acceptable as submittals for review except where necessary to provide supplemental technical data. G. Mark drawings and data to show only items applicable to work herein specified. Show all data including nozzle schedule, bill of materials, rated capacities, materials of construction, layouts, and construction details. Show dimensions, mounting, and external connection details on all drawings. H. Number and identify equipment to correspond with terminology on drawings. Use numbers on all submittal sheets and shop drawings. I. Submit operating and maintenance instructions and separate parts lists. Operating instructions shall also incorporate a functional description of entire system including system schematics which reflect "as-built" modifications. Clearly define special maintenance requirements particular to system along with special calibration and test procedures, and safety and material handling considerations. 1.04 REFERENCE STANDARDS A. The following standards are listed for references. Other standards may also apply. 1. ASME/ANSI B16.5: Pipe Flanges and Flanged Fittings 2. ASME/ANSI B16.42: Ductile Iron Pipe Flanges and Flanged Fittings 3. ASTM A536: Ductile Iron Casings 4. ASTM B62: Composition Bronze or Ounce Metal Castings 5. AWWA C110: Ductile Iron and Gray Iron Fittings 6. AWWA C115: Flanged Ductile Iron Pipe with Ductile Iron or Gray Iron Threaded Flanges 7. AWWA C116: Protective Fusion-Bonded Epoxy Coatings for the Interior and Exterior Surfaces of Ductile-Iron and Gray Iron Fittings for Water Supply Service 8. AWWA C153: Ductile Iron Compact Fittings 9. AWWA C530: Pilot Operated Control Valves 10. AWWA C550: Protective Interior Coatings for Valves and Hydrants 11. NSF/ANSI 61: Drinking Water System Components 1.05 QUALITY ASSURANCE A. Manufacturer's Qualifications 1. All work shall comply with the General Conditions CORP2000479 40 05 67-2 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SPECIALIZED PRESSURE AND FLOW-CONTROL VALVES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 2. Equipment supplied shall be of manufacturer's latest and proven design, compatible with functions required. Supplier shall be regularly engaged in the manufacture of pilot operated control valves having similar service and size. The valves covered by this specification are intended to be standard equipment that has proven ability and shall be new and free from defects or contamination. 3. All equipment from manufacturers not included in this specification will be considered a substitution, and the CONTRACTOR will be required to submit a formal substitution request. The Owner shall be the sole judge of the acceptability of any substitution requested. If the substitution request is found to be unacceptable by the Owner, then the CONTRACTOR shall provide the listed equipment at no additional expense to the Owner. The CONTRACTOR shall be responsible for any delays as a result of a substitution request. 4. Equipment from a manufacturer not included in this specification must still conform to all specifications and must undergo the standard submittal review process. 5. Components furnished shall be consistent with the manufacturer's standard for the intended service. 6. All equipment specified under this section shall be furnished by the equipment manufacturer who shall be responsible for the adequacy and compatibility of all components, including but not limited to the valve body, actuator, pilot system, and any electronic components. Any component of each complete unit not provided by the equipment manufacturer shall be designed, fabricated, tested, and installed by the factory authorized representatives experienced in the design and manufacturer of the component. This requirement does not relieve the CONTRACTOR of the overall responsibility for this portion of the work. B. Acceptable Manufacturers 1. The equipment supplied shall be the latest standard product of a manufacturer regularly engaged in the production of pilot operated control valves, and shall be as manufactured by: a. Bermad b. Cla-Val c. Ross Valve C. Services of Manufacturer's Representative 1. The CONTRACTOR shall coordinate the work schedule of the manufacturer's service personnel during construction, testing, start-up, and acceptance. 2. Provide services of factory-trained representative, specifically trained on type of equipment specified. Submit qualifications of representative for approval prior to start-up and training. If difficulties in operation during start-up, testing, calibration, or instruction, additional time shall be provided at no cost to the owner to complete the necessary work. (Hourly requirements listed below are exclusive of travel time, and do not relieve CONTRACTOR of obligation to provide sufficient service to place equipment in satisfactory operation.) a. Installation: to assist in location of anchor bolts; setting, leveling, field erection, etc.; coordination of piping, electrical, miscellaneous utility connections: 8 hours b. Start-up, testing, and calibration: 8 hours c. Operation and maintenance instruction, including use and explanation of manual: 8 hours CORP2000479 40 05 67-3 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SPECIALIZED PRESSURE AND FLOW-CONTROL VALVES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 d. Service-inspection during the first year of operation, for use at Owner's request and exclusive of repair, malfunction, or other trouble-shooting service calls: 8 hours (not anticipated as consecutive.) 3. Time and materials used to correct defective equipment at no cost to Owner and in addition to time periods specified above. 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, STORAGE AND HANDLING A. The CONTRACTOR is expressly directed to make themselves, their workers, and their subcontractors familiar with the hazards involved in handling the equipment and all components, and to cause all safety precautions to be taken. B. Packing: 1. All parts shall be property protected so that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the equipment is read for operation, including periods of storage on the site. 2. The packing and protection shall be accomplished in such a way as to allow easy identification of the individual components without damaging the protection of those components. 3. Exposed finished surfaces, such as flanges, shall be protected by wooden blank flanges or similar, strongly built and securely bolted thereto. 4. Finished iron or steel surfaces not painted shall be properly protected to prevent rust and corrosion 5. Plastic and other materials that are brittle or subject to degradation shall be protected for direct exposure to the sun, extremes in temperature, or any other condition that may cause damage, degradation, or deformation. C. Shipping: 1. Ship equipment, material, and spare parts complete except where partial disassembly is required by transportation regulations or for protection of components. 2. Pack spare parts in containers bearing labels clearly designating contents and pieces of equipment for which intended. 3. Deliver spare parts at same time as pertaining equipment. Deliver to Owner after completion of work. D. Receiving: 1. All material shall be checked immediately on receipt to ensure no damage has occurred during shipment. In the event of damage, CONTRACTOR shall obtain replacement components at no additional cost to Owner and in a prompt manner to prevent delays to the schedule 2. Following receipt CONTRACTOR shall store all equipment in a secure manner to prevent loss or damage. CORP2000479 40 05 67-4 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SPECIALIZED PRESSURE AND FLOW-CONTROL VALVES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1.08 MAINTENANCE/SPARE PARTS A. Furnish and deliver to Owner at site of work the following spare parts, all of which are identical and interchangeable with parts installed in system: 1. One (1) set of spare gaskets, seals, o-rings, etc. (all types) 2. One (1) spare valve control panel 3. One (1) spare transmitter 4. Two (2) solenoids B. Provide all other manufacturer's recommended spare parts necessary to maintain each unit in operation for period of one year. C. Pack in containers bearing labels clearly designating contents and pieces of equipment for which they are intended. D. Deliver spare parts at same time as equipment to which they pertain. CONTRACTOR shall properly store and safeguard such spare parts until completion of work, at which time they shall be delivered to Owner. 1.09 WARRANTY/EXTENDED WARRANTY A. The manufacturer shall warrant the equipment and accessories against material and workmanship defects for a period of two (2)years which starts on the date of Substantial Completion of the Project. The CONTRACTOR shall submit the manufacturer's warranty document before final acceptance. PART 2 PRODUCTS 2.01 MATERIALS A. General 1. CONTRACTOR to provide an integrated system with components supplied by one manufacturer who provides all equipment and appurtenances and is responsible to CONTRACTOR for operation. 2. The CONTRACTOR shall furnish and install control valves, tubing, solenoid valves, controls, wiring, and appurtenances, complete and operable, in accordance with these Contract Documents. 3. Construction of control valves shall conform to the following requirements as listed in this specification. B. Valves 1. The valves shall be hydraulically operated, single diaphragm, control valve with full size internal port. Either globe or Y-pattern configuration is acceptable for installation in horizontal runs of pipe. 2. The valve body shall consist of three major components: the body (with seat installed), the cover, and the diaphragm assembly (including the diaphragm, shaft, and seal). A separate pilot system shall also be incorporated to provide necessary control of the valve. CORP2000479 40 05 67-5 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SPECIALIZED PRESSURE AND FLOW-CONTROL VALVES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 3. The diaphragm assembly shall form a sealed chamber in the upper portion of the valve and be guided by means of bushing(s) or guides. Packing glands and/or stuffing boxes are not permitted, and there shall be no pistons operating the main valve. 4. The diaphragm assembly shall be the only moving part and shall be securely mounted on a stem of sufficient diameter to withstand high dynamic pressures. 5. When closed the valve shall form a drip-tight seal between the stationary seat ring and the resilient disk. 6. Valve shall operate with non-slam closing under all conditions. 7. Valve body and cover shall be manufactured of cast material; no fabrication or welding shall be used in the manufacturing process. 8. Valve assembly and all wetted components shall have NSF 61 certification. 9. Materials of construction: a. Valve Body & Cover: Cast Ductile Iron (ASTM A536) b. Stem: 316 SS c. Seat Ring: 316 SS d. Trim: 304/316 SS e. Bolts: 316 SS f. Tubing & Fittings: 316 SS g. Resilient Disk: Buna-N (NBR) or EPDM h. Pressure Rating: 150 psi 10. Ambient Temperature Range: -40 to + 180 OF 11. Operating Fluid: Potable Water 12. Installation Location: Suitable for outdoors 13. End Connections: ASME B16.42 Class 150 flanges 14. Valves shall have a protective fusion bonded epoxy coating internally and externally, 10 mil thick, and consistent with Section 09 90 00. The epoxy coating shall conform to the AWWA C550 and NSF 61. No machining of any external parts after final coating will be acceptable to ensure a continuous coating surface throughout the entire valve. 15. Diaphragm shall be of flexible, non-wicking, FDA/NSF approved material consisting of synthetic rubber compatible with the operating fluid. The diaphragm shall be fully supported in the valve body and cover by machined surfaces in the fully open and closed positions. 16. The seat ring shall be easily replaceable without special tools. 17. The resilient disk shall have a rectangular cross-section. No 0-ring type disks (circular, square, or quad-type) shall be permitted as the seating surface. The disk retainer shall be of a sturdy one-piece design capable of withstanding opening and closing shocks. 18. All repairs and maintenance shall be possible without removing the valve from the line. To facilitate easy removal and replacement of the diaphragm assembly and to reduce unnecessary wear on the guide, for globe and angle configurations the stem shall be vertical when the valve is mounted in a horizontal line. For Y-pattern valves the stem shall be in a comparable position. 19. Each valve shall be air or hydraulically tested prior to shipment. The standard test shall include leakage test, seat leakage test, and stroke test. Where the set-point is provided, manufacturer will preset the pilot. CORP2000479 40 05 67-6 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SPECIALIZED PRESSURE AND FLOW-CONTROL VALVES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 C. Accessories 1. All control valves shall have the following accessories, where included as standard or options: a. Opening Speed Control. b. Closing Speed Control. c. Tubing Isolation Valves. d. Stainless Steel Tubing & Fittings. e. Valve must vent to atmosphere. f. Y-Strainer(s) on tubing. g. Local Visual Position Indicator. h. Valve Position Transmitter. 2. Valve and fittings shall be configured with Heat Tracing & Insulation for outdoor installation when outdoor installation is indicated in the drawings. D. Solenoid: 1. Control valves supplied shall be capable of operation by solenoid valve for purposes of remote actuation where so indicated in the plans. 2. The electronic solenoids shall initiate hydraulic opening/closing of the valve. The valve shall conform to the following specifications: a. Configuration: One normally Closed solenoid and one Normally Open solenoid. The solenoid valves will actuate a pair of 3/4" 2-way hydraulic relay valves. b. Enclosure: NEMA 4 c. Power: 120V AC 60 Hz and shall have manual operators. d. Energize/Fail Position: Coordinate with Manufacturer. e. Body & Cover: Stainless Steel f. Pressure Rating: adequate to meet the working and transient/ test pressures. g. Trim: Stainless Steel h. Rubber Material: Buna-N i. Adjustment Range 0-100 psi 3. The valve shall be factory assembled with all control tubing, opening, and closing speed controls, isolations ball valves, control filter, solenoids, and hydraulic relay valves. 2.02 CONTROL PANEL VALVE CONTROLLER A. Provide a manufacturer's standard NEMA 4X Stainless Steel valve control panel. B. The panel shall be UL listed and labeled. C. The panel shall provide the I/O signals as shown on the P&IDs and as described in Division 40. D. Valve control panel shall be 120V AC. E. Provide valve controller or PLC-based controller and installed the controller inside the valve control panel. CORP2000479 40 05 67-7 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SPECIALIZED PRESSURE AND FLOW-CONTROL VALVES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 F. Provide graphic touch screen or display with keypad to show valve status, alarm and parameter set points. G. If PLC-based controller, provide one copy of PLC program software and license to the City. Provide PLC programming special cable and adaptor if required. H. If PLC-based controller, provide PLC application software to City. The PLC program shall not have any password protection. I. The graphic display operation screen shall use City color scheme listed if possible. J. Submittal: provide a complete valve controller submittal for City and Engineer review. The submittal shall include panel drawings, bill of material, control IO drawings and operation manual. K. Provide following valve controls: 1. Valve shall have Local-Off-Remote mode on the touch screen or physical select switch installed on the panel. a. When switch at Local mode, the valve shall provide Local Manual mode and Local Auto mode (i) Local Manual mode: provide valve position setpoint and valve shall be opened to desired position setpoint. (ii) Local Auto mode: provide system pressure setpoint on the touch screen, valve controller shall provide PI control to maintain system pressure to desired pressure setpoint. b. When switch is Remote mode, valve will be controller by SCADA. SCADA will send valve position setpoint and valve shall go to desired SCADA position. 2. System pressure signal will be provided to the valve controller for valve system pressure control. PART 3 EXECUTION 3.01 INSTALLATION A. Install all equipment in accordance with manufacturer's instructions and as indicated in plans. B. Prior to testing and start-up, inspect the installation to verify the system is ready for complete testing and calibration. Manufacturer factory representative to check and approve installation. On approval of installation, representative shall address a letter to the Owner stating that the valves are installed per the manufacturer's recommendations and outlining all installation and start-up procedures. C. Coordination 1. Coordinate with operations regarding all modifications to the existing facilities. 2. Coordinate with Division 40 — Process Interconnections regarding requirements of control valves. D. Training CORP2000479 40 05 67-8 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SPECIALIZED PRESSURE AND FLOW-CONTROL VALVES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1. Furnish training to Owner's personnel on operation and maintenance of all installed components, to be provided by manufacturer's representative and at a time and place to be coordinated with Owner. E. Demonstration/Acceptance 1. After installation of equipment in the presence of the Owner, operate each unit to demonstrate its ability to operate without leakage and to perform its specified functions satisfactorily. F. Startup 1. No form of energy shall be turned on to any part of the system prior to receipt by Owner of certified statement of approval of installation from CONTRACTOR containing his supplier's authorization to energize system, except that supplier's servicemen may do so for purposes of check-out. 3.02 FIELD TESTING A. After installation, and in presence of the Owner, test all components for tightness in acceptable manner. Furnish suitable testing plugs or caps, all necessary pipe connections, test fluids, gauges, other equipment, and all labor required for these tests. B. Remove or isolate (valve off) from lines all instrumentation and appurtenant equipment which is incapable of withstanding the test pressures (e.g., rotometers). C. At the time of the tests make all adjustments necessary to place equipment in satisfactory working order. D. Repair or replace as necessary and retest all items failing to pass required tests at no additional cost to Owner. E. Clean, repair to satisfaction of the Owner, or replace all equipment or property damaged by testing procedures at no additional cost to the Owner. 3.03 CLEANING A. Carefully clean all installed equipment in a manner consistent with potable water service. B. Dismantle and clean new valves and other equipment before use. If packings are oily or dirty, repack valves with manufacturer's recommended packing. C. Clean all piping in a manner acceptable by the Owner prior to testing. END OF SECTION CORP2000479 40 05 67-9 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SPECIALIZED PRESSURE AND FLOW-CONTROL VALVES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 //d. \ ORDERPURCHASE /. PO 70851-0-C PG THE ABOVE PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPMENTS,BIL-S,INVOICES AND CORRESPONDENCE.COPIES OF PACKING SLIPS MUST ACCOMPANY ALL SHIPMENTS AND INVOICES. DATE: 09/21/2021 FAILURE TO COMPLY WILL RESULT IN DELAYED PAYMENT OF INVOICES. City of Corpus Christi Accounts Payable F150159 BILL TO: ' PO Box 9277 TO VICTAULIC BERMAD LLC Corpus Christi TX 78469-9277 10600 Telge Rd AccountsPayable@cctexas.com Ste 200 Tax ID:74-6000574 L Houston TX 77095 SHIPTO: Capital Programs 1201 Leopard St 3rd Floor Corpus Christi TX 78401 This purchase order is subject to all terms and conditions on face and/or enclosed. TERMS Net 30 SHIP VIA SHIP TERMS FOB Destination UNIT EXTENDED FRT TERMS PRICE PRICE LINE QUANTITY UOM ITEM DESCRIPTION 1 141,516.0000 EA HOLLY/RAND MORGAN EST IMPLT. 1.00000 $141,516.00 HOLLY/RAND MORGAN EST IMPLT. Purchase Order Summary Goods Total: 141,516.00 Order Total: 141,516.00 Buyer Contact: Contracts and Procurement Phone: 361-826-3160 Total Amount: $141,516.00 Email: ContractsandProcurement@cctexas.com 1. Invoices must cover no more than one purchase order 2. Purchase price must not be increased except on written authority 3. Material which does not meet specification will be returned at vendor's expense 4. Vendor guarantees protection to buyer from all patent infringement or suit pursuant to this order 5. The terms and conditionals of this Purchase Order apply only to the extent that they are not inconsistent with the terms and conditions of a separate service or supply agreement between the parties. Page: 1 of 2 CITY OF CORPUS CHRISTI DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 IASING DIVISION STANDARD PURCHASE TERMS AND CONDITIONS Seller and City agree as follows 1. SELLER TO PACKAGE GOODS Seller will package goods in accordance with good commercial practice. Each shipping container shall be clearly and permanently marked as follows: (a)Seller's name and address;(b)Consignee's name,address and purchase order or purchase release number and the supply agreement number if applicable;(c)container number and total number of containers,e.g.box 1 of 4 boxes;and(d)the number of the container bearing the packing slip. Seller shall bear cost of packaging unless otherwise provided. Goods shall be suitably packed to secure lowest transportation costs and to conform to requirements of common carriers and any applicable specifications. City's count or weight shall be final and conclusive on shipments not accompanied by packing lists. 2. SHIPMENT UNDER RESERVATION PROHIBITED Seller is not authorized to ship the goods under reservation and no tender of a bill of lading will operate as a tender of goods. 3. TITLE&RISK OF LOSS The title and risk of loss of the goods shall not pass to City until City actually receives and takes possession of the goods at the point or points of delivery. 4. DELIVERY TERMS AND TRANSPORTATION CHARGES F.O.B.destination unless delivery terms are specified otherwise in bid. City agrees to reimburse Seller for transportation costs in the amount specified in Seller's bid,or actual costs,whichever is lower,if the quoted delivery terms do not include transportation costs,provided City shall have the right to designate what method of transportation shall be used to ship the goods. 5. NO REPLACEMENT OF DEFECTIVE TENDER Every tender or delivery of goods must fully comply with all provisions of this contract as to time of delivery,quality and the like. If a tender is made which does not fully conform,this shall constitute a breach and Seller shall not have the right to substitute a conforming tender,provided,where the time for performance has not yet expired,the Seller may reasonably notify City of his intention to cure and may then make a conforming tender within the contract time but not afterward. 6. PLACE OF DELIVERY The place of delivery shall be that set forth in the block of the purchase order labeled"Ship To." Any change thereto shall be effected by modification as provided for in Clause 20 hereof entitled"Modifications." The terms of this agreement are"no arrival,no sale." 7. INVOICES&PAYMENTS a. Seller shall submit separate invoices,in duplicate,on each purchase order or purchase release after each delivery. Invoices shall indicate the purchase order or purchase release number and the supply agreement number if applicable. Invoices shall be itemized and transportation charges,if any,shall be listed separately. A copy of the bill of lading,and the freight waybill when applicable,should be attached to the invoice. Mail to:Accounts Payable,City of Corpus Christi,P.O.Box 9277,Corpus Christi,Texas 78469. Payment shall not be due until the above instruments are submitted after delivery. b. City's obligation is payable only and solely from funds available for the purpose of this purchase. Lack of funds shall render this contract null and void to the extent funds are not available,and any delivered but unpaid for goods will be returned to Seller by City. C. Do not include Federal Excise,State or City Sales Tax. City shall furnish tax exemption certificates upon request. d. Payment terms are net 30 days after the goods are provided or services are completed,as required,or a correct invoice is received,whichever is later. 8. GRATUITIES The City may,by written notice to the Seller,cancel this contract without liability to Seller if it is determined by City that gratuities,in the form of entertainment,gifts,or otherwise,were offered or given by the Seller,or any agent or representative of the Seller,to any officer or employee of the City with a view toward securing a contract or securing favorable treatment with respect to the awarding or amending,or the making of any determinations with respect to the performing of such a contract. In the event this contract is cancelled by City pursuant to this provision,City shall be entitled,in addition to any other rights and remedies,to recover or withhold the amount of the cost incurred by Seller in providing such gratuities. 9. SPECIAL TOOLS&TEST EQUIPMENT If the price stated on the face hereof includes the cost of any special tooling or special test equipment fabricated or required by Seller for the purpose of filling this order,such special tooling equipment and any process sheets related thereto shall become the property of the City and to the extent feasible shall be identified by the Seller as such. 10. WARRANTY-PRICE a. The price to be paid by the City shall be that contained in Seller's bid which Seller warrants to be no higher than Seller's current prices on orders by others for products of the kind and specification covered by this contract for similar quantities under similar or like conditions and methods of purchase. In the event Seller breaches this warranty,the prices of the items shall be reduced to Seller's current prices on orders by others,or in the alternative,City may cancel this contract without liability to Seller for breach or Seller's actual expense. b. The Seller warrants that no person or selling agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for commission, percentage,brokerage,or contingent fee excepting bona fide employees of bona fide established commercial or selling agencies maintained by the Seller for the purpose of securing business. For breach or violation of this warranty the City shall have the right in addition to any other right or rights to cancel this contract without liability and to deduct from the contract price,or otherwise recover the full amount of such commission,percentage,brokerage or contingent fee. 11. WARRANTY-PRODUCT Seller shall not limit or exclude any implied warranties and any attempt to do so shall render this contract voidable at the option of the City. Seller warrants that the goods furnished will conform to the specifications,drawings,and descriptions listed in the bid invitation,and to the sample(s)furnished by Seller,if any. In the event of a conflict between the specifications,drawings,and descriptions,the specifications shall govern. 12. SAFETY WARRANTY Seller warrants that the product sold to City shall conform to the standards promulgated by the U.S.Department of Labor under the Occupational Safety and Health ACT(OSHA). In the event the product does not conform to OSHA standards,City may return the product for correction or replacement at the Seller's expense. In the event Seller fails to make the appropriate correction within a reasonable time,correction made by City will be at Seller's expense. 13. NO WARRANTY BY CITY AGAINST INFRINGEMENTS As part of this contract for sale Seller agrees to ascertain whether goods manufactured in accordance with the specifications attached to this contract will give rise to the rightful claim of any third person by way of infringement or the like. City makes no warranty that the production of goods according to the specification will not give rise to such a claim,and in no event shall City be liable to Seller for indemnification in the event that Seller is sued on the grounds of infringement or the like. If Seller is of the opinion that an infringement or the like will result,he will notify City to this effect in writing within two weeks after the signing of this contract. If City does not receive notice and is subsequently held liable for the infringement or the like,Seller will hold City harmless. If Seller in good faith ascertains that production of the goods in accordance with the specifications will result in infringement or the like,this contract shall be null and void except that City will pay Seller the reasonable cost of his search as to infringements. 14. RIGHTS OF INSPECTION City shall have the right to inspect the goods at delivery before accepting them. 15. CANCELLATION City shall have the right to cancel for default all or any part of the undelivered portion of this order if Seller breaches any of the terms hereof including warranties of Seller or if Seller becomes insolvent or commits acts of bankruptcy.Such right of cancellation is in addition to and not in lieu of any other remedies which City may have in law or equity. 16. TERMINATION The performance of work under this order may be terminated in whole,or in part by the City in accordance with this provision. Termination of work hereunder shall be effected by the delivery to the Seller of a"Notice of Termination"specifying the extent to which performance of work under the order is terminated and the date upon which such termination becomes effective. Such right of termination is in addition to and not in lieu of the rights of City set forth in Clause 15,herein. 17. FORCE MAJEURE Neither party shall be held responsible for losses resulting if the fulfillment of any terms or provisions of this contract is delayed or prevented by any cause not within the control of the party whose performance is interfered with,and which by the exercise of reasonable diligence said party is unable to prevent. 18. ASSIGNMENT-DELEGATION No right or interest in this contract shall be assigned or delegation of any obligation made by Seller without the written permission of the City. Any attempted assignment or delegation by Seller shall be wholly void and totally ineffective for all purposes unless made in conformity with this paragraph. 19. MODIFICATIONS This contract can be modified or rescinded only by a writing signed by both of the parties or their duly authorized agents. 20. INTERPRETATION-PAROL EVIDENCE This writing is intended by the parties as a final expression of their agreement and is intended also as a complete and exclusive statement of the terms of their agreement. No course of prior dealings between the parties and no usage of the trade shall be relevant to supplement or explain any term used in this contract. Acceptance or acquiescence in a course of performance rendered under this contract shall not be relevant to determine the meaning of this contract even though the accepting or acquiescing party has knowledge of the performance and opportunity for objection. 21. APPLICABLE LAW This contract shall be governed by the laws of the State of Texas and any applicable federal laws. 22. ADVERTISING Seller shall not advertise or publish,without City's prior consent,the fact that City has entered into this contract,except to the extent necessary to comply with proper requests for information from an authorized representative of the federal,state or local government. 23. RIGHT TO ASSURANCE Whenever one party to this contract in good faith has reason to question the other party's intent to perform he may demand that the other party give written assurance of his intent to perform. In the event that a demand is made,and no assurance is given within five(5)days,the demanding party may treat this failure as an anticipatory repudiation of the contract. 24. EQUAL EMPLOYMENT OPPORTUNITY Seller agrees that during the performance of its contract it will: a. Treat all applicants and employees without discrimination as to race,color,religion,sex,national origin,marital status,age,or handicap. b. Identify itself as an"Equal Opportunity Employer"in all help wanted advertising or request. The Seller shall be advised of any complaints filed with the City alleging that Seller is not an Equal Opportunity Employer. 25. CONFLICTS OF INTEREST Seller agrees to comply with the conflict of interest provisions of state law and the City Charter and Code of Ordinances. Seller agrees to maintain current, updated disclosure of information on file with the City purchasing office throughout the term of this contract. Page: 2 of 2 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 VICTAULIC BERMAD TECHNOLOGIES 10600 Telge,Suite 200 Houston,TX 77095 ... 800 8216825 WORLD-LEADING PIPE-JOINING AND WATER CONTROL SOLUTIONS QUOTATION Quotation # Date: Reference #: 08202021SP Aug 20, 2021 Corpus Christi Holly and Rand Mrogan GST Contact: Nick Winkelmann P.E Customer: The City of Corpus Christi Phone- Fax- Email- hone:Fax:Email: NickW@cctexas.com Freight Terms Freight Allowed Regional Manager Scott Parker Currency USD ($) Sales Person Scott Parker Payment Terms Net 30 Territory Ship Method TRUCK-GND Lead Time 18-22 weeks ARO Thank you for the opportunity to quote the following: No. Catalog Number Qty Net Price Total 24" 718-03 2 $56,508.00 $113,016.00 1 Description: WW-24"M5-718-03-P2-Y-C-A5-EB-5AC-NN-NQV Control Panel 3 $8,500.00 $25,500.00 2 Description: Electronic Touchscreen Control Panel Start up per day 2 $1,500.00 $3,000.00 3 Description: $0.00 Description: $0.00 Description: $0.00 Description: Total Value of QUOTATION $141,516.00 •Please reference the above quotation on any subsequent purchase order. •Quote validity:60 days `AII orders must meet Bermad's Minimum Order Requirements(MOR). •All items listed subject to prior sale. •Shipping and handling charges will be applied to orders with net values less than$5,000.00 •Cancelled orders may be subject to cancellation fees at Bermad's discretion. •Returns require prior approval,buyer agrees to pay a 25%restocking fees for all approved returned products. •All orders are subject to Bermad's review and acceptance. •Orders must be submitted in writing on customer's own purchase order forms. •Bermad's terms of sale apply. No statements,clauses,or conditions contained in said order form will be binding on Bermad if they in any way modify our terms and conditions of sale. DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 40 05 93 COMMON MOTOR REQUIREMENTS FOR PROCESS EQUIPMENT PART 1 GENERAL 1.01 SCOPE OF WORK A. Equipment: This section specifies general requirements for fractional and integral horsepower electric motors 150hp and below with a voltage rating of 480VAC or below. Unless otherwise specified, provide motors meeting the basic requirements for high efficiency premium insulation general-purpose alternating current motors, as defined in NEMA MG 1. B. Unit Responsibility: Motors shall be furnished under other sections of this specification as a part of the driven equipment. The contractor is responsible for all coordination between the various components, as well as for the warranty. C. Exceptions: Exceptions to this section are listed in the various sections that specify motor-driven equipment or are indicated on the drawings. D. Motors connected to variable frequency drives shall be inverter duty rated; each bearing on the non-drive end shall be insulated. E. This specification does not cover Submersible Motors. 1.02 RELATED WORK A. Division 23 — Heating, Ventilation and Air Conditioning (HVAC). B. Division 26 — Electrical. C. Division 40 — Process Interconnections. 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Information: Include the following information on the attached motor data sheet. 1. Manufacturer. 2. Rated full load horsepower. 3. Rated volts. 4. Number of phases. 5. Frequency in hertz. 6. Locked rotor amperes (LRA) at rated voltage or NEMA code letter. 7. NEMA design letter. 8. Bearing Type. 9. Service Factor. CORP2000479 40 05 93-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON MOTOR REQUIREMENTS FOR PROCESS EQUIPMENT DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 10. Nominal speed at full load. 11. Full Load Amperes (FLA) 12. Efficiency at 1/2, 3/4 and full load. 13. Power factor at no load, 1/2, 3/4 and full load. 14. NEMA insulation system classification. For motors installed outdoors, include information showing compliance with the intent of paragraph 2.03D. 15. Corrosion duty rating 16. Fan, end bell cast evidence. C. Integral Horsepower Motors 40HP and Larger: In addition to the information listed above, include: 1. No load amperes. 2. Safe stall time. 3. Maximum guaranteed slip at full load. 4. Motor damage curves for motors larger than 100HP. 5. Motor manufacturer recommended maximum power factor correction capacitor KVAR. D. Include the motor data sheet at the end of this section in submittal. E. The motor manufacturer shall provide in writing that they have coordinated the motor data with VFD and or RVSS manufacturer and that the motor is suitable for VFD or RVSS application. F. Literature and drawings describing the equipment in sufficient detail, including parts list and materials of construction, to indicate full conformance with the Specifications. G. Submit a letter certifying full and complete compliance with the Specifications, Drawings and other project requirements. The letter shall list any exceptions or deviations from specified requirements, if any and reasons for same. Exceptions or deviation shall also be clearly marked in a separate color in submittals. 1.04 REFERENCE STANDARDS A. The following standards shall apply as if written here in their entirety: 1. ANSI/NEMA MG1 - Motors and Generators. 2. ANSI/UL 674(A) - Safety Standard for Electric Motors and Generators for Use in Hazardous Locations, Class II, Groups E, F and G. 3. ANSI/UL 674(B) - Safety Standard for Electric Motors and Generators for Use in Hazardous Locations, Class I, Groups C and D. 4. NFPA 70 - National Electrical Code (latest Edition). 5. IEEE 112 -Standard Test Procedure for polyphase induction motors and generators. 6. UL 1004 - Electric Motors. 7. ASTM B173 - Standard Specification for Rope-Lay-Stranded Copper Conductors Having Concentric-Stranded Members, for Electrical Conductors. CORP2000479 40 05 93-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON MOTOR REQUIREMENTS FOR PROCESS EQUIPMENT DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1.05 QUALITY ASSURANCE A. Manufacturer's Qualifications 1. The general construction of the motor and materials shall be similar to that used for motors of the same size and rating in continuous production for at least 15 years and successfully operating in the field in substantial quantities. Upon request,the manufacturer shall submit a copy of his Quality Assurance Manual detailing the quality control and quality assurance measures in place at his facility. 2. The manufacturer shall have available for audit detailed descriptions of the method by which his various manufacturing processes and production test are recorded, thus enabling the "traceability" of the completed motor. All steps in the manufacturing process, from receipt of raw material to the final tests, are to be included. Where multiple records are used, the method for cross-referencing shall be noted. B. Acceptable Manufacturers 1. The motor model shall be as listed and manufactured by one or more of the following manufacturers unless otherwise approved by the Engineer. a. General Electric. b. TECO/Westinghouse c. Siemens. d. Toshiba. e. US Motors. 1.06 SYSTEM DESCRIPTION / DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE A. Store in a clean, dry space. Maintain factory wrapping or provide an additional heavy canvas or heavy plastic cover to protect units from dirt, water, construction debris and traffic. B. Handle in accordance with manufacturer's written instructions. Lift only with lugs provided for the purpose. Handle carefully to avoid damage to components, enclosure and finish. 1.08 MAINTENANCE / SPARE PARTS (NOT USED) 1.09 EXTENDED WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components that fails in materials or workmanship within specified warranty period. B. Warranty Period: No less than the driven equipment warranty. CORP2000479 40 05 93-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON MOTOR REQUIREMENTS FOR PROCESS EQUIPMENT DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 PART 2 PRODUCTS 2.01 FABRICATION A. Rating 1. Speed and Size: a. Speed and horsepower sizes are specified in the driven equipment specification sections or are indicated on the drawings. b. Furnish motors sufficiently sized for the particular application and with full-load rating not less than required by the driven equipment at specified capacity. c. Size motors so as not to overload at any point throughout the normal operating range. d. Furnish dual speed motors of two speed, two winding type, when specified. 2. Frequency: 60 hertz. 3. Service Factor: 1.15 for all motors. B. Design Type 1. Motors Smaller Than 1/6 Horsepower: Provide single-phase 120 volts, induction motors with integral thermal protectors. 2. Motors 1/6 Through 1/2 Horsepower: Provide single-phase 120 volts, NEMA Design N, induction motors. 3. Motors Larger Than 1/2 Horsepower: Provide 3-phase, 480 volts NEMA Design B, induction motors unless specified otherwise. 4. Acceleration NEMA Time: If the calculated acceleration time of the combined motor and driven load exceeds 3 seconds at 90 percent of rated voltage, request review by the Engineer. Do not proceed with manufacturing without approval. 5. All induction motors shall have squirrel cage rotors. 6. Motor shall be suitable for outdoor environment. C. Motor Insulation and Winding 1. Class: Use a Class F insulation with temperature Rise of Class B or better, meeting the requirements of NEMA MG 1 and made of non-hygroscopic materials. The insulation shall be manufacturer's premium grade, resistant to attack by moisture, acids, alkalies, and mechanical or thermal shock for 480-volt motors. 2. All insulated winding conductors shall be copper. 3. Insulation for inverter duty motor shall meet or exceed the Pulse Endurance Index for magnetic wire and shall not be damaged when exposed to repeated pulse type wave forms, repetitive high voltage transients, switching frequency and rate of rise of the pulse. All bearings on the non-drive end shall be insulated. 4. Outdoor Suitability: all motors must be suitable for outdoor installation. D. Grounding Connections 1. Ground provisions shall be furnished per NEMA standard. 2. For motors less than 1/6 HP, each motor shall be furnished with provision for attaching a ground connection to the motor frame inside the motor terminal housing. CORP2000479 40 05 93-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON MOTOR REQUIREMENTS FOR PROCESS EQUIPMENT DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 E. Leads 1. For motor leads, use not less than ASTM B 173, Class G, stranded copper conductors with insulation the same as or better than specified in the preceding Motor Insulation paragraph. 2. Provide permanent identification numbers on leads according to NEMA MG1. 3. Use crimp-on, solderless tinned copper terminals on leads and place heat-shrink insulation sleeves or covers between leads and terminals. 4. Or approved equal. F. Enclosure 1. Use enclosure type as follows: a. Indoors: Totally enclosed, fan cooled (TEFC). b. Outdoors: Totally enclosed, fan cooled (TEFC), weatherproof. c. Class 1 Division 2 Area: Provide motors totally enclosed, non vented, explosion proof (TEFC-XP). d. Class 1 Division 1 Area: Provide motors rated for this class. e. Motors mounted vertically shall be provided with the rain/snow shield made of the same material as the motor frame. f. Motors shall have drain openings and plugs suitably located for the type assembly being provided. g. Motor shall be corrosion resistant and severe duty rated per IEEE 841. 2. TEFC motors shall have a cast iron frame, cast iron end brackets, cast iron bell frame, cast iron conduit box, tapped drain holes (erosion resistant plug for frames 286T(20HP) and smaller and automatic breaker/drain devices for frame 324T(25HP) and larger, and upgraded insulation by additional dips and baked to increase moisture resistance. G. Additional Requirements for Vertical motors 1. Solid shaft vertical motors are acceptable for all applications except when the connection to the driven equipment consists of sectional driven shaft which may unscrew and lengthen with direction reversal. 2. Hollow shaft vertical motors are acceptable for all applications when the thrust is in the direction to engage the coupling. 3. Hollow shaft vertical motors coupled to a sectional drive shaft with screwed joints shall have special coupling described as follows: a. Provide motors, except the explosion-proof type, with self-releasing couplings designed to disconnect motor from driven equipment and permit lengthening of drive shaft upon reversal of rotation. 4. Design vertical motor thrust bearings conservatively to carry maximum axial thrusts (up and down) imposed by driven equipment. 5. Vertical motors shall have grease or oil-lubricated bearings at both top and bottom. 6. Vertical motor bases shall be NEMA type P. 7. Provide hollow shaft vertical motors with a positive, non-reversing, corrosion- resistant anti-reverse ratchet mechanism. 8. Provide vertical motors with fan-end splash shields. CORP2000479 40 05 93-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON MOTOR REQUIREMENTS FOR PROCESS EQUIPMENT DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 H. Bearings 1. Motors smaller than 1/6 Horsepower: Motor manufacturer's standard bearing is acceptable. 2. Motors 1/6 Horsepower and Larger: Supply these motors with grease-lubricated antifriction ball bearings conservatively rated for 60,000 hours L10 minimum life of continuous operation under the total radial and thrust loads produced by the actual combination of motor-driven equipment. Provide each motor with suitable lubrication fittings and pressure relief devices. 3. Oil Lubricated: If the driven equipment section specifies oil-lubricated bearings for motors, include a suitable sight gauge on each bearing with maximum and minimum levels clearly indicated. 4. Unless specified otherwise in the driven equipment specifications. Motor bearing life shall be 60,000 hours L10 minimum life whichever is greater. I. Nameplates 1. Main Nameplate: Provide each motor with a stainless steel nameplate meeting the requirements of NEMA MG1 , and the National Electrical Code, Section 430-7. 2. Heater Nameplate: When space heaters are furnished, include voltage and wattage on a suitable nameplate. 3. Bearings Nameplate: When bearings are oil lubricated, include oil type information on a suitable nameplate. Also, indicate bearing data if nonstandard. 4. Attachment: Attach the nameplates to the motor with stainless steel fastening pins or screws. J. Identifications: 1. All motors shall be identified per Section 26 05 53. K. Conduit Box 1. Provide each motor not supplied with a cord and plug with a conduit box amply dimensioned for the motor lead terminations. Include a grounding lug on motors 1/6 horsepower and larger. Supply a gasket suitable for the motor enclosure type and application. 2. Provide an oversized box to facilitate wiring terminations. 3. Oversized terminal box shall have a volume greater than or equal to the next standard NEMA size box. 4. Terminals shall be tinned copper. L. Space Heaters 1. Provide space heaters in all motors 25HP and above. a. Use heaters hermetically sealed in stainless steel or equivalent corrosion- resistant sheaths. b. Heaters shall be rated for 240V, but will be operated at 120 volts. c. Braze heat-resistant insulated leads to the heater or supply heater with brazed leads and extend to the conduit box. M. Monitoring Devices CORP2000479 40 05 93-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON MOTOR REQUIREMENTS FOR PROCESS EQUIPMENT DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1. Motor shall be protected and be supplied with necessary monitoring devices per driven equipment specification and contract drawing. N. Paint 1. Shall be severe duty and shall have an epoxy coating per IEEE 841. 0. Motor Efficiencies 1. Three phase motors rated 1 Hp and larger shall be of the NEMA premium efficiency type. Efficiency values shall be based on tests performed in accordance with IEEE Publication No. 112, Method B. Motors with horsepower or rpm's not listed shall conform to comparable standards of construction and materials as those for listed motors. 2. Motor shall be severe duty rated for industrial application. PART 3 EXECUTION 3.01 INSTALLATION A. The Contractor shall make all electrical connections to equipment specified. Installation shall be made in compliance with manufacturer's recommendations and the Contract Drawings. If the Contract Drawings or drawings and recommendations from the Manufacturer are not available then installation shall proceed according to the best electrical industry and trade practice. B. Properly install and align motors in the locations shown, except motors which are factory mounted on the driven equipment. When the motor and equipment are installed, the nameplate must be in full view. C. Larger Motors 1. If a motor horsepower rating larger than indicated is offered as a substitute and accepted, provide required changes in conductors, motor controllers, overload relays, fuses, breakers, switches and other related items with no change in the contract price. 3.02 FIELD TESTING A. General: Provide all necessary instruments, labor and personnel required to perform motor inspection and testing. B. Inspection: Inspect all motors for damage, moisture, alignment, freedom of rotation, proper lubrication, oil leaks, phase identification and cleanliness, and report any abnormalities to Engineer before energizing. C. Energizing: After installation has been thoroughly checked and found to be in proper condition, with thermal overloads in motor controllers properly rated and all controls in place, energize the equipment at system voltage for operational testing. D. As a part of the testing procedure, the Contractor shall prepare a card for each motor, 20 HP and larger, installed on this contract. After each motor has been run to operating temperature, the motor shall be shut down and an insulation resistance shall be made, CORP2000479 40 05 93-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON MOTOR REQUIREMENTS FOR PROCESS EQUIPMENT DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 using a megohmmeter. Make the test immediately after shutdown. Record megohmmeter reading and winding temperature. Correct reading of insulation resistance to 40° C/104°F. Insulation resistance in megohms, corrected to 40° C, shall be at least equal to one (1) megohm for each 1000 volts applied. E. Testing shall be in accordance with Division 26. CORP2000479 40 05 93-8 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON MOTOR REQUIREMENTS FOR PROCESS EQUIPMENT DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 ELECTRIC MOTOR QUESTIONNAIRE Motor Data Manufacturer: Motor HP: Frame Enclosure: Type: RPM: Voltage: Phases: Hertz: Starting Method: Shaft: Size: Insulation Class: Duty: Full Load AMPS: No Load AMPS: Locked Rotor AMPS: Locked Rotor Time: Locked Rotor Torque: % Breakdown Torque: Locked Rotor KVA/HP: Rotor WK2 (Ib-ft2): NEMA Design: Service Factor: Inrush Current (%of Full Load): Max Safe Stalled Time (Seconds): Number of Safe Starts Per Day: Number of Consecutive Starts: *Full Load Temp Rise, degrees C over 40° C Ambient (at 1.0 S.F.): *Service Factor Temp Rise, degrees C over 40° C Ambient (at 1.15 S.F.): *Limiting Temperature Rise: Resistance (at 250C): Bearings: Type/Size Life Lubrication: Exhaust Air (CFM): Exhaust Air Temp Rise (°F): EFFICIENCY: POWER FACTOR:CURRENT 1.15 S.F. Load: 4/4 Load: 3/4 Load: 1/2 Load: 1/4 Load: *Temperature rise measured by embedded detectors and not by resistance. All Data Fields To Be Completed By The Motor Manufacturer CORP2000479 40 05 93-9 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION END OF SECTION COMMON MOTOR REQUIREMENTS FOR PROCESS EQUIPMENT DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 40 05 97 IDENTIFICATION FOR PROCESS EQUIPMENT PART 1 GENERAL 1.01 SCOPE OF WORK A. Section Includes: 1. Tag, tape and stenciling systems for equipment, piping, valves, pumps, ductwork and similar items, and hazard and safety signs. 1.02 RELATED WORK A. Division 09 — Finishes 1.03 SUBMITTALS A. Shop Drawings: 1. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. 2. Product technical data including: a. Catalog information for all identification systems. b. Acknowledgement that products submitted meet requirements of standards referenced. B. Identification register, listing all items in PART 3 of this Specification Section to be identified, type of identification system to be used, lettering, location and color. 1.04 REFERENCE STANDARDS A. Referenced Standards: 1. American Society of Mechanical Engineers (ASME): a. A13.1, Scheme for the Identification of Piping Systems. 2. Instrumentation, Systems, and Automation Society (ISA). 3. National Electrical Manufacturers Association/American National Standards Institute (NEMA/ANSI): a. Z535.1, Safety Color Code. b. Z535.2, Environmental and Facility Safety Signs. c. 2535.3, Criteria for Safety Symbols. d. Z535.4, Product Safety Signs and Labels. 4. National Fire Protection Association (NFPA): a. 70, National Electrical Code (NEC). 5. Occupational Safety and Health Administration (OSHA): a. 29 CFR 1910.145, Specification for Accident Prevention Signs and Tags. CORP2000479 40 05 97-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION IDENTIFICATION DEVICES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1.05 QUALITY ASSURANCE A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. W.H. Brady Co. 2. Panduit. 3. Seton. 4. National Band and Tag Co. 5. Carlton Industries, Inc. 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE (NOT USED) 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 EXTENDED WARRANTY (NOT USED) PART 2 PRODUCTS 2.01 MATERIALS A. Type Al - Round Metal Tags: 1. Materials: a. Aluminum or stainless steel. b. Stainless steel shall be used in corrosive environments. 2. Size: a. Diameter: 1-1/2 IN minimum. b. Thickness: 0.035 IN (20 GA) minimum. 3. Fabrication: a. 3/16 IN minimum mounting hole. b. Legend: Stamped and filled with black coloring. 4. Color: Natural. B. Type A2 - Rectangle Metal Tags: 1. Materials: Stainless steel. 2. Size: a. 3-1/2 IN x 1-1/2 IN minimum. b. Thickness: 0.036 IN (20 GA) minimum. 3. Fabrication: a. 3/16 IN minimum mounting hole. b. Legend: Stamped and filled with black coloring. 4. Color: Natural. C. Type A3 - Metal Tape Tags: 1. Materials: Aluminum or stainless steel. CORP2000479 40 05 97-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION IDENTIFICATION DEVICES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 2. Size: a. Width 1/2 IN minimum. b. Length as required by text. 3. Fabrication: a. 3/16 IN minimum mounting hole. b. Legend: Embossed. 4. Color: Natural. D. Type B1- Square Nonmetallic Tags: 1. Materials: Fiberglass reinforced plastic. 2. Size: a. Surface: 2 x 2 IN minimum. b. Thickness: 100 mils. 3. Fabrication: a. 3/16 IN mounting hole with metal eyelet. b. Legend: Preprinted and permanently embedded and fade resistant. 4. Color: a. Background: Manufacturer standard or as specified. b. Lettering: Black. E. Type B2 - Nonmetallic Signs: 1. Materials: Fiberglass reinforced or durable plastic. 2. Size: a. Surface: As required by text. b. Thickness: 60 mils minimum. 3. Fabrication: a. Rounded corners. b. Drilled holes in corners with grommets. c. Legend: Preprinted, permanently embedded and fade resistant for a 10 year minimum outdoor durability. 4. Color: a. Background: Manufacturer standard or as specified. b. Lettering: Black. 5. Standards for OSHA signs: NEMA/ANSI Z535.1, NEMA/ANSI Z535.2, NEMA/ANSI Z535.3, NEMA/ANSI Z535.4, OSHA 29 CFR 1910.145. F. Type C - Phenolic Name Plates: 1. Materials: Phenolic. 2. Size: a. Surface: As required by text. b. Thickness: 1/16 IN. 3. Fabrication: a. Two (2) layers laminated. b. Legend: Engraved through top lamination into bottom lamination. CORP2000479 40 05 97-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION IDENTIFICATION DEVICES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 c. Two (2) drilled side holes, for screw mounting. 4. Color: Black top surface, white core, unless otherwise indicated. G. Type D - Self-Adhesive Tape Tags and Signs: 1. Materials: Vinyl tape or vinyl cloth. 2. Size: a. Surface: As required by text. b. Thickness: 5 mils minimum. 3. Fabrication: a. Indoor/Outdoor grade. b. Weather and UV resistant inks. c. Permanent adhesive. d. Legend: Preprinted. e. Wire markers to be self-laminating. 4. Color: White with black lettering or as specified. 5. Standards for OSHA signs: NEMA/ANSI Z535.1, NEMA/ANSI Z535.2, NEMA/ANSI Z535.3, NEMA/ANSI Z535.4, OSHA 29 CFR 1910.145. H. Type E - Heat Shrinkable Tape Tags: 1. Materials: Polyolefin. 2. Size: As required by text. 3. Fabrication: a. Legend: Preprinted. 4. Color: White background, black printing. I. Type F - Underground Warning Tape: 1. Materials: Polyethylene. 2. Size: a. 6 IN wide (minimum). b. Thickness: 3.5 mils. 3. Fabrication: a. Legend: Preprinted and permanently imbedded. b. Message continuous printed. c. Tensile strength: 1750 psi. 4. Color: As specified. J. Type G - Stenciling System: 1. Materials: a. Exterior type stenciling enamel. b. Either brushing grade or pressurized spray can form and grade. 2. Size: As required. 3. Fabrication: a. Legend: As required. 4. Color: Black or white for best contrast. CORP2000479 40 05 97-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION IDENTIFICATION DEVICES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 K. Underground Tracer Wire: 1. Materials: a. Wire: (i) 12 GA AWG. (ii) Solid. b. Wire nuts: Waterproof type. c. Split bolts: Brass. L. Accessories 1. Fasteners: a. Bead chain: #6 brass, aluminum or stainless steel. b. Plastic strap: Nylon, urethane or polypropylene. c. Screws: Self-tapping, stainless steel. d. Adhesive, solvent activated. M. Maintenance Materials 1. Where stenciled markers are provided, clean and retain stencils after completion and include in extra stock, along with required stock of paints and applicators. PART 3 EXECUTION 3.01 INSTALLATION A. Install identification devices at specified locations. B. All identification devices to be printed by mechanical process, hand printing is not acceptable. C. Attach tags to equipment with sufficient surface or body area with solvent activated adhesive applied to back of each tag. D. Attach tags with 1/8 IN round or flat head screws to equipment without sufficient surface or body area, or porous surfaces. 1. Where attachment with screws should not or cannot penetrate substrate, attach with plastic strap. E. Single items of equipment enclosed in a housing or compartment to be tagged on outside of housing. 1. Several items of equipment mounted in housing to be individually tagged inside the compartment. F. Tracer Wire: 1. Attach to pipe at a maximum of 10 FT intervals with tape or tie-wraps. 2. Continuous pass from each valve box and above grade at each structure. 3. Coil enough wire at each valve box to extend wire a foot above the ground surface. 4. 1,000 FT maximum spacing between valve boxes. 5. If split bolts are used for splicing, wrap with electrical tape. CORP2000479 40 05 97-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION IDENTIFICATION DEVICES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 6. If wire nuts are used for splicing, knot wire at each splice point leaving 6 IN of wire for splicing. 7. Use continuous strand of wire between valve box where possible. 8. Continuous length shall be no shorter than 100 FT. G. Schedules 1. Process Systems: a. General: (i) Provide arrows and markers on piping. (a) At 20 FT maximum centers along continuous lines. (b) At changes in direction (route) or obstructions. (c) At valves, risers, "T" joints, machinery or equipment. (d) Where pipes pass through floors, walls, ceilings, cladding assemblies and like obstructions provide markers on both sides. (ii) Position markers on both sides of pipe with arrow markers pointing in flow direction. (a) If flow is in both directions use double headed arrow markers. (iii) Apply tapes and stenciling in uniform manner parallel to piping. b. Piping: See specification 09 90 00 for process pipe color and type. c. Trenches with piping: (i) Tag type: Type F - Underground Warning Tape (ii) Location: Halfway between top of piping and finished grade. (iii) Letter height: 1-1/4 IN minimum. (iv) Natural gas or digester gas: (a) Color: Yellow with black letters. (b) Legend: (1) First line: "CAUTION CAUTION CAUTION" (2) Second line: "BURIED GAS LINE BELOW" (v) Nonpotable water piping, except 3 IN and smaller irrigation pipe: (a) Color: Green with black letters. (b) Legend: (1) First line: "CAUTION CAUTION CAUTION" (2) Second line: "BURIED NONPOTABLE WATER LINE BELOW" (vi) Other piping (e.g., compressed air, irrigation, refrigerant, heating water, etc.): (a) Color: Yellow with black letters. (b) Legend: (1) First line: "CAUTION CAUTION CAUTION" (2) Second line: "BURIED PIPE LINE BELOW" d. Yard valves, buried, with valve box and concrete pad: (i) Tag type: Type A2 - Rectangle Metal Tags. (ii) Fastener: 3/16 IN x 7/8 IN plastic screw anchor with 1 IN #6 stainless steel pan head screw. CORP2000479 40 05 97-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION IDENTIFICATION DEVICES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 (iii) Legend: (a) Letter height: 1/4 IN minimum. (b) Valve designation as indicated on the Drawings (e.g., "V-xxx'�. e. Valves and slide gates: (i) Tag type: (a) Outdoor locations: Type B1 - Square Nonmetallic Tags. (b) Indoor noncorrosive: (1) Type Al- Round Metal Tags. (2) Type B1 - Square Nonmetallic Tags. (c) Indoor corrosive: (1) Stainless steel Type Al - Round Metal Tags. (2) Type B1 - Square Nonmetallic Tags. (ii) Fastener: (a) Type Al: Chain of the same material. (b) Type 131: Stainless steel chain. (iii) Color: Per ASME A13.1 corresponding to the piping system. (iv) Legend: (a) Letter height: 1/4 IN minimum. (b) Valve designation as indicated on the Drawings (e.g., "V-xxx'�. f. Process equipment (e.g., pumps, pump motors, blowers, air compressors, bar screens, clarifier drive mechanism, etc.): (i) Tag type: (a) Type B2 - Nonmetallic Signs. (b) Type D - Self-Adhesive Tape Tags and Signs. (c) Type G - Stenciling System. (ii) Fastener: (a) Self. (b) Screws. (c) Adhesive. (iii) Legend: (a) Letter height: 1/2 IN minimum. (b) Equipment designation as indicated on the Drawings (e.g., "Primary Sludge Pump P-xxx'T g. Piping systems: (i) Tag type: (a) Outdoor locations: Type G - Stenciling System. (b) Indoor locations: (1) Type D - Self-Adhesive Tape Tags and Signs. (2) Type G - Stenciling System. (ii) Fastener: Self. (iii) Color: Per ASME A13.1. (iv) Legend: CORP2000479 40 05 97-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION IDENTIFICATION DEVICES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 (a) Letter height: Manufacturers standard for the pipe diameter. (b) Mark piping in accordance with ASME A13.1. (c) Use piping designation as indicated on the Drawings. (d) Arrow: Single arrow. h. Process tanks (over 1000 GAL) and basins, (e.g., chemical storage, clarifiers, trickling filters, digesters, etc): (i) Tag type: (a) Type B2 - Nonmetallic Signs. (b) Type G - Stenciling System. (ii) Fastener: (a) Screw. (b) Self. (iii) Location as directed by Owner. (iv) Legend: (a) Letter height: 4 IN minimum. (b) Equipment designation as indicated on the Drawings (e.g., "Clarifier CL-xxx"). i. Equipment that starts automatically: (a) Tag type: (b) Type B2 - Nonmetallic Signs. (c) Type D - Self-Adhesive Tape Tags and Signs. (ii) Fastener: (a) Type B2 - Screw or adhesive. (b) Type D - Self. (iii) Size: 5 IN x 7 IN (iv) Location: Equipment name. (v) Legend: (a) OSHA Warning Sign. (b) Description of Warning: "THIS MACHINE STARTS AUTOMATICALLY". 2. Instrumentation Systems: a. Instrumentation Equipment (e.g., flow control valves, primary elements, etc.): (i) Tag type: (a) Outdoor locations: Type B1 - Square Nonmetallic Tags. (b) Indoor noncorrosive: (1) Type Al - Round Metal Tags. (2) Type B1 - Square Nonmetallic Tags. (c) Indoor corrosive: (1) Stainless steel Type Al - Round Metal Tags. (2) Type B1 - Square Nonmetallic Tags. (ii) Fastener: (a) Type Al: Chain of the same material. CORP2000479 40 05 97-8 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION IDENTIFICATION DEVICES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 (b) Type 131: Stainless steel chain. (iii) Legend: (a) Letter height: 1/4 IN minimum. (b) Equipment ISA designation as indicated on the Drawings (e.g., "FIT-xxx' . b. Enclosure for instrumentation and control equipment, (e.g., PLC control panels, etc.): (i) Tag type: Type C - Phenolic Name Plates. (ii) Fastener: Screws. (iii) Legend: (a) Letter height: 1/2 IN minimum. (b) Equipment name (e.g., "PLC CONTROL PANEL PCP-xxx"). c. Components inside equipment enclosure, (e.g., PLC's, control relays, contactors, and timers): (i) Tag type: Type D - Self-Adhesive Tape Tags. (ii) Fastener: Self. (iii) Legend: (a) Letter height: 3/16 IN minimum. (b) Description or function of component (e.g., "PLC-xxx"or"CR-xxx"). d. Through enclosure door mounted components (e.g., selector switches, controller digital displays, etc.): (i) Tag type: Type C - Phenolic Name Plates. (ii) Fastener: Screws. (iii) Legend: (a) Letter height: 1/4 IN minimum. (b) Component ISA tag number as indicated on the Drawings (e.g., "HS-xxx' . 3. HVAC Systems: a. General: (i) Provide arrows and markers on ducts. (a) At 20 FT maximum centers along continuous lines. (b) At changes in direction (route) or obstructions. (c) At dampers, risers, branches, machinery or equipment. (d) Where ducts pass through floors, walls, ceilings, cladding assemblies and like obstructions provide markers on both sides. (ii) Position markers on both sides of duct with arrow markers pointing in flow direction. (a) If flow is in both directions use double headed arrow markers. (iii) Apply tapes and stenciling in uniform manner parallel to ducts. b. HVAC Equipment (e.g., unit heaters, exhaust fans, air handlers, etc.): (i) Tag type: (a) Type B2 - Nonmetallic Signs. (b) Type C - Phenolic Name Plates. CORP2000479 40 05 97-9 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION IDENTIFICATION DEVICES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 (ii) Fastener: Screws. (iii) Legend: (a) Letter height: 1 IN minimum. (b) Equipment designation as indicated on the Drawings (e.g., "EF- xxx"). c. Ductwork: (i) Tag type: (a) Type D - Self-Adhesive Tape Tags and Signs. (b) Type G - Stenciling System. (ii) Fastener: Self. (iii) Legend: (a) Letter height: 1 IN minimum. (b) Description of ductwork, (e.g., "AIR SUPPLY"). (c) Arrows: Single arrow. d. Enclosure for instrumentation and control equipment, (e.g., fan control panels, etc.): (i) Tag type: Type C - Phenolic Name Plates. (ii) Fastener: Screws. (iii) Legend: (a) Letter height: 1/2 IN minimum. (b) Equipment designation as indicated on the Drawings (e.g., "FAN CONTROL PANEL FCP-xxx"). e. Wall mounted thermostats: (i) Tag type: Type D - Self-Adhesive Tape Tags and Signs. (ii) Fastener: Self. (iii) Legend: (a) Letter height: 3/16 IN minimum. (b) Description of equipment controlled (e.g., "UH-xxx" or AHU-xxx"). f. Components inside equipment enclosure, (e.g., controller's, control relays, contactors, and timers): (i) Tag type: Type D - Self-Adhesive Tape Tags and Signs. (ii) Fastener: Self. (iii) Legend: (a) Letter height: 3/16 IN minimum. (b) Description or function of component (e.g., "CR-xxx"). g. Through enclosure door mounted equipment (e.g., selector switches, controller digital displays, etc.): (i) Tag type: Type C - Phenolic Name Plates. (ii) Fastener: Screws. (iii) Legend: (a) Letter height: 1/4 IN minimum. (b) Component tag number as indicated on the Drawings or as defined by contractor (e.g., "HS-xxx"). CORP2000479 40 05 97-10 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION IDENTIFICATION DEVICES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 4. Electrical Systems: a. Trenches with ductbanks, direct-buried conduit, or direct-buried wire and cable. (i) Tag type: Type F - Underground Warning Tape. (ii) Letter height: 1-1/4 IN minimum. (iii) Location: (a) Where trench is 12 IN or more below finished grade: In trench 6 IN below finished grade. (b) Where trench is less than 12 IN below finished grade: In trench 3 IN below finished grade. (iv) Electrical power (e.g., low and medium voltage): (a) Color: Red with black letters. (b) Legend: (1) First line: "CAUTION CAUTION CAUTION". (2) Second line: "BURIED ELECTRIC LINE BELOW". (v) Communications (e.g., telephone, instrumentation, LAN, SCADA): (a) Color: Orange with black letters. (b) Legend: (1) First line: "CAUTION CAUTION CAUTION". (2) Second line: "BURIED COMMUNICATION LINE BELOW". b. Switchgear, switchboards and motor control centers: (i) Tag type: Type C - Phenolic Name Plates. (ii) Fastener: Screws. (iii) Main equipment legend: (a) Letter height: (1) First line: 1 IN minimum. (2) Subsequent lines: 3/8 IN minimum. (b) First line: Equipment name (e.g., "MAIN SWITCHBOARD MSBxxx"). (c) Second line: (1) Source of power (e.g., "FED FROM MCCxxx LOCATED IN ROOM xxx"). (2) The source of power room number is only required when there are multiple electrical rooms, if the source is in another building, the building name or number shall be used. (d) Third line: System voltage and phase (e.g., "480/277 V, 3PH"). (iv) Main and feeder device legend: (a) Letter height: 3/8 IN minimum. (b) Description of load (e.g., "MAIN DISCONNECT", "PUMP Pxxx" or "PANELBOARD HPxxx"). c. Panelboards and transformers: (i) Tag type: Type C - Phenolic Name Plates. (ii) Fastener: Screws. CORP2000479 40 05 97-11 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION IDENTIFICATION DEVICES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 (iii) Legend: (a) Letter height: (1) First line: 3/8 IN minimum. (2) Subsequent lines: 3/16 IN minimum. (b) First line: Equipment name (e.g., "PANELBOARD Pxxx" or "TRANSFORMER Txxx"). (c) Second line (panelboards only): System voltage and phase (e.g., "208/120V, 3PH"). d. Transfer switches: (i) Tag type: Type C - Phenolic Name Plates. (ii) Fastener: Screws. (iii) Legend: (a) Letter height: (1) First line: 3/8 IN minimum. (2) Subsequent lines: 3/16 IN minimum. (b) First line: Equipment name (e.g., "AUTOMATIC TRANSFER SWITCH ATSxxx"). e. Safety switches, separately mounted circuit breakers and motor starters,VFD's, etc.: (i) Tag type: Type C - Phenolic Name Plates. (ii) Fastener: Screws. (iii) Legend: (a) Letter height: 1/4 IN minimum. (b) First line: Description of load equipment is connected to (e.g., "PUMP Pxxx"). f. Enclosure for instrumentation and control equipment, (e.g., lighting control panels, etc.): (i) Tag type: Type C - Phenolic Name Plates. (ii) Fastener: Screws. (iii) Legend: (a) Letter height: 1/2 IN minimum. (b) Equipment name (e.g., "LIGHTING CONTROL PANEL LCPxxx"). g. Components inside equipment enclosures (e.g., circuit breakers, fuses, control power transformers, control relays, contactors, timers, etc.): (i) Tag type: Type D - Self-Adhesive Tape Tags and Signs. (ii) Fastener: Self. (iii) Legend: (a) Letter height: 3/16 IN minimum. (b) Description or function of component (e.g., "M-xxx", "CR-xxx"or "TR-xxx"). h. Through enclosure door mounted equipment (e.g., selector switches, controller digital displays, etc.): (i) Tag type: Type C - Phenolic Name Plates. CORP2000479 40 05 97-12 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION IDENTIFICATION DEVICES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 (ii) Fastener: Screws. (iii) Legend: (a) Letter height: 1/4 IN minimum. (b) Component tag number as indicated on the Drawings or as defined by contractor (e.g., "HS-xxx"). i. Conductors in control panels and in pull or junction boxes where multiple circuits exist. (i) Tag type: Type D - Self-Adhesive Tape Tags. (ii) Fastener: Self. (iii) Tag conductor at both ends. (iv) Legend: (a) Letter height: 1/8 IN minimum. (b) Circuit number or wire number as scheduled on the Drawings or as furnished with the equipment. j. Conductors in handholes and manholes. (i) Tag type: Type A3 - Metal Tape Tags. (ii) Fastener: Nylon strap. (iii) Tag conductor at both ends. (iv) Legend: (a) Letter height: 1/8 IN minimum. (b) Circuit number or wire number as scheduled on the Drawings. k. Grounding conductors associated with grounding electrode system in accordance with the following: (i) Tag type: Type D - Self-Adhesive Tape Tags. (ii) Fastener: Self. (iii) Legend: (a) Letter height: 1/8 IN minimum. (b) Function of conductor (e.g., "MAIN BONDING JUMPER", "TO GROUND RING", "TO MAIN WATER PIPE"). I. Flash protection for switchboards, panelboards, industrial control panels and motor control centers: (i) Tag type: Type D - Self-Adhesive Tape Signs. (ii) Fastener: Self. (iii) Legend: Per NFPA 70. m. Entrances to electrical rooms: (i) Tag type: Type B2 - Nonmetallic Signs. (ii) Fastener: Screw or adhesive. (iii) Size: 5 IN x 7 IN. (iv) Location: Each door to room. (v) Legend: (a) OSHA Danger Sign. (b) Description of Danger: "HIGH VOLTAGE, AUTHORIZED PERSONNEL ONLY". CORP2000479 40 05 97-13 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION IDENTIFICATION DEVICES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 n. Equipment where more than one (1) voltage source is present: (i) Tag type: (a) Type B2 - Nonmetallic Signs. (b) Type D - Self-Adhesive Tape Signs. (ii) Fastener: (a) Screw or adhesive. (b) Self. (iii) Size: 1-3/4 IN x 2-1/2 IN. (iv) Location: Exterior face of enclosure or cubical. (v) Legend: (a) OSHA Danger Sign. (b) Description of Danger: "MULTIPLE VOLTAGE SOURCES". END OF SECTION CORP2000479 40 05 97-14 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION IDENTIFICATION DEVICES DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 40 23 00 WATER AND WASTEWATER PROCESS PIPING PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required and install, complete, the plant piping systems shown on the Drawings, specified herein and as further specified in the Detail Piping Specification Sections. 1.02 RELATED WORK A. Division 31 — Earthwork 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. 1.04 REFERENCE STANDARDS (NOT USED) 1.05 QUALITY ASSURANCE (NOT USED) 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE A. All items shall be bundled to provide adequate protection of the ends during transportation to the site. Items damaged in shipment shall be replaced as directed by the Owner's Representative. B. All items shall be stored in accordance with manufacturer/supplier instructions. 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 EXTENDED WARRANTY (NOT USED) PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 DEMOLITION/PREPARATION A. Pipe Preparation and Handling 1. Each pipe and fitting shall be carefully inspected before the exposed pipe or fitting is installed or the buried pipe or fitting is lowered into the trench. The interior lining and exterior protective coating shall be inspected, and all damaged areas shall be patched in the field with material recommended by the pipe manufacturer and acceptable to the Owner's Representative. Clean ends of pipe thoroughly. Remove foreign matter and dirt from inside of pipe and keep clean during and after laying. CORP2000479 40 23 00-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PLANT PIPING—GENERAL DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 2. Use proper equipment, tools, and facilities for the safe and proper protection of the pipe. Carefully handle pipe in such a manner as to avoid any physical damage to the pipe. Do not drop or dump pipe into trenches under any circumstances. 3.02 INSTALLATION A. Installation of Buried Piping 1. Preparation of Trench: Trench excavation shall be as specified in Section 31 23 33- Trenching and Backfilling. 2. Removal of Water: Provide and maintain ample means and devices at all times to remove and dispose of all water entering the trench during the process of pipe laying. The trench shall be kept dry until the pipe laying and jointing are completed. Removal of water shall be in conformance with specifications in Section 31 23 33 — Trenching and Backfilling and Section 31 23 19 - Dewatering. 3. Prevent Trench Water and Animals from Entering Pipe a. During installation, keep the interior of all pipe, fittings, and other accessories as free as possible from dirt and foreign matter at all times. b. When the pipe laying is not in progress, including the noon hours, the open ends of pipe shall be sealed by a plug or cap to prevent trench water, animals, or foreign material from entering the pipe. If water has accumulated in the trench, the seal shall remain in place until the trench water has been removed to such an extent that it will not enter the pipe. 4. Backfill in Pipe Zone: Backfill, embedment and encasement shall be as specified in Section 31 23 33 —Trenching and Backfilling. B. Installation of Exposed Piping 1. Unless shown otherwise, piping shall be parallel to building lines. Hangers on adjacent piping shall be aligned where possible on common size ranges. 2. All pipe flanges shall be set level, plumb, and aligned. All flanged fittings shall be true and perpendicular to the axis of the pipe. All bolt holes in flanges shall straddle vertical centerline of pipes. 3. Unions, mechanical couplings, or flanged coupling adapters shall be installed where required for piping or equipment installation, even though they are not shown on the plans. All mechanical couplings and flanged coupling adapters shall be anchored with joint harnessed assemblies. 4. For chemical fill station pipe connections, the quick connect coupling shall have a removable cap installed. This removable cap must be made to prevent unauthorized access to the piping with a locking device. Only Maintenance personnel should be authorized to remove the cap when a chemical refill is required. 5. Piping shall be installed without springing or forcing the pipe in a manner which would set up stresses in the pipe, valves, or connected equipment. 6. The inside diameter of required straight runs of piping upstream and downstream of flow measuring devices shall match the inlet and outlet diameter of flow measuring device respectively. 7. Where valve handwheels or chainwheels are shown, valve orientation shall also be as shown on drawings. Where valve handwheels or chainwheels are not shown, CORP2000479 4023 00-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PLANT PIPING—GENERAL DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 valves shall be orientated to permit easy access to the handwheels or chainwheels, and to avoid interferences. C. Installation of Wall Pipes and Pipe Sleeves 1. Wall pipes and pipe sleeves embedded in concrete walls, floors, and slabs shall be embedded as shown. Support all pipes embedded in concrete walls, floors, and slabs with form work to prevent contact with the reinforcing steel. D. Installation of Flexible Couplings, Flanged Couplings Adapters, and Service Clamps 1. Prior to installation, thoroughly clean oil, scale, rust, and dirt from the pipe to provide a clean seat for the gasket. Care shall be taken that the gaskets are wiped clean before they are installed. 2. If necessary, flexible couplings and flanged coupling adapter gaskets may be lubricated with soapy water or Manufacturer's standard lubricant before installation on the pipe ends. 3. Install in accordance with the Manufacturer's recommendations. Bolts shall be tightened progressively, drawing up bolts on opposite sides a little at a time until all bolts have a uniform tightness. Workmen tightening bolts shall use torque- limiting wrenches, or approved type. E. Installation of Insulating Flanges, Couplings, and Unions 1. Install insulating flanges, couplings, and unions wherever copper or stainless steel is connected to ductile iron, iron, or steel, galvanized steel piping, and wherever cathodically protected lines enter the buildings. 3.03 FIELD TESTING A. Water Source 1. Water for testing under this Section will be provided by the Contractor. 2. It shall be the responsibility of the Contractor to provide all equipment necessary to transport the water from the source to the structure to be tested. 3.04 FIELD PAINTING A. Pipe Identification Painting 1. All exposed piping shall be painted as specified in Section 09 90 00 — Painting and Coating, by color and labeling shall be identified as specified in Section 40 05 97 — Identification Devices. 3.05 CLEANING A. Interim Cleaning 1. Care shall be exercised during fabrication to prevent the accumulation of weld rod, weld spatter, pipe cuttings and fillings, gravel, cleaning rags, etc., within piping sections. All piping shall be examined to ensure removal of these and other foreign objects prior to assembly. Shop cleaning may employ any conventional commercial cleaning method if it does not corrode, deform, swell, or otherwise alter the physical properties of the material being cleaned. CORP2000479 4023 00-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PLANT PIPING—GENERAL DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 B. Final Cleaning 1. Following assembly and testing and prior to final acceptance, all pipelines installed under this section, except plant process air lines and instrument air lines, shall be flushed with water and all accumulated construction debris and other foreign matter removed. Flushing velocities shall be a minimum of 2.5 feet per second. Cone strainers shall be inserted in the connections to attached equipment and left there until cleaning has been accomplished to the satisfaction of the Owner's Representative. For large diameter pipe where it is impractical or impossible to flush the pipe at 2.5 fps velocity, clean the pipeline in place from the inside by brushing and sweeping, then flush the line at a lower velocity. Accumulated debris shall be removed through drains 2-inch and larger or by dropping spools and valves. 2. Immediately following drainage of flushed lines, the piping shall be air dried with compressed air. 3. Plant process air and instrument air piping shall be blown clean of loose debris with compressed air. END OF SECTION CORP2000479 40 23 00-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PLANT PIPING—GENERAL DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 40 42 13 PROCESS PIPING INSULATION PART 1 GENERAL 1.01 SCOPE OF WORK The work to be performed under this section of the Contract Documents consists of furnishing and installing insulation and heat tape on piping and equipment as required by this section of the Contract Documents, unless otherwise indicated specifically on individual plans and appropriate sections of Contract Documents. 1.02 RELATED WORK A. Division 26 — Electrical B. Division 40 — Process Interconnections 1.03 SUBMITTALS A. Product Data and Shop Drawings. 1. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. 1.04 REFERENCE STANDARDS A. The system shall be suitable for the specified industrial conditions, and shall be designed and installed in accordance with the latest applicable codes and standards. Pertinent standards are: 1. American National Standards Institute (ANSI) 2. Institute of Electrical and Electronics Engineers (IEEE) 3. American Society for Testing and Materials (ASTM) 4. National Fire Protection Association (NFPA) 5. National Electric Code (NEC) 6. Factory Mutual (FM) 7. Underwriters Laboratories (UL) 8. National Electrical Manufacturers Association (NEMA) 9. Occupational Safety and Health Administration (OSHA) B. Furnish copies of the necessary approvals for the heat tracing system and verify that the approvals are current. C. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.05 QUALITY ASSURANCE A. Manufacturer's Qualifications CORP2000479 4042 13-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION INSULATION AND HEAT TRACING DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1. The electrical heat trace system manufacturer shall be required to demonstrate a minimum of 5 years' experience in the design and manufacture of industrial electrical heat trace systems similar to those described in this Section and shown on the drawings. B. Acceptable Manufacturers (or approved equivalent): 1. Heat Tracing a. Raychem (Chemelex) b. Nelson Electronic c. Chromalox d. Thermon Manufacturing Company. 2. Insulation a. Armstrong Co. b. CertainTeed c. Owens-Corning Fiberglass d. Pittsburg Plate Glass Co. e. Pittsburg — Corning C. Services of Manufacturer's Representative (Not Used) 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS A. Provide a heat tracing system capable of maintaining the specified temperature during the extreme of ambient temperature. B. Design Parameters 1. Voltage Available.................................................................... 120 Volts 1 Phase 2. Wind Velocity...................................................................................... 160 mph 3. Low Ambient Temperature........................................................................ -20°F 4. Maintain Temperature ................................................................... 65 degrees F 5. Piping and equipment lists and insulation types and thicknesses are found in Division 40 and on the Drawings. C. Heat losses shall be calculated using the Manufacturer's standard procedure in conjunction with the insulation requirements and equipment schedules. The design heat output of the tracing shall include a 10 percent factor of safety. Contractor is encouraged to suggest changes in insulation thickness to optimize total system economy. D. Heating cables shall be run parallel to the pipe only. Spiral wrapping of the heat cables around the pipes shall not be permitted. 1.07 DELIVERY, HANDLING AND STORAGE (NOT USED) 1.08 MAINTENANCE/SPARE PARTS (NOT USED) CORP2000479 4042 13-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION INSULATION AND HEAT TRACING DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1.09 WARRANTY/EXTENDED WARRANTY A. All electrical heat trace cables shall be warranted against manufacturing defects for a period of 5 years from energizing. Cables failing due to manufacturer defect prior to the expiration of the warranty shall be replaced by contractor at no additional cost to the owner. PART 2 PRODUCTS 2.01 MATERIALS A. General 1. Engage the services of qualified insulation personnel to furnish and install all the insulation required for the piping specified hereinafter. Heat tracing shall be of constant wattage. 2. All surfaces to be insulated shall be clean and dry before applying the insulation. All sections of molded pipe covering shall be firmly butted together. Where coverings are used, they shall lap the adjoining section of insulation by at least 3 inches. Where insulation terminates, it shall be neatly beveled and finished. No insulation shall be applied until the pipe has been pressure tested and found tight. Piping flexible connections, flanges and unions shall not be covered. All materials used shall be fire retardant or nonflammable. 3. Where vapor barriers are required, the vapor barrier shall be on the outside. Extreme care shall be taken that the vapor barrier is unbroken. Joints, etc., shall all be sealed. Where insulation with a vapor barrier terminates, it shall be sealed off with the vapor barrier being continuous to the surface being insulated. Ends shall not be left raw. 4. Aluminum bands shall be applied on the piping insulation. The bands shall be applied three to a section of pipe insulation. Fittings, valves, etc., shall have bands on each side. Apply bands at each end of pipe support. 5. Where supports are on the outside of the insulation, use a section of Foam glass or rigid cork insulation at support locations and provide No. 14 gage galvanized steel sleeves, 12 inches long on pipe sizes up to 12 inches and 18 inches long on larger pipe sizes to protect the insulation. The sleeves shall be half cylinders with the edges hemmed to prevent cutting the insulation. 6. All materials used shall have a flame spread rating of not more than 25 without evidence of continued progressive combustion, and with a smoke developed rating not higher than 50. Shop drawing submittals shall show this information. 7. Weather exposed insulation shall be protected with 0.010 inches minimum aluminum jacket including vapor barrier liner of laminated asphalt Kraft paper. B. Freeze Protection 1. Insulation: a. Unless otherwise indicated in the specific requirements and/or on the plans, all piping, fittings, valves and related items smaller than 12 inches exposed outdoors in yard in an unheated space subject to freezing shall be heat trace and insulated. b. Buried yard piping need not be insulated. CORP2000479 4042 13-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION INSULATION AND HEAT TRACING DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 c. Piping capable of draining automatically need not be insulated. d. All insulation of pipes shall run to a point 12 inches below ground surface. 2. Heat Tracing: Electric heat tapes shall be provided inside the insulation for freeze protection on all piping receiving insulation subject to freezing. The rate and quantity of insulation shall be specified hereinafter. 3. Schedule: Unless otherwise specified or shown elsewhere in the contract documents, the following schedule of insulation and heat tape application shall be used: Insulation Schedule for Piping Subject to Freezing. Nominal Insulation Heat Tape Application Pipe Size Thickness Insulation Rate (Minimum) (in)** (in) "K"* Watts/Linear Feet 1/2 2 0.3 1.0 3/4 2 0.3 1.2 1 2 0.3 1.2 1-1/2 2 0.3 1.5 2 2 0.3 1.8 2-1/2 2 0.3 1.9 3 2 0.3 1.9 4 2 0.3 2.7 6 2 0.3 2.7 8 2 0.3 2.7 10 2 0.3 2.7 12 2 0.3 2.7 * "K" - Thermal conductivity of insulation in BTUH per square foot per degree Fahrenheit, per inch. ** Insulation and heat tape required for a pipe size not shown on the schedule shall be the same as the next larger pipe size shown on this schedule. PART 3 EXECUTION 3.01 I N STALLATIO N A. Contractor to provide and install necessary conduits and circuits per Division 26 — Electrical. B. Heat Tracing 1. Pipelines or equipment subject to freezing shall be heat traced as indicated on "Insulation Schedule," paragraph 2.01 B. 3. Furnish and install on such pipeline or equipment an electric heat tracing system consisting of a flat, flexible, low heat-density electrical heating strip of self-limiting parallel-circuit construction consisting of an inner core of conductive material between two parallel copper bus strips with a polyolefin outer jacket. The strip shall be cut-to-length in field and installed on pipelines and equipment as required. The electrical insulation of the heater strip shall be rated at 185 F minimum temperature exposure and shall be CORP2000479 4042 13-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION INSULATION AND HEAT TRACING DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 suitable for 115, 208 volts as indicated on plans or as available. The heat tracing system shall be complete with all necessary power connections, end seals, adjustable thermostats and electric traced signed per Manufacturer's installation instructions. C. Insulation 1. The insulation specified herein shall be furnished and installed by qualified insulation personnel whose principal business is the application and installation of thermal materials on piping systems. All material shall be manufactured by one of the listed approved Manufacturer's instructions, except where these instructions conflict with the Contract Documents hereinafter stated, in which case the Contract Documents shall govern. All work shall be performed in a neat workmanlike manner and all adhesives, bands and other fastening materials and devices shall be supplied as required to properly install the insulation materials being furnished. END OF SECTION CORP2000479 4042 13-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION INSULATION AND HEAT TRACING DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 40 61 13 PROCESS CONTROL SYSTEM GENERAL PROVISIONS PART 1 GENERAL 1.01 SCOPE OF WORK A. The requirements outlined in this section address general hardware, software, and services necessary to provide the control functions specified. More detailed requirements of specific functions and components are presented in other Division 40 sections that follow. B. SCADA HMI programming is provided by the City SCADA Engineer and is not part of the scope of this contract. 1.02 RELATED WORK (NOT USED) 1.03 SUBMITTALS A. General 1. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Submittal Categories: Project submittals are divided into the following general categories: 1. Design Submittals 2. System Documentation Submittals 3. Testing Submittals 4. Training Submittals 5. The following paragraphs define the specific contents of each of these submittal categories. The requirements outlined for each of these submittals shall apply to all equipment and services specified in all sections of Division 40. Additional submittal requirements may be found in specific sections of Division 40. C. Design Submittals 1. Hardware Submittal a. Product information shall include, but not be limited to: catalog cuts, data sheets, performance surveys, test reports, equipment lists, material list, diagrams, pictures, and descriptive material. The product information shall cover all items including mechanical devices, mounting components, wiring, terminal strips, connectors, accessories, and spare parts. The submittal information shall show the standard and optional product features, as well as all performance data and specifications. b. Prior to commencement of manufacture (or shipment for stock items), the CONTRACTOR shall submit for review product information for all equipment and material specified in Division 40, or required to support equipment, or systems specified in Division 40. Specific requirements for the form and CORP2000479 4061 13-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL SYSTEM GENERAL PROVISIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 content of product information submittals are included in the individual section that defines the equipment requirements. 2. Connection Diagrams a. Connection diagrams shall show the placement, labeling and wiring of components within panels, cabinets and consoles. Components shall be shown arranged in the physical layout (not necessarily to scale) as it would appear to a person servicing the equipment. Connection diagrams shall include all internal wiring of the panel; this shall include AC and DC power wiring and multi-conductor cables from the PLC card to rewired termination blocks. Wires shall be shown as a continuous line between their termination points. Each wire label designation shall be shown. The wire label designations on each end of a single wire must be identical. All wire termination point numbers shall be shown. Each wire color shall be shown. Signal and DC circuit polarities shall be shown. All jumpers, shielding and grounding details shall be shown. b. The CONTRACTOR shall submit connection diagrams for all new panels, cabinets and consoles. Connection diagrams shall be Successfully Reviewed prior to the start of panel assembly. 3. Panel Fabrication and Layout Drawings a. Panel fabrication drawings are scaled drawings that shall show the physical dimensions, materials, and construction of panels, cabinets, terminal boards, consoles, or other electrical or mechanical equipment enclosures. These drawings show the physical arrangement and mounting of all components in or on a panel, terminal board, cabinet, console, or enclosure. These drawings show the physical dimensions, and the space and mounting requirements of mechanical, electrical, control and instrumentation devices or pieces of equipment. Other information provided may include ventilation requirements, locations of connections, weight, and paint color, material and dry film thickness. b. As a minimum, panel fabrication and layout drawings shall include a bill of materials; front, back, and section views; the locations of all components to be mounted in or on the panel, cabinet, console, enclosure or assembly; drawing scale; nameplate engraving schedule; and structural materials and supports. All drawings shall be scaled. Overall dimensions and minimum clearances shall be shown. Sufficient detail shall be included to demonstrate material choices, outward appearance, construction methods, and seismic force resistance. c. Complete shop drawings shall be prepared and submitted for all panels, cabinets, and consoles which are custom fabricated or modified for this project. The OWNER shall have the right to make modifications to the interior and exterior layouts of panels as part of the shop drawing review. No additional compensation will be provided to the CONTRACTOR for changes that result. The CONTRACTOR shall include in his bid price one redesign of the panel layout to incorporate the OWNER's modifications to the locations of specified components in or on each panel, cabinet, console, or enclosure. 4. Interface Cables: The CONTRACTOR shall submit for review interface cable pin- out/cable makeup diagrams. This includes all network cables, radio to PLC/RTU CORP2000479 4061 13-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL SYSTEM GENERAL PROVISIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 cables, computer to PLC cables and printer cables. Submittal shall include copies of the actual hardware documentation. All cables shall either be standard cables from the manufacturer or custom-made, without the use of gender changers, 9- 25 pin converters, null modem adapters, etc. 5. Interconnection Diagrams: Interconnection diagrams shall include typical wiring diagrams for each type of product. Wires shall be shown as a continuous line between their termination points. Each wire label designation shall be shown. The wire label designations on each end of a single wire must be identical. All wire termination point numbers shall be shown. Each wire color shall be shown. Signal and DC circuit polarities shall be shown. All jumpers, shielding and grounding details shall be shown. 6. Installation Drawings: Installation drawings shall show installation arrangements for all provided equipment, mounting and anchoring details, conduit entries into cabinets, and Control System electrical power supply distribution conduit and wiring. Data sheets and/or catalog cuts for mounting devices, anchors, wire and other incidental installation materials shall be included. D. System Documentation Submittals 1. Operation and Maintenance (0&M) Manuals: The CONTRACTOR shall supply 0&M manuals for all the equipment and software provided. The 0&M manuals shall be developed for personnel at the level of electronic technician. The 0&M manuals shall describe the detailed preventive and restorative procedures required to keep the equipment in good operating condition. An 0&M manual or a set of manuals shall be furnished for all deliverable hardware, including OEM equipment. 0&M manuals for OEM equipment shall contain original printed materials, not copies, and may be provided in the manufacturer's original format. Manuals shall be provided in electronic format. The 0&M manuals shall contain the following information: 2. Instruction Manual a. The manual shall be written in English and illustrated in detail to the component level, including assemblies, subassemblies, and components. It shall contain a detailed analysis of each major component so that maintenance personnel can effectively service, inspect, maintain, adjust, troubleshoot, and repair the equipment. b. Each manual shall include a Table of Contents, arranged in systematic order, and shall be divided into the following sections: (i) Introduction: The purpose of the manual, special tools and equipment, and safety precautions. (ii) General Information and Specifications: A general description of the equipment item, and specifications of its major components. (iii) Listings: Supplier's name, address, and telephone number. Each product shall include name, address, and telephone number of the subcontractor, installer, recommended maintenance contractor, or local source for replacement parts. (iv) Theory of Operation: The relationship of assemblies, subassemblies, components and interchangeability of components, and explanation and analysis of their functions to the smallest board replaceable components. CORP2000479 4061 13-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL SYSTEM GENERAL PROVISIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 (v) Software: Listing and explanatory text for any software or firmware. (vi) Operation Procedures: The locations and functional descriptions of all controller indicators, or LCD displays. (vii) Troubleshooting: A list in tabular format of all symptoms, probable causes of malfunction or improper operation, and probable remedies to the smallest board replaceable components. 3. Preventive Maintenance Instructions: These instructions shall include all applicable visual examinations, hardware testing, and diagnostic hardware/software routines. Instructions on how to load and use any test and diagnostic programs and any special or standard test equipment shall be an integral part of these procedures. 4. Corrective Maintenance Instructions a. These instructions shall include guides for locating malfunctions down to the card-replacement level. These guides shall include adequate details for quickly and efficiently locating the cause of an equipment malfunction and shall state the probable source(s) of trouble, the symptoms, probable cause, and instructions for remedying the malfunction. These guides shall explain how to use on-line test and diagnostic programs for all devices and any special test equipment, if applicable. b. The corrective maintenance instructions shall include: (i) Explanations for the repair, adjustment, or replacement of all items, including printed circuit cards. Schematic diagrams of electrical, mechanical, and parts location, illustrations, photographs, and sectional views giving details of mechanical assemblies shall be provided as necessary to repair or replace equipment. Typical signal waveforms, logic levels, bit patterns, etc., shall be included. For mechanical items requiring field repair, information on tolerances, clearances, wear limits, and maximum bolt-down torques shall be supplied. Information on the loading and use of special off-line diagnostic programs, tools, and test equipment as well as any cautions or warnings which must be observed to protect personnel and equipment shall be included. (ii) A list of test equipment and special tools required. (iii) A list of all abbreviations and circuit symbols used. (iv) Warranties, bonds and maintenance records, including proper procedures in the event of failures and instances which might affect the validity of warranties, bonds, or contracts. (v) A parts catalog enumerating every part down to the lowest card replaceable components. The description shall include component symbol, description, ratings, accuracy, manufacturer's name and address, manufacturer's part number, commercial equivalents, and quantity per assembly or subassembly. The parts catalog shall identify the appropriate locations of the parts and shall group each component by assemblies or subassemblies within each subsystem so that each component can be identified as being part of the next larger assembly. (vi) A list of recommended spare parts that includes all parts necessary to maintain and repair control system components. The list shall identify the CORP2000479 4061 13-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL SYSTEM GENERAL PROVISIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 specific part or model number, description, manufacturer's name and address, commercial equivalents, unit price, lead time for delivery, and recommended quantity. The spare parts list shall indicate which components (by model and serial number) have been provided with the delivered system as part of the spares inventory. 5. Drawings a. 0&M Manual drawings (with the exception of those provided by third-party manufacturers) shall not be larger than 11" x 17" and shall be clearly legible when reproduced using conventional office copying machines. Originals shall be provided for all third-party 0&M Manual materials. One reproducible of the 0&M Manual drawing original must be supplied for each 0&M Manual drawing larger than 11" x 17", and must satisfy all drawing requirements specified herein. Those preprinted 0&M Manual drawings which are not acceptable, or which must be modified or corrected to show the actual as- built design, shall be redrawn as new specially-prepared shop drawings. Acceptable equipment manufacturer's drawings incorporated into equipment operating and maintenance manuals need not be duplicated or removed from the manuals. b. The CONTRACTOR shall furnish drawings in paper and latest AutoCAD electronic format. c. Each 0&M Manual shall be bound in 8 1/2" x 11" 3-ring side binders with commercial quality hardback, cleanable plastic covers. Maximum of 3" binder size. 0&M Manuals shall be submitted in electronic format. d. Binder covers shall contain the printed title "Operation and Maintenance Instructions", "City of Corpus Christi", "Holly & Rand Morgan Elevated Storage Tanks Implementation". e. The manuals shall be internally subdivided with permanent page dividers with tab titling clearly printed under reinforced laminated plastic tabs. f. Each volume shall have a Table of Contents, with each product or system description identified. E. Software Manuals: The CONTRACTOR shall supply Original OEM 0&M Manuals in lieu of developing specific 0&M Manuals. Only for equipment which lacks proper 0&M Manuals would the CONTRACTOR be responsible for supplementing the product literature. F. Record Documents 1. After successful Site Demonstration Test, the CONTRACTOR shall submit for review the Record Documents (as-built) for all equipment and software installed by the CONTRACTOR. All documents which have changed because of the engineering changes, contract changes, or error or omission shall be updated and the revised documentation provided. 2. The CONTRACTOR shall furnish complete as-built sets of: a. Source tapes, disk pack(s) or other storage media for all custom programs b. Loadable and executable object disk pack(s) of the software systems c. All previously delivered documents, with as-built updates d. OEM standard documentation. CORP2000479 4061 13-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL SYSTEM GENERAL PROVISIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 3. These media shall include the operating systems, all programs necessary for the operation as well as maintenance of the System, and all programs supplied by the CPU/Microprocessor manufacturers, such as assembler, loaders, editors, compilers and diagnostics. 4. The documentation as outlined in this portion of the document, in conjunction with other documentation specified elsewhere in this document, shall be sufficient to allow the OWNER to reconfigure or make additions or deletions to the System without assistance from the CONTRACTOR. G. Testing Documentation Submittals 1. System test plan requirements are included in Section 40 61 13 Part 3. 2. Test procedures requirements are included in Section 40 61 13 Part 3. 3. Test reports requirements are included in Section 40 61 13 Part 3. 1.04 REFERENCE STANDARDS A. This subsection references the latest revisions of the following standards. They are a part of Division 40 as specified and modified. In case of conflict between the requirements of this section and those of the listed standards, the requirements of this section shall prevail. Standard Title ANSI/NEMA ICS 6 Enclosures for Industrial Control and Systems Manual on Installation of Refinery Instruments and API RP550 Control Systems Part I — Process Instrumentation and Control ISA S5.4 Instrument Loop Diagrams Specification Forms for Process Measurement and ISA S20 Control Instrumentation, Primary Elements, and Control Valves ISA S50.1 Compatibility of Analog Signals for Electronic Industrial Process Instruments ISA S51.1 Process Instrumentation Terminology 1.05 QUALITY ASSURANCE A. The CONTRACTOR shall perform all work necessary to select, furnish, configure, customize, debug, install, connect, calibrate, and place into operation all hardware and software specified within this section and in other sections as listed in Article 1.02, Related Work. B. The CONTRACTOR shall be a "systems house," regularly engaged in the design and the installation of computer systems and their associated subsystems as they are applied to the municipal water or wastewater industry. For the purposes of this specifi- CORP2000479 4061 13-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL SYSTEM GENERAL PROVISIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 cation section, a "systems house" shall be interpreted to mean an organization that complies with all of the following criteria: 1. Employs a registered professional Control Systems Engineer or Electrical Engineer to supervise or perform the work required by this specification section. 2. Employs personnel on this project who have successfully completed a manufacturer's training course on the configuration and implementation of the specific programmable controllers, computers, and software proposed for this project. 3. Has performed work of similar or greater complexity on at least three (3) projects within the last five (5) years and has implemented and completed at least one of these three projects with the proposed HMI software. 4. Has been in the water/wastewater industry performing the type of work specified in this specification section for the past five (5) continuous years. C. The following Instrumentation/Controls Contractors, listed in no particular order, have been pre-approved to provide all instrumentation and controls works 1. Prime Controls 2. RLC Controls D. The CONTRACTOR shall maintain a fully equipped office/production facility with full-time employees capable of fabricating, configuring, installing, calibrating, troubleshooting, and testing the system specified herein. Qualified repair personnel shall be available and capable of reaching the facility within 24 hours. E. Actual installation of the system need not be performed by the CONTRACTOR's employees; however, the CONTRACTOR shall provide the on-site technical supervision of the installation. F. The CONTRACTOR shall furnish equipment which is the product of one manufacturer to the maximum practical extent. Where this is not practical, all equipment of a given type shall be the product of one manufacturer. 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE (NOT USED) 1.08 MAINTENANCE/SPARE PARTS A. Corrective Maintenance 1. The CONTRACTOR shall provide the services of factory-trained service technicians for the purpose of performing corrective maintenance on all system hardware and software. The period of coverage for each piece of equipment shall begin upon initial equipment purchase or manufacture and shall continue for two years after final acceptance or until expiration of the manufacturer's warranty, whichever period is longer. 2. The CONTRACTOR shall provide a 24-hour, 7-day/week service hotline for telephone notification of system malfunctions. Within 2 hours from notification by the OWNER of defective Control System operations, the CONTRACTOR shall have CORP2000479 4061 13-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL SYSTEM GENERAL PROVISIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 a qualified service representative establish telephone contact with the OWNER's maintenance personnel to discuss short-term corrective measures. 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 24 hours from initial notification. 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 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 the OWNER's option, the OWNER maintenance personnel may participate in any corrective maintenance procedures. 3. If possible, the service representative shall affect replacement or repair of the defective component before leaving the site using replacement parts from the spare parts inventory delivered with the 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 system malfunction shall be replaced within 15 days. 4. 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. B. The OWNER, at the OWNER's option, may elect to employ its own maintenance staff to locate and remove a defective component. In this case the OWNER will 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. 1.09 WARRANTY/EXTENDED WARRANTY (NOT USED) 1.10 DEFINITIONS A. The definitions of terminology used in the Division 40 specifications or in any Section referencing Division 40, shall be as defined in ISA Standard S51.1 unless otherwise specified. Where terms used are not defined in ISA 51.1 or in these specifications, ANSI/IEEE Standard 100-1984, ANSI/ISA S50.1 or other ISA standards shall apply. 1. Signal Circuit: Any circuit operating at less than 80 volts AC or DC. CORP2000479 4061 13-8 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL SYSTEM GENERAL PROVISIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 2. Control Circuit: Any circuit operating at 24 or more volts (AC or DC), whose principal purpose is the conveyance of information and not the conveyance of energy for the operation of an electrically powered device. 3. Power Circuit: Any circuit operating at 12 or more volts (AC or DC), whose principal purpose is the conveyance of energy for the operation of an electrically powered device. 4. Two-Wire Transmitter: A transmitter which derives its operating power supply from the signal transmission circuit and therefore requires no separate power supply connections. As used in this specification, two-wire transmitter refers to a transmitter which provides a 4 to 20 milliampere current regulation of signal in a series circuit with an external 24-volt direct current driving potential and a maximum external circuit resistance of 600 ohms. 5. Electrical Isolation: Pertaining to an electrical node having no direct current path to another electrical node. As used in this specification, electrical isolation refers to a device with electrical inputs and/or outputs which are galvanically isolated from ground, the device case, the process fluid, and any separate power supply terminals, but such inputs and/or outputs are capable of being externally grounded without affecting the characteristics of the device or providing a path for circulation of ground currents. The terms "galvanic isolation," "electrical isolation", "isolation", or similar terms shall mean electrical isolation whenever used in Division 40, or whenever used in specifications for electrical control and instrumentation equipment in any other Divisions of these contract documents. Unless otherwise specified, electrical isolation for analog signal devices shall be rated 250 volts AC continuous; and 1500 volts AC for one minute, in accordance with ANSI/IEEE C39.5-1974. 6. Panel: An instrument support system which may be a flat surface, a partial enclosure, or a complete enclosure for instruments and other devices used in process control systems. Unless otherwise specified or clearly indicated by the context, the term "panel" in these contract documents shall be interpreted as a general term which includes flat panels, enclosures, cabinets and consoles. 7. Data Sheets: Data sheets as used in this specification shall comply with the requirements of ISA S20. 8. Field: When used to refer to locations at the treatment facility or in the transmission system, shall mean all outdoor locations, as well as all process and equipment areas. Unless otherwise specified, all areas shall be considered "field" locations except for administration and other office areas; control rooms; motor control centers and other electrical equipment rooms; dedicated HVAC rooms; and maintenance buildings. 9. Control Room: An environmentally controlled room intended for housing digital control equipment, computers, large control panels, etc., and generally intended to be regularly occupied by operators. 10. Division 40 Work: Whenever the terms "Division 40 work", "specified under Division 40" or "provided under Division 40" are used, they shall be interpreted as referring to all materials, labor, products, services, systems, etc., specified in Sections 40 90 00 through 40 97 00, excluding 40 92 13, unless equipment shown or specified is clearly labeled as being provided under other parts of the contract. 11. UPS: Uninterruptible Power Supply. CORP2000479 4061 13-9 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL SYSTEM GENERAL PROVISIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 12. HMI: Human-Machine-Interface. The control system hardware and software associated with providing the LCD-based interface between system users and the control system. 13. PLC: Programmable Logic Controller. Field installed unit which monitors and controls devices, located within the plant. The PLCs contain all logic necessary to monitor and control the system process located at the PLC location. 14. SCADA: Supervisory Control and Data Acquisition. 15. RTU: Remote Terminal Unit. Field installed unit which monitors and controls devices, located away from the plant at remote locations. The RTUs contain all logic necessary to monitor and control the system process located at the remote location. PART 2 PRODUCTS 2.01 INFORMATION ON DRAWINGS A. The following information is indicated on the drawings: 1. Loop diagram on flow sheet for each control loop. Diagrams are schematic in nature and intended only as a guide to work to be performed. 2. Approximate location of primary elements, instrument panels and final control elements. 3. Approximate location of instrumentation power junction boxes for instrument electrical power connection. 4. Location of electrical distribution panel boards for instrument electrical power. 5. Location of equipment having alarms and equipment status contacts. 6. Location of equipment being controlled by system. 7. General layout of instrument cabinets. 8. Instrument installation details. 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 S5.4 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, fabrication details and wiring diagrams. 4. Detailed system configuration. 5. Raceway and cable routing for instrumentation wiring. 2.02 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 an output of five watts operated at 24 inches from the instruments; in the presence of plant telephone lines, power lines and electrical equipment; and in the presence of digital data transmission systems. CORP2000479 4061 13-10 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL SYSTEM GENERAL PROVISIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 B. Field Locations: Field equipment may be subjected to ambient temperatures from -5 to 50°C with direct radiation, relative humidity from 0 to 100 percent with condensation. C. Power Supply: Power supply will be 120 volts AC, single-phase, 60-hertz commercial power. Voltage variations will be at least plus or minus 8 percent. Certain loops shall have integral power supplies as indicated on the drawings. 2.03 TRANSIENT AND SURGE ISOLATION A. Protect all power and communication and transmission/receiving circuitry from any surge, including spikes up 1,000 volts peak and surges with a rise time of less than one microsecond. Use a combination of current limiting resistors, zener diodes, gas tube surge arresters and a fusible link which melts and shorts the surge to ground before the device circuitry is affected. Provide protection adequate for personnel safety, which will prevent an erroneous output, change in calibration or failure of component other than fuse or fusible link. 2.04 SPARE PARTS A. During the system warranty period, the CONTRACTOR is expected to make system repairs by initially replacing the defective component with one from the spares inventory. The CONTRACTOR shall then replace the spare component 2.05 SPECIAL TOOLS A. The CONTRACTOR shall supply one of each type of special hand tool required to open or operate equipment, to remove or replace replaceable parts, remove or replace cable connectors, or to make required operational or maintenance adjustments. A special hand tool is any tool not readily available from local retail hardware stores. 2.06 TEST EQUIPMENT A. The CONTRACTOR shall provide a complete list of all tools, test equipment, and commercial software programs necessary for the proper maintenance of the system. This list shall contain the quantity recommended, model number, description, cost, and name and address of supplier. 2.07 MATERIALS AND EQUIPMENT A. Materials: Material shall be new, free from defects, and of the quality specified. All instruments with the same specification shall be from the same manufacturer. 1. Provide equipment of solid-state construction utilizing second source semiconductors, unless otherwise specified. Derate components to assure dependability and long-term stability. Provide printed or etched circuit boards of glass epoxy, hand or wave soldered, of sufficient thickness to prevent warping. Coat printed circuit boards in field-mounted equipment with plasite 7122, or approved equal, to protect against corrosion. Alignment and adjustments shall be non-critical, 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. CORP2000479 4061 13-11 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL SYSTEM GENERAL PROVISIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 Use parts indicated in instruction manuals, replaceable with standard commercial components of the same description without degrading the performance of the completed assembly. Do not use silver edge connectors or pins. 2. Use test equipment and instruments to simulate inputs and read outputs suitable for the intended purpose and rated to an accuracy of at least five times greater than the required accuracy of the device being calibrated. Such test equipment shall have accuracies traceable to the National Bureau of Standards as applicable. 3. Make equipment located in hazardous areas suitable for applicable classification by use of explosion-proof housings or equipment and barriers approved as "intrinsically safe" by either UL or FM. Locate barriers in cabinets at hazardous area boundaries. Use dual barriers in loops in order to prevent a grounding loop at the barrier. 4. Provide all special tools necessary for operation, maintenance and calibration of all (instruments) devices, subsystems, and systems supplied. 2.08 SPECIAL PROJECT REQUIREMENTS A. As a part of this contract, the instrumentation systems contractor shall coordinate 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 specifications and the central controls, and that the tie-ins and the interface signals are provided as required. B. The calibration, testing, and start-up of all the instruments 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 technician will perform this work. The CONTRACTOR shall also provide a certified calibration report stating that each instrument has been installed per the manufacturer's recommendations and per these specifications. PART 3 EXECUTION 3.01 OVERVIEW A. The CONTRACTOR is responsible for the following areas: 1. Acquisition and installation of all the hardware, software, and instrumentation as defined in this specification and drawings. 2. Perform the Factory Demonstration Test as defined paragraph 3.02, B. 3. Provide start-up installation services for the PLCs. 4. Provide start-up installation services for the HMI. 3.02 SYSTEM TEST REQUIREMENTS A. General Requirements: 1. The Control System shall undergo a comprehensive system test process to demonstrate that the system performs as an integrated unit to meet the requirements of this specification. The CONTRACTOR, as a normal course of system development, shall conduct all element, subsystem, and system tests CORP2000479 4061 13-12 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL SYSTEM GENERAL PROVISIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 necessary to ensure the proper operation of the control system at various stages of system development. This type of testing will normally be not witnessed; however, the OWNER and ENGINEER reserve the right to witness these tests if concerns arise about the progress of system implementation. 2. Two formal witnessed tests shall be conducted on the Control System: a. Factory Demonstration Test (FDT) (PLC. HMI, OIU) —Not Required b. I/O Point Checkout, TERMINATION checkout and HMI checkout 3. The following paragraphs describe the requirements for each of these formal tests. B. Factory Demonstration Test (FDT)s —Not Required 1. A FDT and verification for all equipment, software, and associated documentation shall be performed prior to system, subsystem, or major components shipment. The tests shall be performed to verify that the equipment is manufactured and assembled correctly, is operating as designed, and is in compliance with the contractual requirements for the deliverables. The tests shall be performed to verify that the software and hardware will meet the functional and performance requirements of this document. 2. OWNER (three persons) and the ENGINEER (one person) will witness these factory tests. The supplier of the control system shall provide the following for the OWNER and the ENGINEER. a. Notification four weeks in advance of the tests b. Air travel to/from the test facility c. Lodging in a hotel d. Ground transportation e. Meals f. Above items if retesting must be performed to obtain satisfactory results 3. The FDT shall demonstrate compliance to each explicitly stated requirement in the specification. The CONTRACTOR shall use the Excel spreadsheet program to build a FDT cross reference table that lists each specification paragraph that imposes a uniquely identifiable technical requirement. The CONTRACTOR shall add to the format a data field for the FDT test number of the test that is going to demonstrate compliance with the requirement. A second version of the table, sorted by test number, shall also be printed. This will make it possible to select any specification paragraph and identify the FDT test that should demonstrate the feature. The version ordered by test number can be used to verify the completeness of each test and shall be used during the FDT to check off the features demonstrated. 4. The FDT shall include the following: a. Equipment Test and Verification: The FDT for the equipment (hardware) shall include individual end-item verification and integrated tests of all hardware. These tests shall include visual inspection verification and running the standard hardware diagnostic programs, plus all special diagnostic programs used by the CONTRACTOR to demonstrate that the hardware integration task has been completed. CORP2000479 4061 13-13 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL SYSTEM GENERAL PROVISIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 b. System Functional Test: The functional test shall exercise every specified system function and shall include, but not be limited to, the following: (i) Rigorous exercising of all devices both individually and collectively. (ii) Verification of proper scanning and data acquisition of status and data points. (iii) Demonstration of all redundant functions and components. (iv) Demonstration of all required data base management functionality. (v) Demonstration of all required software support utilities. (vi) Demonstration of all system diagnostics, both on-line and off-line. 5. Support Software Tests: The FDT for the support software shall include the following, as a minimum: a. Demonstration of system editing capabilities including the addition and deletion of points in a PLC; the addition, deletion, and modification of HMI displays, the addition, deletion and modification of report formats, the addition, deletion, and modification of control strategies, and the modification of the database and all database parameters. b. Demonstration of the editing of all system parameters including timers, intervals, etc. c. Demonstration of utility software facilities, including assembling, compiling, appending, and executing new programs. On-line program debug facilities shall also be demonstrated. C. I/O Point Checkout 1. An I/O point checkout shall be performed after all equipment is shipped and installed in the field. The tests shall be performed to verify that the equipment has been installed correctly. The tests shall be performed to verify that the software and hardware will meet the functional and performance requirements of this document. 2. The OWNER and the ENGINEER will witness these factory tests. 3. The I/O point checkout shall demonstrate the proper operation of all the field points affected by the installation of the equipment provided by this contract. 4. The CONTRACTOR shall provide an I/O list for each PLC provided, and a test plan that indicates how the verification will occur. 5. The I/O Point Checkout shall include, but not be limited to, the following: a. Exercise each discrete input. Each state shall be verified at an Operator Workstation. b. Exercise each analog input. Each input shall be verified at 0, 50 and 100% range of the instrument. Linearity of the signal shall be verified. Each value shall be verified at the Operator Workstation. c. Exercise each discrete output. Each state shall be initiated from the Operator Workstation. If necessary, the associated equipment shall be placed into a "safe" state such that the activation of the output will not damage the equipment or cause a safety hazard. d. Exercise each analog output. Each output shall be verified at 0, 50 and 100% range of the instrument. Linearity of the signal shall be verified. Each value shall be initiated and verified at the Operator Workstation. CORP2000479 4061 13-14 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL SYSTEM GENERAL PROVISIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 e. Unless constrained by the operation of the plant, or due to safety reasons, all testing should include the actual equipment, and not use simulated signals. 3.03 INSTALLATION AND STARTUP A. Field Testing: Field testing and start-up shall consist of a sequence of activities and tests conducted as the control system components are installed and integrated at the job site. The following is a description of the individual steps that are involved with field testing and cut-over: 1. Top-End Equipment checkout. a. Once the top-end equipment is installed and operational at the Control Room, checkout of the network will begin. b. Demonstrate the capability of each piece of equipment to communicate with each other. c. Demonstrate the ability of the equipment to operate in the manner defined for each across the network, i.e. Operator Workstations providing HMI screens accessing data from the HMI servers. 2. PLC Checkout a. Once the PLC network is operational to each PLC location, field installation and checkout of the PLCs will begin. b. The field devices will be exercised by the CONTRACTOR to demonstrate the field wiring has been terminated properly. c. The next step of PLC checkout shall be an end-to-end (Operator Workstation to field termination) check of every physical I/O point connected to the PLC. d. Next, any control software associated with the PLC shall be activated and tested one-function at a time by the CONTRACTOR and witnessed by the ENGINEER. When problems are found, the software configuration shall be "debugged" and the problem fixed by the CONTRACTOR. When a problem is found, the appropriate tests shall be repeated after the problem is corrected by the CONTRACTOR to verify proper operation. Once the control software in the PLC has been tested and debugged, that PLC shall remain online on the new control system. e. Each PLC in the system shall be installed and tested using the procedure described above. A specific installation and start up plan shall be developed by the CONTRACTOR prior to the Factory Demonstration Test. The OWNER/ENGINEER will provide assistance as necessary in developing the start-up plan. f. During the start-up phase, the CONTRACTOR shall provide a minimum of 2 people on site full-time. The OWNER will provide one person full-time in the control room (dedicated to testing activities), and one person in the field to support installation and testing activities. The ENGINEER will provide testing support and inspection as required. 3.04 SYSTEM TRAINING A. Training Manuals: CORP2000479 40 61 13-15 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL SYSTEM GENERAL PROVISIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1. 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. 2. If the Contractor proposes to use standard training manuals, these manuals shall be revised or appended to reflect Control System characteristics. B. Required Training Courses: 1. 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. All training classes shall be scheduled Tuesday - Thursday between 8:00 A.M. and 3:30 P.M. Each individual daily training session shall be a minimum duration of two hours and a maximum duration of five hours. 2. 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. 3. Following this is a description of the categories of training to be provided. C. Operator Training 1. 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. D. Software Maintenance Training CORP2000479 4061 13-16 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL SYSTEM GENERAL PROVISIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1. 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: a. General software maintenance, including Control System backup, restoration, and archiving 2. 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. 3.05 SYSTEM APPLICATION CONFIGURATION A. Base System Configuration 1. The CONTRACTOR shall perform all system configuration activities necessary for the efficient operation of base control system functions. These activities shall include, but not be limited to: sizing of data tables and queues, tuning of communication subsystem parameters, configuration of console control access definitions, setup of alarm subsystem parameters, redundancy setup, Ethernet management devices, etc. The CONTRACTOR shall be responsible for all application programming of the PLC and HMI System. END OF SECTION CORP2000479 4061 13-17 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL SYSTEM GENERAL PROVISIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 40 6196 PROCESS CONTROL DESCRIPTIONS 3 PART 1 GENERAL 1.01 SCOPE OF WORK A. Configure, design, program and test the required process control logics that are defined in the provided Control Narrative. B. The developed programs and configuration shall meet the required facility operation and process control. C. All the developed programs, including PLC programs and configuration. Provide PLC memory map to City. Coordinate with the City's SCADA Engineer for PLC and HMI tests. D. The following paragraphs are a general outline of the process control and plant operation. HMI system configuration and program including screen, database, alarm and event, and historian are provided by the City's SCADA Engineer. 1.02 RELATED WORK (NOT USED) 1.03 SUBMITTALS A. The CONTRACTOR shall submit the PLC program design submittal prior to the Factory Acceptance Test. The submittals shall include: 1. One copy of PLC program print-out in electronic PDF format. 2. Tag name convention and database 3. Control strategy narrative. 4. PLC I/O List. B. The CONTRACTOR shall submit the SCADA program design submittal prior to the Factory Acceptance Test. The submittals shall include: 1. Tag name and animation convention 2. Control strategy narrative. 3. Database I/O list 1.04 REFERENCE STANDARDS (NOT USED) 1.05 QUALITY ASSURANCE (NOT USED) 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE (NOT USED) 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 WARRANTY/EXTENDED WARRANTY (NOT USED) CORP2000479 4061 96-1 NOVEMBER 2021—ADDENDUM 3 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL DESCRIPTIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 PART 2 REQUIREMENTS 2.01 GENERAL A. All HMI programming must conform to the owner's existing HMI Configuration Standards. B. All PLC application software shall be programmed in the same language as the existing PLC program language. C. The PLC Input/Output list shall contain all items (Field, HMI, and Peer-to-Peer) to be configured for the point and shall be capable of being imported and exported into the system via an Excel spread sheet. D. All field processing analog and discrete I/Os generated at the PLC shall be totalized, displayed, historically collected and trended at the SCADA HMI. E. All alarms generated at the PLC shall be indicated and logged at the SCADA HMI. F. PLC systems diagnostic status, alarming, communications status, failure, hardware primary or standby status, and hardware status and failure shall be displayed and alarmed at the SCADA HMI. G. Communication watchdogs shall be provided that monitor communication between the PLC and the SCADA HMI. Communication failure shall generate alarms notifying the Operators. 2.02 PLC AND SCADA HIM CONTROL FUNCTIONS A. General: The PLC and SCADA HMI shall display the status or value of all PLC input and output points and calculated points described in this section. B. An Operator entered set point shall be constrained to match PLC programmed set point ranges. If a value lower than the set point range is entered, the PLC program shall default to the lowest possible range value. If a value higher than the set point range is entered, the PLC program shall default to the highest possible range value. HMI shall alert the operators of the value being rejected. C. In general, confirmed PLC set point entries become the default program values. Should a PLC reboot occur, either intended or as an uncontrolled event, the PLC program shall be automatically restored with the last set point entries. No operator intervention shall be necessary to bring a freshly rebooted PLC online and operational. D. Fail Conditions: In addition to monitoring fail contacts for controlled equipment, if at any point a device fails to start, stop, open or close as commanded by the PLC, a timeout fail condition shall be generated by the PLC and displayed at SCADA HMI. E. Alarms related to SCADA HMI displayed field equipment and facilities shall be displayed on the related system control screen as well as recorded in the historical alarm summary. CORP2000479 4061 96-2 NOVEMBER 2021—ADDENDUM 3 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL DESCRIPTIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 F. Equipment READY Logic: "Ready" shall be defined in the PLC program (if not already defined by field relay logic) as follows: 1. Field equipment is currently in Remote and/or Auto mode 2. There are no fail conditions pending (including field E-Stop) 3. The equipment is not currently in Run mode. 4. No run inhibit conditions exist G. Ready shall be interpreted as "being available for remote operation". SCADA HMI Manual and Auto mode cannot be achieved without the related equipment having a READY status. (Note: Once a run status is confirmed under this scenario, the equipment shall be noted to be running in Auto mode). H. Flow Signal Dampening: The PLC shall be programmed to dampen the incoming analog signal of all flow meters. This shall be accomplished by averaging the flow signal over a five second period. Specifically, the PLC shall sample the flow every half second for five seconds to calculate the average flow. I. Flow Totalization: The PLC shall be programmed to totalize flow volume. Volume shall be accumulated at a rate of once every five seconds. Flow totalization logic shall utilize dampened flow signals as described in paragraph H of this section. J. Runtime and Number of Starts: The PLC shall be programmed to calculate all motor runtimes and display the value in tenths of an hour on the HMI screen. A lifetime runtime and a resettable/pre-settable runtime shall be provided for each distribution pump. The PLC shall be programmed to calculate the number of starts and display the value on the HMI. A lifetime number of starts and a daily number of starts shall be provided for each distribution pump. K. Out of Service: The control system shall have the facility to assign an "Out-of Service" tag to equipment monitored by the control system or to the entire pump station facility. During extended periods of maintenance and/or repair, an operator may make such an assignment so as to suppress associated alarms and inhibit HMI/PLC control functions. L. Control Strategy Refinement: It shall be understood that some refinement and/or minor modification of the control strategies shall be necessary over the course of the project at no additional cost. Forums for informal discussions and clarifications have been provided in these documents. They include the Presubmittal Conferences, Graphics/Reports Development meetings, Factory Testing, Field Development Phase and Startup. Note: All timer, level, position, analysis and flow rate values noted within the control strategies are provided for reference only and are subject to change based on final construction. PART 3 EXECUTION 3.01 CONTROL NARRATIVES A. Elevated Storage Tank Booster Pump: PMP-5651, 5652, 5751, 5752. CORP2000479 4061 96-3 NOVEMBER 2021—ADDENDUM 3 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL DESCRIPTIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1. Description: Monitor pump status. Control pump running when LOR switch is at "REMOTE". 2. Controller programming and configuration: a. Monitor equipment Remote, Running, Speed and Failure status. b. Monitor Isolation Valve closed status. c. Equipment Remote Manual and Auto mode control. d. Equipment fail to start and fail to stop. e. Calculate equipment runtime (0.1 hour increments) and number of starts. 3. SCADA HMI required programming and configuration: a. Remote, Running, Speed status and Speed setpoint display. b. Isolation Valve closed status display. c. All faults and alarms display and reset. d. Event log on: Remote, Running and each fault. e. Equipment runtime display, number of starts display and reset. f. Equipment total runtime display and total number of starts display. g. Equipment speed setpoint control in Remote mode and speed display and log. h. Provide equipment Remote Manual and Remote Auto mode selection software switch. i. Equipment remote manual control (i) Start/Stop pump control. (ii) Speed control. (iii) Fail to Start/ Fail to Stop and reset. j. Equipment remote auto control (i) Equipment will be controlled by System Auto Mode Control function. Refer to System Auto Mode function B. Elevated Storage Tank Pressure Reducing Valve: PRV-5661, 5761 1. Description: Monitor device status and control device opening when in Remote mode. 2. Controller programming and configuration: a. Monitor Open, Closed, LOR switch in Remote mode. b. Monitor device fault status. c. Monitor position reading. d. Position control by Remote mode SCADA position setpoint. e. Equipment Remote Manual and Auto mode control. 3. HMI required programming and configuration: a. Device Open, Closed, LOR switch status display. b. Device fault status display and alarm. c. Position setpoint control and position reading display and log. d. Provide equipment Remote Manual and Remote Auto mode selection software switch. e. Remote manual mode (i) Valve position setpoint—Valve manually controlled by SCADA Operator CORP2000479 4061 96-4 NOVEMBER 2021—ADDENDUM 3 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL DESCRIPTIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 f. Remote auto mode (i) Provide line pressure PID control. The pressure control shall use SCADA HMI line pressure setpoint and line pressure reading as control feedback. (ii) Provide line pressure setpoint on the HMI screen. (iii) Pressure control shall be enabled with Drain Line Isolation Valve is opened. C. Elevated Storage Tank Drain Line Isolation Valve: HV-5605, 5705 1. Description: valve used to isolate tank drain line. Modify the existing PLC program to provide the following functions. 2. Controller programming and configuration: a. Verify the following PLC controls and provide programming as required for the following functions: (i) Monitor Open, Closed, LOR switch in Remote mode. (ii) Monitor device fault status. (iii) Remote mode SCADA operation b. Provide valve remote Auto mode control. 3. HMI required programming and configuration: a. Verify the following HMI controls and provide programming as required for the following functions: (i) Valve Open, Closed, LOR switch status display. (ii) Valve fault status display and alarm. (iii) Valve open/close from SCADA HMI b. Provide equipment Remote Manual and Remote Auto mode selection software switch. c. Remote manual mode (i) Valve manually controlled by SCADA Operator d. Remote auto mode (i) Equipment will be controlled by the System Auto Mode Control function. Refer to System Auto Mode function. D. Elevated Storage Tank Generator: GEN-5671, 5771 1. Description: Monitor the generator status. 2. Controller programming and configuration: a. Monitor Running status. b. Monitor device fault and low fuel status. c. Calculate equipment runtime (0.1 hour increments) and number of starts. 3. HMI required programming and configuration: a. Generator Running status display, event log and alarm. b. Generator fault and low fuel status display and alarm. c. Equipment total runtime display and total number of starts display. E. Elevated Storage Tank Automatic Transfer Switch (ATS): ATS-5675, 5775 1. Description: Monitor the ATS status. CORP2000479 4061 96-5 NOVEMBER 2021—ADDENDUM 3 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL DESCRIPTIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 2. Controller programming and configuration: a. Monitor position status. b. Monitor device fault status. 3. HMI required programming and configuration: a. ATS position status display. b. ATS fault status display and alarm. c. Event log for fault and status F. System Auto Mode Control 1. System auto mode consists of following three auto modes: a. Tank Fill Mode (Semi-auto) b. Tank Drain Mode (Semi-auto) c. System Auto Mode 2. System Equipment: Each tank site has following equipment: a. Elevated Storage Tank Pressure Reducing Valve b. Elevated Storage Tank Booster Pump 1 and 2 c. Elevated Storage Tank Drain Line Isolation Valve 3. System Auto Mode software select switch. Provide a three-position software select switch on SCADA HMI to select the following modes: a. Tank Fill Mode b. Tank Drain Mode c. System Auto Mode 4. Tank Fill Mode: a. Description: This mode is to provide tank water fill up control. b. This is the default mode. When each of the System's Equipment is at Remote Auto mode, Tank Fill Mode shall be enabled. c. Setpoint: SCADA HMI shall have following setpoints: (i) Tank Fill Up Level Setpoint: (a) Holly EST: 196 ft (default 196 ft) (b) Rand Morgan EST: 225 ft (default 225 ft) d. Control: When this mode is enabled: (i) Close Drain Line Isolation Valve (ii) Delay 2 minutes (SCADA HMI adjustable) (iii) Start least runtime Booster Pump (iv) Keep pump running until Tank level reaches the Tank Fill Up Level Setpoint (v) Stop the pump (vi) Send event message "Tank is filled up"to operator e. Provide pump runtime control. Compare two pumps' running times and call the pump with the least runtime to run and max runtime pump to stop. f. One pump running at any time. Provide pump failover control, running pump failed and stopped, initiate an alarm and automatically call another pump to run. CORP2000479 4061 96-6 NOVEMBER 2021—ADDENDUM 3 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL DESCRIPTIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 5. Tank Drain Mode: a. Description: This semi-auto mode is to provide water distribution control. b. Mode Enable: when each System Equipment is at the Remote Auto mode, this mode is selected. c. Setpoint: SCADA HMI shall have the following setpoints: (i) Tank drain level setpoint: (a) Holly EST: 152 ft (default 152 ft) (b) Rand Morgan EST: 175 ft (default 175 ft) (ii) System Pressure Setpoint: (a) Holly EST: 58 psi (default 58 psi) (b) Rand Morgan EST: 48 psi (default 48 psi) d. Controls: when this mode is enabled: (i) Stop all pumps (ii) Delay 2 minutes (SCADA HMI adjustable) (iii) Open Drain Line Isolation Valve (iv) PLC starts to modulate Pressure Reducing Valve position to maintain system pressure at the System Pressure Setpoint e. When tank level drops to low level (SCADA HMI setpoint) and system pressure cannot be maintained to the System Pressure Setpoint for 5 min (Adjustable at SCADA HMI), an alarm shall be initiated to SCADA HMI operator (i) Main Pressure Reducing Valve position (ii) Close butterfly valve (iii) Initiate an event message"Tank Drained" 6. System Auto mode: a. Description: This fully automatic mode is to provide automation of tank fill and drain control based on daily schedule. System shall have two schedules for Tank Fill and Drain operation. b. Mode Enable: when each System Equipment is at Remote Auto mode this mode is selected. c. Setpoint: SCADA HMI shall have the following setpoints: (i) Holly EST (a) Schedule 1: (1) Schedule 1 Tank Drain Time: 07:00:00 (2) Schedule 1 Tank Fill Time: 12:00:00 (b) Schedule 2: (1) Schedule 2 Tank Drain Time: 18:00:00 (2) Schedule 2 Tank Fill Time: 23:00:00 (ii) Rand Morgan EST (a) Schedule 1: (1) Schedule 1 Tank Drain Time: 07:00:00 (2) Schedule 1 Tank Fill Time: 13:00:00 (b) Schedule 2: CORP2000479 4061 96-7 NOVEMBER 2021—ADDENDUM 3 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL DESCRIPTIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 (1) Schedule 2 Tank Drain Time: 18:00:00 (2) Schedule 2 Tank Fill Time: 23:00:00 (iii) All setpoints shall be adjustable on an HMI screen d. Controls: when this mode is enabled: (i) SCADA clock time reaches each schedule time, SCADA shall start each mode. 7. System Auto mode fail control: a. When system equipment has one of the following: (i) Pressure Relief Valve fails or (ii) Isolation valve fails or (iii) One of Booster Pumps fail b. The System shall: (i) Switch each System Equipment to Remote Manual Mode (ii) Stop pump (iii) Close Drain Line Isolation Valve (iv) Maintain Pressure Reducing Valve position (v) Initiate an alarm to operator G. System Emergency Mode 1, System auto emergency mode consists of two operation modes; a. Auto b, Manual 2, System Equipment; Each tank site has the following equipment; a, Elevated Storage Tank Pressure Reducing Valve b, Elevated Storage Tank Booster Pump 1 and 2 c, Elevated Storage Tank Drain Line Isolation Valve 3, Auto Mode; a, This mode shall be enabled when all of the system equipment is in the remote auto mode, b. When the following conditions occur.- (i) ccur;(i) System is in Tank Fill Mode or System Auto mode AND (ii) Drain line pressure (PIT-5602/5702) drops to emergence pressure setpoint 40 psi for Holly EST and 38 psi for Rand Morgan EST(default setting, SCADA HMI adjustable)ANDA (iii) Drain line pressure stays below emergency pressure setpoint for 30 sec(delay timer setting, SCADA HMI adjustable 0-10 min,) 4. PLC program shall force the System to Tank Drain Mode, Refer to System Auto Normal Mode Tank Drain Mode control, a. When the Drain line pressure back to normal (> 40 PSI), after a time delay (default 15 min, HMI adjustable 0N120min), System shall be switched to the original control mode, b. Event log and alarm with mode is changed CORP2000479 4061 96-8 NOVEMBER 2021—ADDENDUM 3 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL DESCRIPTIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 5, Manual Mode; a, Provide Manual Emergency Mode button on HMI screen to allow operator to force the System into Emergency Mode manually, b, When Manual Emergency Mode button is pressed on SCADA HMI screen, the system control shall switch to the Tank Drain Mode, Refer to System Auto Mode Tank Drain Mode control, c. When the distribution system pressure is back to normal(>40 PSI), after a time delay (default 15 min, HMI adjustable 0N120min), the system shall be switched to the original control mode, d, Event log and alarm with mode is changed END OF SECTION CORP2000479 4061 96-9 NOVEMBER 2021—ADDENDUM 3 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL DESCRIPTIONS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 40 67 00 CONTROL SYSTEM EQUIPMENT PANELS PART 1 GENERAL 1.01 SCOPE OF WORK A. The CONTRACTOR shall modify the existing PLC panel as shown on the plan. B. This section specifies connection wiring within panels and electrical accessories such as switches, pilot lights, relays, terminal blocks, and fuses, which are included in the panel. The listed panel equipment and device specifications are for any piece of panel equipment or device that is not existing in the existing PLC panel. The CONTRACTOR shall provide the same model of panel devices and components as the existing's. C. All work and products shall conform to the designs shown on the applicable Drawings and shall comply with the provisions of this section. Panels and cabinets shall include all components indicated in the applicable Drawings, required to provide functions as specified in this section. Where specific requirements on the Drawings conflict with general design requirements in this section, the requirements shown on the Drawings shall prevail. D. The CONTRACTOR shall calculate new panel device electrical load and verify with the existing panel power supply size. Provide a larger size power supply as required. 1.02 RELATED WORK 1.03 SUBMITTALS A. General: Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Elementary Control Diagrams: The CONTRACTOR shall provide elementary control diagrams, using the ladder diagram format incorporating line number, operation function statement, contact location line number with an underline for a normally closed contact, and a description of operation of each device. Label each contact, coil, and indicator with its function as well as its number. Show terminals for field wiring. Show field wiring as dashed lines. C. Connection Diagrams: Connection diagrams shall show the placement, labeling, and wiring of components within panels and cabinets. Components shall be shown arranged in the physical layout (not necessarily to scale) as it would appear to a person servicing the equipment. Wires shall be shown as a continuous line between their termination points. The direction of entry to a wire bundle shall be shown. Wire lists and wireless diagrams shall not be accepted. All additions and deletions of devices and wires in existing enclosures shall be clearly shown. Each wire label designation shall be shown. The wire label designations on each end of a single wire must be identical. All wire termination point numbers shall be shown. Each wire color shall be shown. Signal and CORP2000479 40 67 00-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CONTROL SYSTEM EQUIPMENT PANELS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 DC circuit polarities shall be shown. All jumpers, shielding, and grounding details shall be shown. Wire pairs shall be shown. Spare wires and termination points shall be shown. 1.04 REFERENCE STANDARDS A. All materials and workmanship shall conform to the latest published applicable provisions of the following codes and standards: Standards Title NFPA National Electrical Code (NEC) ANSI/NEMA ICS 1 General Standards for Industrial Controls and Systems ANSI/NEMA ICS 2 Industrial Control Devices, Controllers, and Assemblies ANSI/NEMA ICS 3 Industrial Systems ANSI/NEMA ICS 4 Terminal Blocks for Industrial Control Equipment and Systems ANSI/NEMA ICS 6 Enclosures for Industrial Controls and Systems ANSI/NEMA 250 Enclosures for Electrical Equipment (1000 Volts maximum) EIA RS-310-C Racks, Panels, and Associated Equipment ANSI-C-37.13 Low-Voltage AC Power Circuit Breaker (600 Volt Insulation Class) ANSI/IEEE Electrical Isolation for Analog Signal Devices C39.5-1974 B. Unless otherwise specified, electrical equipment and material provided under this contract shall be listed and labeled with the purpose for which it is used by the Underwriters Laboratories, Inc. (UL). This requirement may be waived only if a UL listing is not available for the type of product. 1.05 QUALITY ASSURANCE A. Manufacturer's Qualifications - All equipment and accessories provided shall be the product of a manufacturer regularly engaged in manufacturing this equipment whose products have been in satisfactory service for not less than three (3) years. Completed panels shall bear the UL label. B. Services of Manufacturer's Representative - The manufacturer shall provide operating training and maintenance training. 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS 1.07 DELIVERY, HANDLING, AND STORAGE (NOT USED) 1.08 MAINTENANCE/SPARE PARTS A. The manufacturer shall provide the specified spare parts and/or tools as detailed below: 1. Ten of each type of surge protector CORP2000479 40 67 00-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CONTROL SYSTEM EQUIPMENT PANELS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 2. Ten of each type of control relay 3. Ten fuses of each type used 4. Twenty terminal blocks of each type used 1.09 WARRANTY/EXTENDED WARRANTY A. The manufacturer shall provide an all-inclusive two (2)-year warranty. PART 2 PRODUCTS 2.01 MATERIALS A. PLC Panels 1. Provide components and devices per contract drawings. B. Nameplates—Not required 1. Machine engraved, three ply laminated phenolic nameplates shall be provided for all panels and cabinets as shown on the Contract Drawings. Nameplates shall be black with white lettering. Nameplates shall be attached to the panel with a minimum of two self-tapping metal screws. The height of each character shall be a minimum of 3/16" except as noted. C. Wiring And Electrical Devices 1. General: Provide the wiring and electrical devices specified below and install these and internal panel wiring as shown on the Contract Drawings. 2. Power Distribution a. Unless otherwise specified, power for instrumentation equipment shall be obtained from a 120 volt, 60 hertz distribution panel-board in the Lighting Panel. b. Each cabinet shall be equipped with a 120 VAC main power disconnect circuit breaker and power distribution circuit breakers as shown on the Contract Drawings. The main power disconnect breaker shall be a one-pole breaker rated at the amperage shown on the Contract Drawings. Distribution circuit breakers shall be single-pole rated at the amperage shown on the Contract Drawings. The circuit breaker shall be rated at 250VAC maximum with a short circuit rating of 10,000 amps for all breaker ratings. The circuit breakers shall be mounted on a standard DIN rail and shall be Allen-Bradley Channel Mounting Type, or equal. c. For each power distribution circuit breaker, a neutral return terminal block shall be installed at the bottom of the breaker rail. The neutral return terminal block shall be standard DIN rail mounted and shall be rated to carry required amperes and accept up to two 12 AWG wires. This terminal block shall conform to the requirements specified herein. d. Each cabinet shall be provided with grounding type receptacle power outlets for 120 VAC power supply connections as shown. Each piece of equipment that is equipped with an ac power cord shall be plugged into a power outlet. 3. Panel Connection Wire and Cable CORP2000479 40 67 00-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CONTROL SYSTEM EQUIPMENT PANELS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 a. All cables furnished by the CONTRACTOR, including cables with any and all wires terminated at both ends within the same panel or enclosure and cables with any wires terminated at more than one panel or enclosure, shall conform to the requirements specified below. (i) Power and Control Cable - Power and control wiring shall be single conductor stranded copper NFPA 70 Type MTW. Power wiring from the main circuit breaker to distribution breakers shall be 12 AWG minimum. All other single conductor 120 VAC and 24 VDC power and common return wiring, common ground buses, and all common logic bus circuits shall be 16 AWG minimum. Circuits protected by 15 Amp circuit breakers shall be 14 AWG minimum. All power wiring shall be rated for 600V and 80°C. (ii) Single Conductor Wire - All single conductors used for logic control circuit wiring shall be No. 18 AWG stranded conductor copper, Belden Type 9918 (0.080-inch O.D.), or equal. (iii) Multi-conductor Foil-shield Cable (TP) - All multi-conductor cable used for logic control circuit wiring shall be No. 16 AWG stranded copper conductors with polyvinyl/chloride jacket. The cable shall be rated for a minimum of 600 volts and 80°C. The cable shall have an overall aluminum/polyester foil shield with drain wire, Alpha XTRA-Guard 1, or equal. (iv) Analog Signal Cable - Wiring for 4-20 milliampere, 1-5 volt DC signals and other analog signals shall be No. 18 AWG stranded copper twisted pair shielded cable and 80°C rated, UL listed, and 0.25 inches maximum outside diameter, with 100 percent coverage aluminum foil mylar-lines shield and No. 22 AWG (minimum) stranded tinned copper drain wire, Houston Wire and Cable, Belden, or equal. Multi-pair analog signal cable shall be individually shielded (with drain wire) No. 18 AWG stranded conductor copper with a 100 percent aluminum/polyester foil shield with drain wire and an outer PVC jacket. The cable is designated TSP on the Contract Drawings. The cable shall be rated for 600V, 80°C (NEC Article 300-3). (v) Multi-Individual Conductor (TP) - Multi-individual conductor cables used for logic control circuit wiring shall be number 16 AWG stranded copper conductors with polyvinyl/chloride jacket. The cable shall be rated for a minimum of 600V and 80°C. The cable shall be Belden or equal. (vi) Wire Tagging - All panel connection wiring shall be tagged at terminations with machine printed slip on type tags. The CONTRACTOR shall show wire/cable tag designations on all wiring diagrams submitted to the OWNER. There shall be a tag placed within two inches of any wiring termination. The tag shall be fixed to the wire to prevent the tag from sliding more than two inches from the terminal as the result of gravity and vibration. b. Power and Control Circuits (i) Control circuit, logic bus, and power circuit wires shall be tagged as defined in this paragraph. (ii) Control Circuits: Each individual connection wire shall be tagged at both ends of the wire with a wire number. The tag shall be placed on the wire CORP2000479 40 67 00-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CONTROL SYSTEM EQUIPMENT PANELS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 within two inches of the terminal at which the wire is terminated. The CONTRACTOR shall assign a unique number for each wire within a panel. (iii) Power Circuits: All 120 VAC power wires shall be tagged with the designation "120 VAC-" followed by the circuit breaker number shown on the Contract Drawings, then followed by a letter designating whether the wire carries the line (L), neutral (N), or power ground (PG). (iv) Positive 24 VDC power circuit and power bus wires shall be tagged with the designation "+24 VDC-" followed by the circuit breaker number shown on the Contract Drawings, and 24 VDC power returns shall be designated with "24 VDC COMMON". c. Wire Colors: Control, logic bus, and power conductors in panels shall match the existing PLC cable color scheme. d. Signal Circuits: Signal circuit multi-conductor cables shall be tagged at each end with the designation shown on the wiring diagram. Each signal conductor shall be tagged at each end with the designation of the terminal block to which it is connected. Individual conductors in each pair of twisted-pair cables shall have distinctly different colors, such as black and white or black and clear. Shield ground common wires connected between drain wire terminals shall be green and shall be tagged "SG". 4. Terminal Blocks a. Unless otherwise shown or specified, terminal blocks shall use captive screws with pressure plate, DIN EN 50035 rail 600 volt rating. Terminal blocks for Input/Output shall be prewired type. Terminal blocks shall be the type specified in the following table orequal: Description Type Application Terminal Block or Phoenix UK 5 N 120 VAC, Neutral equal Grounding Terminal Phoenix USLKG 5 Equipment Grounding Block End Clamps Phoenix E/NS 35 N Each Group of Blocks Terminal Marking Phoenix ZB 6 All terminal Blocks as req u i red Terminal Strip Marker Phoenix KLM-A Each Group of Blocks Insertion Strip Phoenix ESL As Required b. Provide Phoenix Contact UK6.3 fused disconnects with light indicators for 24VDC and 120VAC circuits with fuses as shown on the drawings (www.phoenixcontact.com). Provide 20 fuses of each type as spares. 5. Terminal Tags, Covers, and Markers: Each terminal strip shall have a unique identifying alphanumeric code designation at one end and a plastic marking strip running the entire length with a unique number for each terminal. The CONTRACTOR shall assign terminal strip numbers from the number "1" and continuing in ascending cardinal order. The terminal strip designation shall be the letters "TB" followed by the terminal strip number. The strip and terminal point designations shall be machine printed and 1/8 inch high. Terminal blocks carrying CORP2000479 40 67 00-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CONTROL SYSTEM EQUIPMENT PANELS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 120 VAC power circuits shall be provided with a transparent, hinged cover for personnel protection and accessibility. 6. Wire Routing: Wires shall be routed in slotted plastic wire-ways with snap covers. Wires carrying 120 VAC shall be separated as much as possible from other wires and signal cables and shall be routed only in ducts shown on the Contract Drawings for 120 VAC. If the power wiring has to cross the signal wiring, the crossing shall be as close to a right angle as possible. Ducts shown for 24 VDC shall be used for all other wires and cables. Routing of 120 VAC in combined ducts shall be minimized. Wires and cables shall be routed along the shortest route between termination points, excepting routes that would result in routing 120 VDC and other wires and cables in the same duct. For intrinsically safe signal wiring, refer to ANSI/ISA RP12.6 "Installation of Intrinsically Safe Instrument Systems in Class I Hazardous Locations." Wires and cables shall have sufficient length to allow slack and to avoid any strain or tension in the wire or cable. Wires and cables shall be placed in the ducts in a straight, neat, and organized fashion and shall not be kinked, tangled, or twisted together. 7. Wire Terminations a. Single wire and cable conductors shall be terminated according to the requirements of the terminal device. b. For captive screw pressure plate and screw terminals, appropriately sized lugs shall be used. Lugs shall be crimped and form gastight connections.All crimping shall be done using a calibrated crimping tool made specifically for the lug type and size being crimped. c. On shielded cables, the drain wire shall be covered with insulating tubing along its full bare length between the cable jacket and the terminal lug or terminal pressure plate. 8. Single Position Indicating Lights a. Single position indicating lights shall be 24 VDC, NEMA 13, heavy-duty, oil- tight, LED type with nominal 1.5-inch diameter. The lens color shall be as designated on the drawings. b. Single position indicating lights shall be Micro-switch Type PT, Westinghouse Type PB2, General Electric Type CR104P, or equal. 9. Electro-Mechanical Relays: Control relays shall be UL or CSA approved and provided with two form C silver contacts rated at 3 amperes at 28 VDC and shall be hermetically sealed. Where the Contract Drawings show a requirement for more than two contacts for a single control relay, two relays shall be provided with the coils wired in parallel. Coils shall be 24 VDC. Relays shall be mounted on sockets with retainers and shall be wired with drop out voltage spike suppression diodes in parallel with all coils, with the cathode of the diode connected to the positive side of the coil. Electro-mechanical Control Relays shall be IDEC (www.idec.com) type RY2S-LD with indicator light, Potter and Brumfield (www.tycoelectronics), or equal. 10. Power Line Surge Protectors: Each panel shall be provided with a 120 VAC, 20 Ampere service power line surge protector. The surge protectors shall be heavy duty, multi-stage, and high speed. Response time shall be 5 nanoseconds maximum and shall allow 340 Volts maximum peak surges to pass through. The protector shall be wired to the cabinet ground bar via a dedicated #8 AWG solid copper wire. CORP2000479 40 67 00-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CONTROL SYSTEM EQUIPMENT PANELS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 The power line surge protectors shall be EDCO Type HSP-121 (www.edcosurge.com) or equal. 11. Panel Ground a. Each panel shall be provided with a 1 inch high x 0.25 inch thick solid copper grounding bus bar across the bottom of the panel. The grounding bar shall be mounted on insulated standoffs so that no electrical connection is made between the grounding bar and the cabinet through the mounting. The ground bar shall be drilled and tapped with .25-20 screws at .5 inch intervals along its entire length. b. An uninstalled solid copper #8 AWG ground wire shall be attached between the ground bar and the panel enclosure and between the ground bar and the mounting panel. The ground connection to the enclosure and panel shall be made by sanding the paint finish off a small area, drilling a hole for a .25 inch bolt, and mounting a .25-20 bolt to the panel to serve as a grounding stud. The grounding stud shall be attached with a nut and flat washers on both sides of the enclosure/panel and with an inside tooth star lock washer next to the panel surface. The star lock washer shall be on the inside surface of the enclosure and the front surface of the mounting panel. The grounding wire shall be secured to the stud with a nut and inside tooth star lock washer. These grounding points shall be located within 12 inches of the bottom of the grounding bar. 12. Power Supply: Each panel shall be provided with 24 VDC switching type power supplies connected in parallel via current steering diodes. These power supplies shall operate from 120 VDC input power, shall provide a direct current output of 10 Amperes at 24 VDC at 40°C, and shall be adjustable from 24 to 28 VDC by screw driver operated adjustment. Input power regulation shall be .2% from 105 to 130 VDC. Output load regulation shall be .2% maximum from zero to full load. Ripple shall not exceed .5% at full load. The power supplies shall have integral output current limiting and over voltage protection. The power supplies shall have fully enclosing cases. The power supply shall be manufactured by Acopian (www.acopian.com) or approved equal. 13. Condensation Heater: Provide thermostatically operated condensation space heaters, which are sealed and safe to touch. 14. Wiring Duct: Plastic wiring duct shall be slotted type with dust cover, panduit type e or ne, as required. 15. Provide panel intrusion switch mounted on the panel door. 2.02 PANEL FABRICATION 2.03 FACTORY TESTS PART 3 EXECUTION 3.01 INSTALLATION A. Shop Testing: The CONTRACTOR shall coordinate panel delivery with the construction of the control room and panel locations to minimize field handling. CORP2000479 40 67 00-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CONTROL SYSTEM EQUIPMENT PANELS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 END OF SECTION CORP2000479 40 67 00-8 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CONTROL SYSTEM EQUIPMENT PANELS DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 40 70 00 INSTRUMENTATION FOR PROCESS EQUIPMENT PART 1 GENERAL 1.01 SCOPE OF WORK A. This section of instrumentation covers: Field Instruments. 1.02 RELATED WORK (NOT USED) 1.03 SUBMITTALS A. Literature and drawings describing the equipment in sufficient detail, including parts list and materials of construction, to indicate full conformance with the Specifications. 1.04 JOB CONDITIONS A. Environmental Requirements: The equipment shall operate in ambient temperature 0-130°F, relative humidity 30-100% conditions. B. Project power 120 volts, 60 hertz single-phase. Appropriate isolation shall be provided. C. Standard Signal: 1. Output Signal. Each instrument, which outputs a signal, shall output the standard 4-20 mA signal. The signal shall be constant over a load range of 0 to 600 ohms. 2. Input Signal. a. Electronic devices, such as controllers, match function devices etc., shall have an input impedance of one mega-ohm minimum for an input signal of 1 to 5 VDC. b. The 1 to 5 VDC signal shall be developed by the standard 4 to 20 mA transmitted signal through a precision 250 ohm, one-watt resistor. c. These requirements allow several receiving units to monitor the same transmitting unit without causing any perturbation of the received signal. d. Receiving devices shall not be wired in parallel. PART 2 PRODUCTS 2.01 EQUIPMENT FURNISHED A. Refer to instrument sheets at the end of this specification. 2.02 PRESSURE SWITCH A. Type: Diaphragm actuated. B. Function/Performance: 1. Repeatability: Greater than 1.0 percent of pressure. CORP2000479 40 70 00-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION INSTRUMENTATION FOR PROCESS EQUIPMENT DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 2. Set point: Field adjustable and set between 30 and 70 percent of the adjustable range. 3. Reset: Unit shall be of the automatic reset type unless noted otherwise on the Instrument Device Schedules. 4. Over Range Protection: Over range protection to maximum process line pressure. 5. Switch Rating: 250V AC at 10 amps; and 30V DC at 5 amps. C. Physical: 1. Housing: NEMA 4X. 2. Switching Arrangement: Single pole double throw (SPDT) unless double pole double throw (DPDT) switches are shown on the instrument device schedule. 3. Wetted Parts: Teflon coated diaphragm, Viton seals, stainless steel connection port. 4. Connection Size: 1/2-in NPT. D. Accessories/Options Required: 1. Shutoff Valve: Provide a process shutoff valve which can be used as an adjustable pressure snubber. E. Acceptable Manufacturers: 1. Static-O-Ring (SOR). 2. United Electric. 3. Ashcroft. 4. Mercoid. F. Instrument list: refer to contract drawing for instrument list G. Spare: One set of instruments. PART 3 EXECUTION 3.01 INSTALLATION A. General: 1. Install control panels as shown on the drawings. 2. Install instruments in various locations in the field and on panels as shown on the drawings. 3. Coordinate the outage with the OWNER representative through the ENGINEER. Starting or stopping of any existing pump; opening any existing breaker, or disconnecting any instrument shall be approved in advance through the ENGINEER. 4. All installations shall be in accordance with the Manufacturer's recommendations and instructions. 5. All the necessary mounting accessories shall be provided. CORP2000479 40 70 00-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION INSTRUMENTATION FOR PROCESS EQUIPMENT DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 3.02 SCHEDULE A. The instruments shall be supplied of the range and type as described in the data sheet, loop diagram, and PID as shown on the drawings. SEE FOLLOWING ATTACHED SHEETS CORP2000479 40 70 00-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION INSTRUMENTATION FOR PROCESS EQUIPMENT DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 SECTION 43 23 21.13 BETWEEN-BEARINGS IMPELLER, ONE- AND TWO-STAGE, AXIALLY-SPLIT CENTRIFUGAL PUMPS PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment, and incidentals, including Special Services, required to provide pumps, base plates, couplings, anchor bolts (including design), motors, starters, and appurtenances as shown on the Drawings and specified in this section. Major components include the following: four (4) horizontally mounted, axial split-case, single stage, side suction, dual volute, centrifugal pumps, and associated motors at the elevated storage tanks (ESTs). B. The pumping units (pumps and motors, etc.) shall be furnished with all necessary accessory equipment and auxiliaries whether specifically mentioned in these Specifications or not, and as required for an installation incorporating the best practices for the type of service, including field testing, and instructing the regular operating personnel in the care, operation, and maintenance of all equipment. C. Unit Responsibility: A single manufacturer shall be responsible for furnishing the Work and for coordination of design, assembly, testing, and installation of the Work of each Pump Section; however, the Contractor shall be responsible to the Owner for compliance with the requirements of each Pump Section. D. The Contractor/Pump Manufacturer shall confirm the pump rotation from the plans prior to manufacture. E. It is required to have one pump manufacturer to supply all two (2) centrifugal pumps and motors at each EST site. F. The pump supplier shall provide one bid proposal based upon the criteria as specified in the drawings and in this section for selection of pumping units. G. The City has purchased equipment to be used for this project. Purchase Orders (POs) are attached at the end of each of the pre-purchased equipment specification. The Contractor shall provide Services for all equipment provided by the Owner, as specified in Section 01 64 00 — Owner-Furnished Products as well as elsewhere in the Contract Documents. 1.02 RELATED WORK A3A. Section 09 90 00 — Painting and Coating. B. Section 26 05 02— Common Motor Requirements for Process Equipment, C. Section 43 05 22 — Pumping Unit Testing. CORP2000479 43 23 21.13 - 1 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION BETWEEN-BEARING IMPELLER, ONE-AND TWO-STAGE,AXIALLY-SPLIT CENTRIFUGAL PUMP DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Submit completed PUMPING UNIT QUESTIONNAIRE, included at the end of this Section, with the Bid Proposal. C. All submittals shall use English units and shall be written in English. D. Submit required information in accordance with Section 01 33 01 — Submittal Register. Submit catalog sheets showing pump characteristics and dimensions, including the Dimensional and Layout Data: 1. Certified dimensional drawings of each item of equipment and auxiliary apparatus to be furnished. 2. Certified pump support and anchor bolt plans and details. 3. Schematic electrical wiring diagram and other data as required for complete pump installation. 4. Drawings of bearing temperature sensing locations and mounting details. 5. Certified sectional drawing of pumping unit with part numbers and material specifications. E. Design Data: 1. Submit Manufacturer's certified rating curves for each pump, showing pump characteristics for discharge head, capacity, brake horsepower, pumping efficiency at the "rated design" points, pump efficiency curve for pump, and guaranteed net positive suction head required (NPSHR) over the entire range of pumping requirements. This information shall be prepared specifically for each pump provided. Catalog sheets showing a family of curves will not be acceptable. 2. Submit dry weights of pump, motor, and base plate, and weight of entire pumping unit. 3. Submit pump/motor coupling Manufacturer, model number, AGMA 9002-A clearances and tolerances. A3F. Test Reports: 1. Submit certified test reports as specified in Part 3 of this Section. 2, Submit certified motor test data as specified in Section 26 05 02 — Common Motor Requirements for Process Equipment, G. Submit Manufacturer's installation instructions. H. Submit qualifications of pump company service Engineer to check out installation. I. Submit a Manufacturer's field report, including the following: 1. Report of installation, inspection, testing, and observations for each pumping unit. 2. Letter of Certification. J. Submit operation and maintenance data in accordance with the General Conditions. CORP2000479 43 23 21.13 - 2 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION BETWEEN-BEARING IMPELLER, ONE-AND TWO-STAGE,AXIALLY-SPLIT CENTRIFUGAL PUMP DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 1.04 REFERENCE STANDARDS A. Design, manufacture, and assembly of elements of the equipment herein specified shall be in accordance with, but not limited to, current published standards of the following, as applicable: 1. American Bearing Manufacturer's Association (ABMA). 2. American Gear Manufacturer's Association (AGMA). 3. American Institute of Steel Construction (AISC). 4. American Iron and Steel Institute (AISI). 5. American Society of Mechanical Engineers (ASME). 6. American National Standards Institute (ANSI). 7. American Society for Testing Materials (ASTM). 8. American Welding Society (AWS). 9. Anti-Friction Bearing Manufacturer's Association (AFBMA). 10. American Water Works Association (AWWA). 11. Hydraulic Institute Standards (HI). 12. Institute of Electrical and Electronics Engineers (IEEE). 13. Instrumentation, Systems, and Automation Society (ISA). 14. International Standards Organization (ISO). 15. Manufacturers Standardization Society of the Valve and Fittings Industry (MSS). 16. National Electrical Code (NEC). 17. National Electrical Manufacturer's Association (NEMA). 18. NSF International Strategic Registrations, Ltd (NSF). 19. NSF Standard 61 - Drinking Water System Components. 20. Occupational Safety and Health Administration (OSHA). 21. Society of Automotive Engineers (SAE). 22. Steel Structures Painting Council (SSPC). 23. Underwriters' Laboratories, Inc. (UL). 1.05 QUALITY ASSURANCE A. The equipment covered by these Specifications is intended to be standard pumping equipment of proven ability as manufactured by reputable companies having extensive experience in the production of such equipment. Units specified herein shall be furnished by a single Manufacturer. The equipment furnished shall be designed and constructed in accordance with the best practice and methods and shall operate satisfactorily when installed as shown on the Drawings. B. The Pump Manufacturer shall be fully responsible for the design, arrangement, and operation of all connected rotating components, including soleplates, if any, of the assembled pumping unit mounted on a fabricated steel base plate to ensure that neither harmful nor damaging vibrations occur at any speed within the specified operating range. C. The pumping units shall be complete, including pump, motor, resistance temperature detectors (RTDs), and terminal boxes. The Pump Manufacturer shall be responsible for CORP2000479 43 23 21.13 - 3 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION BETWEEN-BEARING IMPELLER, ONE-AND TWO-STAGE,AXIALLY-SPLIT CENTRIFUGAL PUMP DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 the coordination, furnishing, and performance of the complete pumping units (pump and motor, etc.) and also coordination with the VFD supplier. The Pump Manufacturer shall be responsible to the Owner for compliance with the requirements of pumping units. D. The Pump Manufacturer shall have furnished pumping units in the United States which are similar in design, type, and service, and comparable in size, head, and capacity to those specified to be furnished. Such comparable pumping units shall have been in satisfactory operation for a period of not less than five years. E. The Pump and Motor Manufacturers shall currently have maintenance and repair facilities established and in operation in the United States for a period of not less than three years. Such facilities shall be fully equipped and staffed with qualified personnel for making repairs to damaged pumps and motors shall stock or have direct access to a full line of maintenance spare parts. F. Acceptable Manufacturers: Subject to compliance with the requirements, provide pumps manufactured by one of the Manufacturers listed below. All plant water pumps shall be from a single Manufacturer. 1. Pentair. 2. Grundfos. 3. Flowserve. Only the manufacturers listed above are permitted to bid this job. No "like", "equivalent", or "equal" is permitted. G. Vibration: 1. The Pump Manufacturer shall review the Specifications and Drawings, including piping, pipe supports, harnessing arrangements, and foundations to fully evaluate the field installation conditions. This shall be done to ensure that the pumps are designed to conform to the specified vibration limits. Vibrations in excess of specified limits shall not be acceptable. 2. Acceptable field vibration and factory vibration limits shall be in accordance with the HI Standards. H. The pump shall operate without cavitation from shutoff head to minimum head. I. Services of Manufacturer's Representative: 1. Provide services of Pump Manufacturer's factory service technician specifically trained in the installation, operation, and maintenance of pumping units as specified herein. The services of the Manufacturer's Representative shall be made available during the installation period for assistance to the Contractor for adjusting and checking equipment. 2. Man-hour requirements tabulated below are exclusive of travel time and do not relieve the Contractor of obligation to provide sufficient service to place equipment in satisfactory operation. 3. The factory representative(s) shall be provided for trips and durations as shown below. CORP2000479 43 23 21.13 - 4 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION BETWEEN-BEARING IMPELLER, ONE-AND TWO-STAGE,AXIALLY-SPLIT CENTRIFUGAL PUMP DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 Services Provided by Factory Minimum Minimum Time of Representative Number of Trips Site Per Trip (Hours) 1 Supervise Unloading(f) 1 4 2 Supervise Setting of Pump Bases 1 16 Supervise Installation of Pumps and 3 Check Pump Leveling and Pre- 2 16 Alignment(b) 4 Inspect Final Pump Alignment(c) 1 8 5 Supervise Startup and Initial Run to 1 8 Demonstrate Successful Operation 6 Instruct Engineer and Owner's Reps 1 8 in Proper Startup and 0&M (d,e) (a) Representative(s) shall be present at frequent enough intervals to ensure proper installation, testing, and initial operation of the equipment. (b) Before grouting and piping connection. (c) After grouting and piping connection. The Manufacturer's representative shall provide to the Engineer a written certification that each pump has been installed in accordance with the Manufacturer's recommendations. (d) In the event the services of the Manufacturer's Representative are needed and requested by the Contractor for periods longer than indicated in these Contract Documents, payment for such services shall be made by the Contractor. No payment from Owner shall be due for time spent by the Representative due to faulty design, fabrication, or installation of the equipment. (e) Instruction may be given upon completion of Item 5, provided that the field testing by Owner's independent testing laboratory is successful and the 0&M Manuals have been submitted to and accepted by the Engineer. (f) This assumes all pumps are shipped together. Additional trips shall be included for additional shipments. 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS A. Treated drinking water is to be pumped from the City Water Distribution System to the EST. Water to be pumped is treated drinking water containing chloramines. Levels typically are 3 mg/L (as chlorine), but can be as high as 5 mg/L. B. Pumps shall be suitable for both enclosed and outdoor installation. C. Pump Supplier shall design the common steel base (frame) for mounting of pumps and motors. Pump Supplier shall pre-mount and align pumps and job motors at the factory and provide alignment information to Contractor. Pump Supplier shall drill pump and motor feet for bolting at factory and will drill base plate for anchor bolt installation. CORP2000479 43 23 21.13 - 5 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION BETWEEN-BEARING IMPELLER, ONE-AND TWO-STAGE,AXIALLY-SPLIT CENTRIFUGAL PUMP DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 D. Pump Supplier shall provide full coordination with VFD motor supplier to meet the specified operating conditions of the pumps. Pump Supplier shall document their agreement that motors proposed are fully satisfactory for use with pumps, including future operation wherein motors are driven with soft start or variable frequency drives. E. Pump Supplier shall perform pump/motor vibration analysis. Motor Supplier shall provide information necessary for Pump Supplier to perform this analysis. F. Pumps will be started against a check valve and a 100% open butterfly valve. G. Reverse flow from a power failure is only expected to occur until the check valve closes. Pump Supplier shall guarantee that pump, lubrication, and other appurtenances are adequately designed for this condition. H. The pumping units shall be equipped with vibration switches, not vibration monitoring system. I. The vibration alarm switch signal will be sent to the drive. J. The four pumping units shall all be supplied by one Manufacturer and shall be complete, including pump, motor, RTD, and terminal boxes. The Pump Manufacturer shall be responsible for the coordination, furnishing, and performance of the complete pumping units (pump/motor/starter/etc.). K. PUMP DESCRIPTION 1. The two pumping units shall be designed for installation at the Holly EST as indicated on the Drawings and specified herein. 2. The two pumping units shall be designed for installation at the Rand Morgan EST as indicated on the Drawings and specified herein. 3. Pump Designation (see Drawings) 4. Each unit shall be designed for pumping finished water (35°F to 90°F) and the following conditions of service as specified on the Drawings. 5. The overall pumping unit (pump, motor, and base plate) shall not exceed the overall dimensions as specified on the Drawings. These dimensions shall be verified by the Contractor based on the Plans and Manufacturer shop drawings and field measurements, prior to manufacturing. If the Contractor proposes equipment exceeding the size shown on the Plans or the above conditions, all costs (including engineering costs) associated with revising any components of the facility shall be borne by the Contractor. 6. Structural, mechanical, electrical, and architectural changes that are necessitated because the Contractor selects equipment with dimensional, power, or mechanical differences from that shown on the Drawings shall be made by the Contractor at no additional cost to the Owner. All engineering costs associated with the revisions shall also be borne by the Contractor. 7. Net Positive Suction Head Required (NPSHR): Provide appropriate NPSH margin, i.e., ratio of NPSHA to NPSHR, consistent with the suction energy conditions as defined by the Hydraulic Institute. Minimum margin shall be 10 percent for all pumping scenarios, or five (5) feet, whichever is greater. CORP2000479 43 23 21.13 - 6 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION BETWEEN-BEARING IMPELLER, ONE-AND TWO-STAGE,AXIALLY-SPLIT CENTRIFUGAL PUMP DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 8. Motor shall be compatible with 460 volt, 3-phase, 60 Hz power supply. 1.07 DELIVERY, STORAGE, AND HANDLING A. The Pump Manufacturer shall provide unloading, storage, and handling instructions prior to shipment. B. Pumping units shall be shipped with the motor space heaters connected to a terminal board and ready to be energized. C. All equipment shall be delivered in good, sound condition, and free from damage. Equipment which has been damaged will be rejected. Pump Manufacturer shall be on the site to witness the arrival, inspection, and unloading process as specified. D. The Contractor shall be responsible for proper unloading, handling, and storage of equipment in accordance with the Manufacturer's instructions. Motor space heaters shall be promptly energized, and pumping units shall be housed in weatherproof enclosures at all times during storage. The motor oil reservoirs shall be filled with oil promptly after arrival. The Contractor will rotate the motor shaft by hand three to four revolutions on a weekly basis until the units are started. 1.08 MAINTENANCE/SPARE PARTS A. Pump Spare Parts: Furnish the Manufacturer's standard set of spare parts for each size pump, including at least the following: 1. One set of pump bearings. 2. One set of mechanical seals. 3. One spare casing gasket and o-ring. B. Spare Parts Delivery/Storage: Crate and deliver spare parts in substantial wood boxes with hinged covers. Clearly and indelibly identify the contents of each box on its exterior. Each part shall be sealed, wrapped, or otherwise protected from corrosion during storage. 1.09 WARRANTY/EXTENDED WARRANTY A. Contractor shall provide a three-year Manufacturer warranty on the entire pump unit(pump/motor/etc.) in accordance with the General Conditions. Contractor is not required to be named if warranty is provided by the Pump Manufacturer for the entire three-year period. 1.10 PERFORMANCE GUARANTEE A. The Contractor shall guarantee the performance of each pumping unit to meet or exceed the specified performance. The guarantee shall include the complete pumping unit assembly, and shall cover speed, capacity, head, efficiency, brake horsepower, motor horsepower, and the performance curves for the pump. The capacity, head, and efficiency guarantee shall apply to the Rated and Design Points on the pump's head capacity curve at the specified head and capacity specified herein. If the pumping CORP2000479 43 23 21.13 - 7 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION BETWEEN-BEARING IMPELLER, ONE-AND TWO-STAGE,AXIALLY-SPLIT CENTRIFUGAL PUMP DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 units fail to meet the wire-to-water efficiency at Rated Design Point, corrective measures shall be taken as indicated in Section 43 05 21 — Pumping Unit Testing. B. Award Basis: 1. The Work of this Contract will be awarded to the responsible Bidder submitting the lowest cost for the sum of the total bid amount for the Holly and Rand Morgan Elevated Storage Tanks Implementation as per criteria specified in this section. 2. Failure of pumping units to meet or exceed the wire-to-water efficiency at Rated Point will require the Manufacturer to correct deficiencies to provide the specified performance. 1.11 OWNERSHIP OF PATTERNS A. The Pump Manufacturer shall provide written documentation that the patterns for the pump casings and impeller are under their direct control and that patterns will be available for at least 15 years, in the event that duplicate pumps are desired by the Owner. PART 2 PRODUCTS 2.01 CASINGS A. Materials: 1. Ductile Iron conforming to ASTM A536 GR 65-14-12 or ASTM A395 as appropriate. B. Design/Fabrication: 1. Casings shall be of sufficient thickness and suitably ribbed, if necessary, to withstand all stresses and strains to which it may be subjected during erection, testing, and operation. 2. Free of blowholes, sand holes, and other detrimental defects, with smooth water passages. C. Split-Case Provisions: Casings shall be of the double volute-type, split on the horizontal centerline with suction and discharge nozzles cast integrally with the lower half. Removal of the upper half of the casing shall allow the rotating element to be removed without disconnecting the suction and discharge flanges. Lifting eyes or lugs shall be cast into the upper casing. Provide tapped holes in flange of upper casing with jack bolts that allow the casing halves to be separated during disassembly. D. Suction and discharge nozzles shall be flanged, drilled, and machined to match ANSI B16.1 Class 125 AWWA C207. Flanges shall withstand maximum thrust against closed pump discharge valves. E. Taps and plugs: Casings shall be tapped for drains, vents, priming, water seal, and pressure gages. All taps shall be shipped with brass plugs. Plugs will be removed in the field, as necessary, to make connections for the miscellaneous piping and appurtenances. Contractor shall submit shop drawings showing locations of drains, vents, priming, water seal and pressure gages. CORP2000479 43 23 21.13 - 8 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION BETWEEN-BEARING IMPELLER, ONE-AND TWO-STAGE,AXIALLY-SPLIT CENTRIFUGAL PUMP DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 2.02 IMPELLERS A. Materials: ASTM A743 CA15, 316n stainless steel. B. Type: Double suction, enclosed type. C. Design/Fabrication: 1. Designed with ample strength and stiffness. 2. Finished to minimize friction and to assure a smooth non-turbulent flow over all surfaces internally and externally. 3. Statically and dynamically balanced to prevent whipping and vibration throughout the operating range, from shutoff head to run out. Perform a precision balance of each impeller to Iso Grade G2.5 and provide the balance certificate in the quality control section of the 0&M Manual. 4. No fillers of any type will be allowed. D. Mounting: The impeller shall be mounted on the shaft with a single key which extends beyond the impeller hub, locking the impeller and shaft sleeves against rotation on the shaft. 2.03 WEAR RINGS (CASING AND IMPELLER) A. Type: Full labyrinth double-ring type, single labyrinth double-ring type, or "L" double- ring type. B. Design/Fabrication: 1. The casing wear rings shall be designed to provide smooth flow of water into the impeller eye and be provided with a positive means of preventing rotation. 2. Wear rings shall be designed and machined to close tolerances to minimize leakage. The diametrical clearance shall not exceed 0.030-inch and be not less than 0.001-inch per inch of ring diameter. 3. The casing wear ring shall be stainless steel and have a minimum Brinell hardness of 100 points greater than the impeller wear ring. 2.04 SHAFT A. Materials: Alloy steel, equivalent to AISI 1045. B. Design/Fabrication: 1. Stress relieved, machined to true dimension, accurately ground and polished over the entire length. 2. The shaft shall be provided with oil throwers to prevent oil creeping from the bearings. All parts shall have polished surfaces. 3. The pump shaft shall be fitted with threads, lock nut, and keyway to fasten the pump half-coupling hub securely. 4. Shaft diameter shall be sized to prevent torsional and flexural deflection which would cause whipping and vibrating under any condition. CORP2000479 43 23 21.13 - 9 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION BETWEEN-BEARING IMPELLER, ONE-AND TWO-STAGE,AXIALLY-SPLIT CENTRIFUGAL PUMP DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 5. Maximum allowable flexural shaft deflection shall be not more than 75 percent of the radial wearing ring clearance. 2.05 SHAFT SLEEVES A. Shafts, where exposed to water or passing through glands and stuffing boxes, shall be protected by renewable (removable) sleeves. B. Materials: 1. 12 percent chrome steel sleeves, 350 Brinell hardness. 2. Steel for shaft sleeves shall be ASTM A743 Grade CA40. C. Design/Fabrication: 1. The sleeves shall be secured in place, for both directions of pump rotation, with shaft nuts incorporating set screws for locking purposes. 2. The sleeves shall be provided with o-rings to prevent leakage between the shaft and sleeves. 2.06 SHAFT MECHANICAL SEALS A. Pumps shall be supplied initially with mechanical type seals which are interchangeable with conventional packing. B. Materials: 1. Seal hardware: Stainless steel. 2. Seal glands: Stainless steel, grade 316. 3. Sealing surfaces: Ceramic and carbon. 4. Water seal pipe and hand valve: Brass. 5. Cover over shaft area between gland and bearing housing: Brass expanded mesh. 6. Shaft area cover hardware (bolts or screws): Stainless steel, type 316. 7. Hand valve warning tag: Stainless steel. C. Type: 1. Split-type, mechanical seals. 2. A.W. Chesterton - Type 442. D. Design/Fabrication: 1. Seal glands shall have a flush connection at the top and along the vertical centerline. 2. A brass water seal pipe, with brass hand valve, shall be provided from the pump casing to the gland flush connection. The hand valve shall be tagged with a stainless-steel warning tag indicating the valve is to be open at all times during operation. 3. Brass covers shall be provided over the shaft area between the seal gland and bearing housing and secured with 316 stainless steel screws or small bolts. CORP2000479 43 23 21.13 - 10 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION BETWEEN-BEARING IMPELLER, ONE-AND TWO-STAGE,AXIALLY-SPLIT CENTRIFUGAL PUMP DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 2.07 OIL SEALS A. Materials: Inboard & Outboard Oil Seals: Buna rubber, compatible for use with lubricating oil. 2.08 MISCELLANEOUS FITTINGS A. Small fittings and accessories inside the pump and around the shaft sleeves, such as set screws, bolts, and nuts that are exposed to water or water spray, shall be made of non-corrosive materials such as bronze or stainless steel. B. Materials: Bronze, stainless steel, or other approved non-corrosive materials. 2.09 PUMP BEARINGS A. Pump bearings shall be single row, deep-groove type ball bearings. They shall be designed and sized for at least 300,000 hours calculated minimum B10 rated bearing life at 25% BEP per ANSI B 3.15. Each bearing shall be capable of carrying both line and thrust type loads. All bearings shall be manufactured in the United States. 2.10 BEARING BRACKETS A. The bearing brackets shall be separate from the pump casing and accurately machined and doweled to the casing. Oil lubrication shall be provided. A constant oil level oiler shall be provided. Pump design shall allow for the bearing to be removed without disturbing the upper casing for inspection and replacement of the bearings, seals, and shafts. 2.11 PUMP BASE PLATE A. The pump and motor shall be mounted on a groutable steel base plate or a steel drip rim base plate with integral drip channels incorporated on each side. Each channel shall include an NPT connection and plug. The base shall be sufficiently rigid to support the pump and motor without the use of additional supports or members. Pump and motor mounting surfaces shall be machined for ease of realignment after motor replacement. 2.12 ANCHOR BOLTS A. Materials: Stainless steel. B. Design/Manufacturing: 1. Pump supplier shall provide the anchor bolts and an anchor bolt template to the Contractor prior to construction of the structural equipment pad. The template shall be stiff enough to maintain relative anchor bolt hole orientation. The template shall locate the pump suction and discharge connection centerline and projection line. 2. Anchoring system shall be appropriately sized and provided by the Pump Manufacturer to adequately handle all loads applied for the piping configuration shown on the drawings in accordance with the Hydraulic Institute Standards. CORP2000479 43 23 21.13 - 11 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION BETWEEN-BEARING IMPELLER, ONE-AND TWO-STAGE,AXIALLY-SPLIT CENTRIFUGAL PUMP DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 3. Bolts shall be of adequate length and design to transfer loads into the structural equipment pad. 4. Submit anchor bolt design calculations, prior to equipment manufacture. 2.13 SUCTION AND DISCHARGE CONNECTIONS A. Flange Type: Flanges: Suction and discharge nozzles shall be flanged, drilled, and machined to match ANSI B16.1 Class 125 and AWWA C207 Class D (150 psi). Flanges shall be flat- faced and designed to withstand maximum thrust against closed pump discharge valves. B. Design/Fabrication: 1. Designed for through bolting and straddling vertical and horizontal centerline. 2. Gaskets shall conform to AWWA C207 and Section 15064 (Steel Pipe and Fittings). C. Thrust Restraint: Pump manufacturer shall design thrust harness for pump suction and discharge piping in accordance with Hydraulic Institute Standards. Pump manufacturer shall provide this information to the DB Contractor. DB Contractor shall provide any all restraints exceeding shown on the drawings that are required by the pump manufacturer at no additional cost to the Owner. 2.14 PUMP/MOTOR COUPLINGS A. All pump and motor couplings shall be or equal to FAST or Falk T10. 2.15 AUXILIARY PIPING AND CONNECTIONS A. Materials: Threaded piping: ASTM A53, Grade B Schedule 80 (minimum). B. Design/Manufacture: 1. NPT conforming to ASME B1.20.1 and ASME B16.5. 2. Threaded connections shall be held to a minimum and shall not exceed 1-1/2-inch N PS. 3. Connections for NPS 1-1/4", 2-1/2", 3-1/2", 5", 7", and 9" are not permitted. 2.16 INFORMATION PLATES / MARKINGS A. Materials: 1. Nameplate: Embossed bronze or stainless steel. B. Pump Nameplate: The nameplate shall clearly show pump information and complete performance data, including: 1. Manufacturer's name. 2. Pump size and type. 3. Serial number. 4. Speed. 5. Impeller diameter. 6. Capacity and head rating. CORP2000479 43 23 21.13 - 12 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION BETWEEN-BEARING IMPELLER, ONE-AND TWO-STAGE,AXIALLY-SPLIT CENTRIFUGAL PUMP DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 7. Bearing identification, name, and number. 8. Pump weight, motor weight. 9. Other pertinent data. 2.17 ASSEMBLY, MOUNTING, &ALIGNMENT A. Factory Pre-mounting and Alignment. Pumps with their job motors shall be pre- mounted and pre-aligned. Mounting holes shall be drilled and tapped at Pump Manufacturer's factory. Factory alignment data shall be furnished to the Contractor. Pump Manufacturer shall drill pump and motor feet only for dowels. Do not drill base plate or install dowels at factory, ship loose. 2.18 MOTOR REQUIREMENTS A3A. Pump drive motors shall have horsepower and speed ratings as specified elsewhere in this Section and shall meet the requirements of Section 26 05 02 — Common Motor Requirements for Process Equipment, 2.19 INTERIOR FINISH FOR CASINGS A. Coat interior of pump casings with ceramic epoxy coating to enhance pump efficiency. Prepare and shop-prime in accordance with Section 09 90 00 — Painting and Coating, unless stated otherwise in this Section. B. Materials: Prime and Finish Coating: Belzona 1341NSF efficiency enhancement coating for potable water (ceramic epoxy coating). C. Procedure: 1. Surface Preparation: As recommended by coatings Manufacturer, minimum blast clean to near white SSPC-SP-10. 2. Application (prime and finish coating): Apply 10 mils DFT of Belzona coating. 3. Testing: Perform Holliday Test. 4. Touchup: After testing is complete and prior to shipment, touch up surfaces. 2.20 EXTERIOR FINISH A. Exterior of pumps, motors, frames, base plates, and appurtenances shall be painted prior to shipment from factory. Pump units shall be prepared and shop-primed in accordance with Section 09 90 00 — Painting and Coating. Units shall receive finish coating in the field. 2.21 VIBRATION SWITCHES A. The pumps will be equipped with a vibration switch. 2.22 PRESSURE SWITCHES A. Provide a discharge pressure switch and gauge on each pump discharge for pump shutdown under high pressure conditions. CORP2000479 43 23 21.13 - 13 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION BETWEEN-BEARING IMPELLER, ONE-AND TWO-STAGE,AXIALLY-SPLIT CENTRIFUGAL PUMP DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 2.23 FACTORY TESTING A. Each pumping unit, including pump and motor, shall be non-witness tested at the Pump Manufacturer's factory as specified in Section 43 05 21 — Pumping Unit Testing. Each unit shall by hydrostatically tested in accordance with the Hydraulic Institute Standards. PART 3 EXECUTION 3.01 INSTALLATION A. The Contractor will install pumping units as shown on the Drawings and in accordance with the Manufacturer's instructions and approved shop drawings. The Manufacturer shall provide Special Services as specified. B. LEVELING 1. The base plate will be set to true level using machinist's level. The tolerance for leveling will not exceed 2/1000 inch per foot length along any side of the base plate. The Representative for the Pump Manufacturer shall be present during the leveling. The Pump Manufacturer shall certify that the leveling is in accordance with the limits specified herein and is acceptable to the Manufacturer. C. STORAGE & EXERCISE 1. The Contractor shall provide any required maintenance, exercise, and storage for all pumping units included in this Specification, in accordance with Manufacturer recommendations and the General Conditions until final project acceptance at no additional cost to the Owner. 3.02 FIELD QUALITY CONTROL A. The Pump Manufacturer's Local Supplier shall provide a certified test. The Pump Manufacturer's Local Supplier performing the certified test shall have knowledge of testing similar pump systems. Provide field test results. Tests shall be conducted in accordance with the HI Standards Centrifugal Pump Test Code this Section, and Section 43 05 21 — Pumping Unit Testing. B. Functional Tests: Conduct on each pump. Field test requirements are specified in Section 43 05 21 — Pumping Unit Testing. 3.03 MEASUREMENT AND PAYMENT A. Pump Units: Payment to the DB Contractor for the pump units will be made as follows (based on percent of installed pump unit, complete in place, schedule of values cost item): CORP2000479 43 23 21.13 - 14 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION BETWEEN-BEARING IMPELLER, ONE-AND TWO-STAGE,AXIALLY-SPLIT CENTRIFUGAL PUMP DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 Increment Requirement (Cumulative) 5% (5%) For complete, reviewed, and accepted submittals. 10% (15%) For pump castings, with complete, reviewed and accepted radiographic inspections. 15% (30%) For motors, complete and having passed the required factory acceptance testing. 15% (45%) For pumping units, complete and having passed the required factory acceptance witness testing. 30% (75%) For pumping units, delivered to the job site and in acceptable condition, including spare parts. 15% (90%) For pumping units, installed at the job site and having passed field acceptance testing. 10% (100%) For Operation and Maintenance (0&M) Manuals, submitted and accepted by Owner. Manufacturers of the pumping units have provided 0&M training to the Owner's personnel. These payment percentages are calculated before the calculation of retainage for the entire project, which will decrease the net payment. B. Other Work in this Section 1. No separate measurement and payment for work performed under this Specification Section. Include cost of same in Contract price bid for work of which this is a component part. CORP2000479 43 23 21.13 - 15 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION BETWEEN-BEARING IMPELLER, ONE-AND TWO-STAGE,AXIALLY-SPLIT CENTRIFUGAL PUMP DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 PUMPING UNIT QUESTIONNAIRE (To be submitted after award of Contract) ITEM HT-PMP-5651 RM-PMP-5751 HT-PMP-5652 RM-PMP-5752 1 Pump Manufacturer 2 Motor Manufacturer 3 Pump Type a Horizontal Split Case b. Double Suction and Volute (Yes) or (No) 4 Casing a Material Specification b. Minimum Thickness (in.) c. Bottom Suction Nozzle Size (in.) d. Side Discharge Nozzle Size (in.) 5 Pump Impeller a. Material Specification b. Design Diameter (in.) c. Maximum Diameter (in.) d. Minimum Diameter (in.) e. Eye Area (sq. in.) 6 Wearing Rings a. Material Specification b. Type Description c. Hardness (BHN) (1) Casing (2) Impeller d. Diametrical Clearance (in.) e. Securing Method 7 Pump Shaft a. Material Specification b. Nominal Size (in.) (1) at impeller (2) at coupling (3) at inboard bearing (4) at outboard bearing c. Minimum Effective Diameter (in.) d. Combined Stress (psi) e. Bearing Span (in.) f. Total Length of Pump Shaft (in.) g. Maximum Shaft Deflection (in.) 8 Shaft Sleeve a. Material Specification CORP2000479 43 23 21.13 - 16 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION BETWEEN-BEARING IMPELLER, ONE-AND TWO-STAGE,AXIALLY-SPLIT CENTRIFUGAL PUMP DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 ITEM HT-PMP-5651 RM-PMP-5751 HT-PMP-5652 RM-PMP-5752 b. Hardness (BHN) 9 Mechanical Seal a. Manufacturer b. Type c. Model/Code 10 Thrust Bearing a. Type b. Manufacturer c. Capacity Thrust (lb) d. Maximum Shaft Thrust (Ib) 11 Reed Critical Frequency of Entire Unit 12 Discharge Nozzle Thrust at Shut-off Head Condition (Ib) 13 Weight a. Bare Pump (Ib) b. Motor (lb) c. Base Plate (lb) d. Coupling and Coupling Guard (lb) e. Total Weight (lb) 14 Guaranteed Pump Criteria a. Full Speed Nominal Operating Speed (rpm) b. Shut-off Head (ft) c. Head (ft) without cavitation at single pump operation d. NPSH Required (ft) at single pump operation e. Motor Size (hp) 15 Rated Point(Full Speed) Conditions of Service a. Guaranteed Rated Point (1) Capacity (gpm) (2) Total Dynamic Head (ft) (3) Pump Efficiency (%) (4) Motor Efficiency(%) (5) VFD Efficiency (%) (6) Overall Efficiency (%) (7) Brake Horsepower (hp) (8) NPSH Required (ft) END OF SECTION CORP2000479 43 23 21.13 - 17 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION BETWEEN-BEARING IMPELLER, ONE-AND TWO-STAGE,AXIALLY-SPLIT CENTRIFUGAL PUMP DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 //d. \ ORDERPURCHASE /. PO 70849-0-CPG THE ABOVE PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPMENTS,BIL-S,INVOICES AND CORRESPONDENCE.COPIES OF PACKING SLIPS MUST ACCOMPANY ALL SHIPMENTS AND INVOICES. DATE: 09/21/2021 FAILURE TO COMPLY WILL RESULT IN DELAYED PAYMENT OF INVOICES. City of Corpus Christi Accounts Payable 150090 BILL TO: PO Box 9277 TO Pumps of Houston Inc Corpus Christi TX 78469-9277 10239 Crossey Rd AccountsPayable@cctexas.com Houston TX 77070 Tax ID:74-6000574 L SHIP TO: Capital Programs 1201 Leopard St 3rd Floor Corpus Christi TX 78401 This purchase order is subject to all terms and conditions on face and/or enclosed. TERMS Net 30 SHIP VIA SHIP TERMS FOB Destination UNIT EXTENDED FRT TERMS PRICE PRICE LINE QUANTITY UOM ITEM DESCRIPTION 1 264,704.0000 EA HOLLY/RAND MORGAN EST IMPLT. 1.00000 $264,704.00 HOLLY/RAND MORGAN EST IMPLT. Purchase Order Summary Goods Total: 264,704.00 Order Total: 264,704.00 Buyer Contact: Contracts and Procurement Phone: 361-826-3160 Total Amount: $264,704.00 Email: ContractsandProcurement@cctexas.com 1. Invoices must cover no more than one purchase order 2. Purchase price must not be increased except on written authority 3. Material which does not meet specification will be returned at vendor's expense 4. Vendor guarantees protection to buyer from all patent infringement or suit pursuant to this order 5. The terms and conditionals of this Purchase Order apply only to the extent that they are not inconsistent with the terms and conditions of a separate service or supply agreement between the parties. Page: 1 of 2 CITY OF CORPUS CHRISTI DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 IASING DIVISION STANDARD PURCHASE TERMS AND CONDITIONS Seller and City agree as follows 1. SELLER TO PACKAGE GOODS Seller will package goods in accordance with good commercial practice. Each shipping container shall be clearly and permanently marked as follows: (a)Seller's name and address;(b)Consignee's name,address and purchase order or purchase release number and the supply agreement number if applicable;(c)container number and total number of containers,e.g.box 1 of 4 boxes;and(d)the number of the container bearing the packing slip. Seller shall bear cost of packaging unless otherwise provided. Goods shall be suitably packed to secure lowest transportation costs and to conform to requirements of common carriers and any applicable specifications. City's count or weight shall be final and conclusive on shipments not accompanied by packing lists. 2. SHIPMENT UNDER RESERVATION PROHIBITED Seller is not authorized to ship the goods under reservation and no tender of a bill of lading will operate as a tender of goods. 3. TITLE&RISK OF LOSS The title and risk of loss of the goods shall not pass to City until City actually receives and takes possession of the goods at the point or points of delivery. 4. DELIVERY TERMS AND TRANSPORTATION CHARGES F.O.B.destination unless delivery terms are specified otherwise in bid. City agrees to reimburse Seller for transportation costs in the amount specified in Seller's bid,or actual costs,whichever is lower,if the quoted delivery terms do not include transportation costs,provided City shall have the right to designate what method of transportation shall be used to ship the goods. 5. NO REPLACEMENT OF DEFECTIVE TENDER Every tender or delivery of goods must fully comply with all provisions of this contract as to time of delivery,quality and the like. If a tender is made which does not fully conform,this shall constitute a breach and Seller shall not have the right to substitute a conforming tender,provided,where the time for performance has not yet expired,the Seller may reasonably notify City of his intention to cure and may then make a conforming tender within the contract time but not afterward. 6. PLACE OF DELIVERY The place of delivery shall be that set forth in the block of the purchase order labeled"Ship To." Any change thereto shall be effected by modification as provided for in Clause 20 hereof entitled"Modifications." The terms of this agreement are"no arrival,no sale." 7. INVOICES&PAYMENTS a. Seller shall submit separate invoices,in duplicate,on each purchase order or purchase release after each delivery. Invoices shall indicate the purchase order or purchase release number and the supply agreement number if applicable. Invoices shall be itemized and transportation charges,if any,shall be listed separately. A copy of the bill of lading,and the freight waybill when applicable,should be attached to the invoice. Mail to:Accounts Payable,City of Corpus Christi,P.O.Box 9277,Corpus Christi,Texas 78469. Payment shall not be due until the above instruments are submitted after delivery. b. City's obligation is payable only and solely from funds available for the purpose of this purchase. Lack of funds shall render this contract null and void to the extent funds are not available,and any delivered but unpaid for goods will be returned to Seller by City. C. Do not include Federal Excise,State or City Sales Tax. City shall furnish tax exemption certificates upon request. d. Payment terms are net 30 days after the goods are provided or services are completed,as required,or a correct invoice is received,whichever is later. 8. GRATUITIES The City may,by written notice to the Seller,cancel this contract without liability to Seller if it is determined by City that gratuities,in the form of entertainment,gifts,or otherwise,were offered or given by the Seller,or any agent or representative of the Seller,to any officer or employee of the City with a view toward securing a contract or securing favorable treatment with respect to the awarding or amending,or the making of any determinations with respect to the performing of such a contract. In the event this contract is cancelled by City pursuant to this provision,City shall be entitled,in addition to any other rights and remedies,to recover or withhold the amount of the cost incurred by Seller in providing such gratuities. 9. SPECIAL TOOLS&TEST EQUIPMENT If the price stated on the face hereof includes the cost of any special tooling or special test equipment fabricated or required by Seller for the purpose of filling this order,such special tooling equipment and any process sheets related thereto shall become the property of the City and to the extent feasible shall be identified by the Seller as such. 10. WARRANTY-PRICE a. The price to be paid by the City shall be that contained in Seller's bid which Seller warrants to be no higher than Seller's current prices on orders by others for products of the kind and specification covered by this contract for similar quantities under similar or like conditions and methods of purchase. In the event Seller breaches this warranty,the prices of the items shall be reduced to Seller's current prices on orders by others,or in the alternative,City may cancel this contract without liability to Seller for breach or Seller's actual expense. b. The Seller warrants that no person or selling agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for commission, percentage,brokerage,or contingent fee excepting bona fide employees of bona fide established commercial or selling agencies maintained by the Seller for the purpose of securing business. For breach or violation of this warranty the City shall have the right in addition to any other right or rights to cancel this contract without liability and to deduct from the contract price,or otherwise recover the full amount of such commission,percentage,brokerage or contingent fee. 11. WARRANTY-PRODUCT Seller shall not limit or exclude any implied warranties and any attempt to do so shall render this contract voidable at the option of the City. Seller warrants that the goods furnished will conform to the specifications,drawings,and descriptions listed in the bid invitation,and to the sample(s)furnished by Seller,if any. In the event of a conflict between the specifications,drawings,and descriptions,the specifications shall govern. 12. SAFETY WARRANTY Seller warrants that the product sold to City shall conform to the standards promulgated by the U.S.Department of Labor under the Occupational Safety and Health ACT(OSHA). In the event the product does not conform to OSHA standards,City may return the product for correction or replacement at the Seller's expense. In the event Seller fails to make the appropriate correction within a reasonable time,correction made by City will be at Seller's expense. 13. NO WARRANTY BY CITY AGAINST INFRINGEMENTS As part of this contract for sale Seller agrees to ascertain whether goods manufactured in accordance with the specifications attached to this contract will give rise to the rightful claim of any third person by way of infringement or the like. City makes no warranty that the production of goods according to the specification will not give rise to such a claim,and in no event shall City be liable to Seller for indemnification in the event that Seller is sued on the grounds of infringement or the like. If Seller is of the opinion that an infringement or the like will result,he will notify City to this effect in writing within two weeks after the signing of this contract. If City does not receive notice and is subsequently held liable for the infringement or the like,Seller will hold City harmless. If Seller in good faith ascertains that production of the goods in accordance with the specifications will result in infringement or the like,this contract shall be null and void except that City will pay Seller the reasonable cost of his search as to infringements. 14. RIGHTS OF INSPECTION City shall have the right to inspect the goods at delivery before accepting them. 15. CANCELLATION City shall have the right to cancel for default all or any part of the undelivered portion of this order if Seller breaches any of the terms hereof including warranties of Seller or if Seller becomes insolvent or commits acts of bankruptcy.Such right of cancellation is in addition to and not in lieu of any other remedies which City may have in law or equity. 16. TERMINATION The performance of work under this order may be terminated in whole,or in part by the City in accordance with this provision. Termination of work hereunder shall be effected by the delivery to the Seller of a"Notice of Termination"specifying the extent to which performance of work under the order is terminated and the date upon which such termination becomes effective. Such right of termination is in addition to and not in lieu of the rights of City set forth in Clause 15,herein. 17. FORCE MAJEURE Neither party shall be held responsible for losses resulting if the fulfillment of any terms or provisions of this contract is delayed or prevented by any cause not within the control of the party whose performance is interfered with,and which by the exercise of reasonable diligence said party is unable to prevent. 18. ASSIGNMENT-DELEGATION No right or interest in this contract shall be assigned or delegation of any obligation made by Seller without the written permission of the City. Any attempted assignment or delegation by Seller shall be wholly void and totally ineffective for all purposes unless made in conformity with this paragraph. 19. MODIFICATIONS This contract can be modified or rescinded only by a writing signed by both of the parties or their duly authorized agents. 20. INTERPRETATION-PAROL EVIDENCE This writing is intended by the parties as a final expression of their agreement and is intended also as a complete and exclusive statement of the terms of their agreement. No course of prior dealings between the parties and no usage of the trade shall be relevant to supplement or explain any term used in this contract. Acceptance or acquiescence in a course of performance rendered under this contract shall not be relevant to determine the meaning of this contract even though the accepting or acquiescing party has knowledge of the performance and opportunity for objection. 21. APPLICABLE LAW This contract shall be governed by the laws of the State of Texas and any applicable federal laws. 22. ADVERTISING Seller shall not advertise or publish,without City's prior consent,the fact that City has entered into this contract,except to the extent necessary to comply with proper requests for information from an authorized representative of the federal,state or local government. 23. RIGHT TO ASSURANCE Whenever one party to this contract in good faith has reason to question the other party's intent to perform he may demand that the other party give written assurance of his intent to perform. In the event that a demand is made,and no assurance is given within five(5)days,the demanding party may treat this failure as an anticipatory repudiation of the contract. 24. EQUAL EMPLOYMENT OPPORTUNITY Seller agrees that during the performance of its contract it will: a. Treat all applicants and employees without discrimination as to race,color,religion,sex,national origin,marital status,age,or handicap. b. Identify itself as an"Equal Opportunity Employer"in all help wanted advertising or request. The Seller shall be advised of any complaints filed with the City alleging that Seller is not an Equal Opportunity Employer. 25. CONFLICTS OF INTEREST Seller agrees to comply with the conflict of interest provisions of state law and the City Charter and Code of Ordinances. Seller agrees to maintain current, updated disclosure of information on file with the City purchasing office throughout the term of this contract. Page: 2 of 2 DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 FM Le eidary Service PUMPS, CONTROLS, AND PACKAGE SYSTEMS 1q1T Since 1960 INDUSTRIAL•COMMERCIAL•MUNICIPAL August,22nd 2021 City of Corpus Christi Water Utility Department Planning and Engineering Attn: Mr. Nick Winkelmann, P.E. Reference: Holly and Rand Morgan Booster Station Mr. Winkelmann, Below are the prices you've requested for the above referenced project. If you have any questions, please feel free to contact us. Pumps Holly Booster Station 2 each - PACO Split Case Pumps Model 1415-1/2 KP 16" x 14" 4436 GPM @ 34.4' TDH 50 HP motor @ 890 RPM Price: $ 92,306.00 each Total Price: $ 184,612.00 Delivery: 8-10 Weeks ARO •24 HR SERVICE •CRANE TRUCKS •FULL SERVICE REPAIR SHOP Pumps of Houston,Inc.,Corporate Office: 10239 Cossey Rd.,Houston,TX 77070 Phone 281448-1352 Fax 832448-1362 •Houston •Austin •Tyler •Dallas •San Antonio •Rio Grande Valley DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 fm Le eidary Service PUMPS, CONTROLS, AND PACKAGE SYSTEMS 1q1T Since 1960 INDUSTRIAL•COMMERCIAL•MUNICIPAL Rand Morgan Booster Station 2 each— PACO Split Case Pumps Model 1012-3/4 KP 12" x 10" 3040 GPM @ 40' TDH 40 HP motor @ 1200 RPM Price: $ 40,046.00 each Total Price: $80,092.00 Delivery: 8-10 Weeks ARO Variable Frequency Drives FC-202 AQUA Custom Drive Panel — Qty. 2 — 60 HP for Holly PS (Upsized) Note: VFD Panel upsized and rerated to accommodate a 60 HP @ 480V motor load used in a 50°C/122°F ambient environment. FC-202 AQUA Custom Panel / 100 HP / 380 - 480 Volt / 3-Phase / 60Hz FLA = 130.0 Amps 100kA Short Circuit Current Rating Panel consisting of: Enclosure: NEMA 1, Free-standing (approximate size: 72" H x 36" W x 18" D) Approximate weight: 815 lbs. each Front-mount Fan Cooling Air cooling with thermostat control Main Fusible Disconnect Switch with thru-door handle mechanism (pad lockable) •24 HR SERVICE •CRANE TRUCKS •FULL SERVICE REPAIR SHOP Pumps of Houston,Inc.,Corporate Office: 10239 Cossey Rd.,Houston,TX 77070 Phone 281448-1352 Fax 832448-1362 •Houston •Austin •Tyler •Dallas •San Antonio •Rio Grande Valley DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 FM Le eidary Service PUMPS, CONTROLS, AND PACKAGE SYSTEMS 1q1T Since 1960 INDUSTRIAL•COMMERCIAL•MUNICIPAL VFD Fuses in Main Surge Protective Device 3% Line Input Reactor dv/dt Output Filter Fused Control Power Transformer (CPT) Space Heater Graphical LCP Keypad mounted on enclosure door 30MM operators (H-O-A Switch, Reset Pushbutton, Speed Potentiometer, E-Stop Pushbutton, Power On Pilot Light, Run Pilot Light, Stopped Pilot Light, Fault Pilot Light, Motor Fault Pilot Light, Valve Position Fault Pilot Light) mounted on enclosure door (1) Set spare Fan Filters Danfoss VFD: FC-202P75KT4E20H2XGXXXXSXXXXAXBXCXXXXDX (Code #: 131F6658) Communication: Modbus RTU module installed within VFD Integral class A2 RFI filter VFD has built-in dual 5% DC-Link reactors Frame Size: C4 EA #Q18006MJM Net (each Panel) = $21,460.00 X Qty (2) Total Net Price = $42,920.00 •24 HR SERVICE •CRANE TRUCKS •FULL SERVICE REPAIR SHOP Pumps of Houston,Inc.,Corporate Office: 10239 Cossey Rd.,Houston,TX 77070 Phone 281448-1352 Fax 832448-1362 •Houston •Austin •Tyler •Dallas •San Antonio •Rio Grande Valley DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 FM Le eidary Service PUMPS, CONTROLS, AND PACKAGE SYSTEMS 1q1T Since 1960 INDUSTRIAL•COMMERCIAL•MUNICIPAL FC-202 AOUA Custom Drive Panel - Otv. 2 - 75 HP for Rand PS (Urmized) Note: VFD Panel upsized and rerated to accommodate a 75 HP @ 480V motor load used in a 50°C/122°F ambient environment. FC-202 AQUA Custom Panel / 125 HP / 380 - 480 Volt / 3-Phase / 60Hz FLA = 160.0 Amps 100kA Short Circuit Current Rating Panel consisting of: Enclosure: NEMA 1, Free-standing (approximate size: 72" H x 36" W x 18" D) Approximate weight: 850 lbs. each Front-mount Fan Cooling Air cooling with thermostat control Main Fusible Disconnect Switch with thru-door handle mechanism (pad lockable) VFD Fuses in Main Surge Protective Device 3% Line Input Reactor dv/dt Output Filter Fused Control Power Transformer (CPT) Space Heater Graphical LCP Keypad mounted on enclosure door 30MM operators (H-O-A Switch, Reset Pushbutton, Speed Potentiometer, E-Stop Pushbutton, Power On Pilot Light, Run Pilot Light, Stopped Pilot Light, Fault Pilot Light, Motor Fault Pilot Light, Valve Position Fault Pilot Light) mounted on enclosure door (1) Set spare Fan Filters Danfoss VFD: FC-202P75KT4E20H2XGXXXXSXXXXAXBXCXXXXDX (Code #: 131F6663) •24 HR SERVICE •CRANE TRUCKS •FULL SERVICE REPAIR SHOP Pumps of Houston,Inc.,Corporate Office: 10239 Cossey Rd.,Houston,TX 77070 Phone 281448-1352 Fax 832448-1362 •Houston •Austin •Tyler •Dallas •San Antonio •Rio Grande Valley DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 FM Le eidary Service PUMPS, CONTROLS, AND PACKAGE SYSTEMS 1q1T Since 1960 INDUSTRIAL•COMMERCIAL•MUNICIPAL Communication: Modbus RTU module installed within VFD Integral class A2 RFI filter VFD has built-in dual 5% DC-Link reactors Frame Size: C4 EA #Q18006MJM Net (each Panel) = $22,875.00 X Qty (2) Total Net Price = $45,750.00 ***Additional Costs (per Spec): Freight (Pre-pay and add): $1,250.00 each X Qty (4) Total Net Price = $5,000.00 2-Year Onsite Warranty (DTPW324) including travel, labor, parts, or other costs 75 HP and 60 HP (each Panel) = $533.00 X Qty (4) Total Net Price = $2,132.00 Field Start-up (SUFW01): Performed onsite by Danfoss Service Partner $2,04000 Per day: X Qty (4) Total Net Price = $8,160.00 •24 HR SERVICE •CRANE TRUCKS •FULL SERVICE REPAIR SHOP Pumps of Houston,Inc.,Corporate Office: 10239 Cossey Rd.,Houston,TX 77070 Phone 281448-1352 Fax 832448-1362 •Houston •Austin •Tyler •Dallas •San Antonio •Rio Grande Valley DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 Legendary Service PUMPS, CONTROLS,AND PACKAGE SYSTEMS "WT Since 1960 INDUSTRIAL•COMMERCIAL•MUNICIPAL Field Product Training (LABOR FD): Performed onsite by Danfoss Service Partner $2,544.00 Per day: X Qty (4) Total Net Price = $10,176.00 Total Project Price $ 378,842.00 *** Additional Options for Consideration: Factory Acceptance Testing: $1,500.00 Per day - Does Not Include Expenses: Total Net Price = As Required •24 HR SERVICE •CRANE TRUCKS •FULL SERVICE REPAIR SHOP Pumps of Houston,Inc.,Corporate Office: 10239 Cossey Rd.,Houston,TX 77070 Phone 281-448-1352 Fax 832-448-1362 .Houston .Austin 9 Tyler 9 Dallas 9 San Antonio .Rio Grande Valley DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 FM Le eidary Service PUMPS, CONTROLS, AND PACKAGE SYSTEMS 1q1T Since 1960 INDUSTRIAL•COMMERCIAL•MUNICIPAL ***Comments and Exceptions: Due to the ongoing Covid-19 situation, Danfoss reserves the right to apply the below clauses in the event of a direct impact due to Covid-19: Price Changes Danfoss reserves the right to adjust prices for non-delivered Products in the event of changes in rates of exchange, variations in costs of materials, sub-suppliers' price increases, changes in custom duties, changes in wages, changes in freight rates, state requisitions or similar conditions over which Danfoss has no or limited control. In case of such price increase Customer is entitled to terminate affected orders for convenience within seven days from receipt of notice of the price increase. Force Majeure Danfoss is entitled to cancel orders or suspend delivery of Products and shall not be liable for any non-delivery, faulty or delayed delivery, which partly or wholly is caused by circumstances beyond Danfoss' reasonable control, including, but not limited to, riots, civil unrest, war, terrorism, fire, insurrection, requisition, seizure, embargo or defects or delays in deliveries by sub-suppliers, strikes, lockouts, slow- downs, lack of transportation, scarcity of materials, and insufficient supplies of energy. Any of Customer's contractual rights are suspended or become void in any such circumstances referred to in this clause. Customer is not entitled to any kind of damages or to make a claim whatsoever in case of cancellation or delayed delivery due to such circumstances. The following is a list of comments and exceptions based upon our best interpretation of the Drive specification/material sent to Danfoss for review. Comment: The customer is responsible for assuring the correct number of Drives are being provided as well as the proper sizes based upon the motor's FLA rating. Comment: The 60 HP VFD Panel has been upsized and rerated to accommodate a 60 HP @ 480V motor load used in a 50°C/122°F ambient environment. Comment: The 75 HP VFD Panel has been upsized and rerated to accommodate a 75 HP @ 480V motor load used in a 50OC/122°F ambient environment. •24 HR SERVICE •CRANE TRUCKS •FULL SERVICE REPAIR SHOP Pumps of Houston,Inc.,Corporate Office: 10239 Cossey Rd.,Houston,TX 77070 Phone 281448-1352 Fax 832448-1362 •Houston •Austin •Tyler •Dallas •San Antonio •Rio Grande Valley DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 FM Le eidary Service PUMPS, CONTROLS, AND PACKAGE SYSTEMS 1q1T Since 1960 INDUSTRIAL•COMMERCIAL•MUNICIPAL Exception to all plans and specs not received. Exception to Sections 26 29 23.1.01, 1.02, 1.03, 1.05, 1.07, 1.08 and 2.03: Provided by others. Exception to Sections 26 29 23.1.03, 1.04A.4.a, 1.04A.6, 1.05 and 2.03: Standard submittals, electrical and mechanical drawings, product data, 0 + M manuals, and standard production/field testing are included only. Exception to Sections 26 29 23.1.03C and 1.04A.2: We are unable to verify IEEE-519 compliance. Proposing a 6-pulse VFD with a 3% Input Line Reactor, 5% DC Line Reactor and dv/dt Output Filter only. No harmonic study is included. In order to determine exactly what level of harmonic mitigation is necessary to meet the IEEE 519-2014 standard, as a minimum, we must have the kVA of the supply transformer, additional system loads (motors, pumps, VFDs, etc. — preferably on a one-line diagram), and the percent impedance of the transformer. Information about the interconnecting cabling length, size, and type is also helpful to calculate the harmonics more accurately but is not essential to do a calculation. Danfoss will calculate the harmonic distortion contribution according to IEEE 519-2014 upon receipt of the system data outlined above. Remedial devices, if required, will be available at an additional cost. Exception to Section 26 29 23.1.04A.3: The VFDs have been through seismic tests, but the custom panel will not be tested. No Seismic certification or analysis included with quote. Exception to Section 26 29 23.1.10B: Proposing NEMA 1 enclosed Panels only. Exception to Section 26 29 23.2.01G: Proposing no protective relays or wiring included beyond what is indicated on Plan Drawing Sheet 22 (WTR-481) only. Exception to Section 26 29 23.2.01H.5: No Bypass in indicated on Plan Drawings. No Bypass is included in the Panels quoted above. Exception to Section 26 29 23.2.03C: Owner/engineer inspection or witness testing is not included with this quote. Witness testing/inspection is provided as an option for $1,500.00 per day, travel and living expenses are not included. Exception to Sections 26 29 23.3.01 through 3.05: Provided by others. •24 HR SERVICE •CRANE TRUCKS •FULL SERVICE REPAIR SHOP Pumps of Houston,Inc.,Corporate Office: 10239 Cossey Rd.,Houston,TX 77070 Phone 281448-1352 Fax 832448-1362 •Houston •Austin •Tyler •Dallas •San Antonio •Rio Grande Valley DocuSign Envelope ID: DD76236D-F7E2-477C-BDC1-FFA6416AEOC7 FM Le eidary Service PUMPS, CONTROLS, AND PACKAGE SYSTEMS 1q1T Since 1960 INDUSTRIAL•COMMERCIAL•MUNICIPAL * Prices quoted valid for 30 days * Submittal drawings: _weeks after receipt of order * Delivery_8_ to 10 weeks from receipt of approved submittals unless special provisions are made. * This quote is subject to submittal approval * Number of last addendum seen 0 Please provide a copy of this quote with purchase order. * Not responsible for typographical errors. Please review and call with questions. Thank you so much for the opportunity Hector Brizuela Pumps of Houston hectorb@pumpsofhouston.com 956-340-2624 •24 HR SERVICE •CRANE TRUCKS •FULL SERVICE REPAIR SHOP Pumps of Houston,Inc.,Corporate Office: 10239 Cossey Rd.,Houston,TX 77070 Phone 281448-1352 Fax 832448-1362 •Houston •Austin •Tyler •Dallas •San Antonio •Rio Grande Valley CON—ANT PRO— IR CORP20OD479 € pgpg gygy •• ill®$ :p Ell CITY OF CORPUS CHRISTI, TEXAS o ==w CONFORMED SETA o HOLLY & RAND MORGAN ELEVATED STORAGE TANKS IMPLEMENTATION SAN PXTRICID COUNTY PROJECT NO. 20267 U NOVEMBER 2021 v, ;III a Q U I— Ec N�FCfS NUECES BAV � E 9 €j co�NT J PROJECT LOCATION FOR ELEVATED STORAGE TANK (j AT HOLLY RD PUMP STATION 9 (HOLLY TANK] $ 2 cokvus CHRISTI BAY PROJECT LOCATION FOR ELEVATED STORAGE TANK AT RAND MORGAN RD& LEOPARD ST / $ tY (RAND MORGAN A, TANK) g W'�� o y � O o O PREPARED BY s2P o �mr�r..c�me.m, w CALL BEFORE YOU DIG! cn-u «,as awn`anal T I If 72 811 CP&Y, INC. oe� orww�H �. 5 cnRANcnHUA STREET THE LONE STARCE A RPUS CHRISTI,Tx 70401 oesT°ucri VR 481 NOTIFICATION COMPANY TBPE FIRM REGISTRATION#F-1741 -_ AT 1-800-669-8344 C,i z SHT NO SEQ NO TITLENvuAW's swrtT GENERAL G-0 1 COVER SHEET Pw",:°ei° $ 9 ® G-1 2 SHEET INDEX G-2 3 GENERAL NOTES G-3 N 4 GENER 6AL ABBREVIATIONS, DRAFTING SII&DRAWING LEGEND S C-G-1 5 CIVIL LEGENDS AND SYMBOMBOLS,LS 8@ S-G-1 SFR UCTURAL GENERAL NOTES&AB RREVIATIONS I E III AL E G-2 90 ELSETCFO RUM ALTA LENE4NDB&EVS4VMBOBoTIONS&SGENERAL NOTES STANDARD DETAILS C-SD-1 11 CIVIL STANDARD DETAILS I tiwx� S-SD-1 12 STRUCTURAL GENERATOR FOUNDATION DETAIL z M-SD-1 13 MECHANICAL DETAILS II ��=o M-SD-2 14 MECHANICAL DETAILS II a M-SD-3 15 MECHANICAL DETAILS III dQ¢� o,4n E-SD-1 16 ELECTRICAL STANDARD DETAILS I v E-SD-2 1J FILE C7 STANDARD DETAILS II - E-SD-3 18 ELECTRICAL STANDARD DETAILS III E-SD-4 19 FILE CLINICAL STANDARD DETAILS IV E-SD-520 ELECTRICAL STANDARD DETAILS V E-SD-6 21 ELECTRICAL STANDARD DETAILS VI - E-SD-] 22 ELECTRICAL STANDARD DETAILS VII I-SD-1 23 INSTRUMENTATION DETAILS HOLLY EST SITE GO \ G-ITT-1 24 HOLLY ELEVATED STORAGE TANK EXISTING PMID U G-HT-2 25 HOLLY ELEVATED STORAGE TANK PROPOSED PMIp C-HT-1 26 HOLLY ELEVATED STORAGE TANK EXISTING SITE PLAN ED C-HT-2 2J HOLLY ELEVATED STORAGE TANK PROPOSED SITE PLAN h m S-HT-1 28 HOLLY ELEVATED STORAGE TANK FOUNDATION PLAN ALTERATIONS ;���)) Q m S-HT-2 29 HOLLY ELEVATED STORAGE TANK ELECTRICAL ROOM CEILING FRAMING PLAN HOLLY TANK SITE MD-HT-1 30 HOLLY ELEVATED STORAGE TANK DEMOLITION PLAN AND SECTION - U M-HT-1 31 HOLLY ELEVATED STORAGE TANK PROPOSED PLAN AND SECTION NTS M-HT-2 32 HOLLY ELEVATED STORAGE TANK PROPOSED SECTION E-ITT-1 33 HOLLY ELEVATED STORAGE TANK EXISTING ONE-LINE DIAGRAM E-IT 2 34 HOLLY ELEVATED STORAGE TANK PROPOSED ONE-LINE DIAGRAM G E 1 E-HT-3 35 HOLLY ELEVATED STORAGE TANK PANEL SCHEDULE I� I7■■1 E-HT-4 36 HOLLY ELEVATED STORAGE TANK CABLE AND CONDUIT SCHEDULE U € E-HT-5 37 HOLLY ELEVATED STORAGE TANK LIGHTING FIXTURE SCHEDULE E-HT-6 38 HOLLY ELEVATED STORAGE TANK POWER PLAN AT GRADE E-HT-J 39 HOLLY ELEVATED STORAGE TANK INSTRUMENT AND CONTROL PLAN 1-HT-1 40 HOLLY ELEVATED STORAGE TANK SCADSPANEL LAYOUT N HT-2 a1 HOLLY ELEVATED sroRAGE TANK PLC POWER scHEMAnc 1-HT-3 42 HOLLY ELEVATED STORAGE TANK PLC ANALOG INPUT AND OUTPUT SCHEMATIC A■■1 T-4 43 HOLLY ELEVATED STORAGE TANK PLC DIGITAL INPUT SCHEMATIC -HT-5 44 HOLLY ELEVATED STORAGE TANK PLC DIGITAL INPUT II SCHEMATIC IT T-6 45 HOLLY ELEVATED STORAGE TANK PLC DIGITAL INPUT III SCHEMATIC p 1-HT-7 46 HOLLY ELEVATED STORAGE TANK PLC DIGITAL OUTPUT SCHEMATIC i RAND MORGAN EST SITE W w G-RM-1 4] RAND MORGAN ELEVATED STORAGE TANK EXISTING PMID m0 Ja X G-RM-2 48 RAND MORGAN ELEVATED STORAGE TANK PROPOSED PMID A C-RM-1 49 RAND MORGAN ELEVATED STORAGE TANK EXISTING SITE PLAN AND SWPPP Z C-RM-2 50 RAND MORGAN ELEVATED STORAGE TANK PROPOSED SITE PLAN — A-RM-1 51 RAND MORGAN ELEVATED STORAGE TANK PLAN AT GRADE - OF 0 A-RM-2 52 RAND MORGAN ELEVATED STORAGE TANK ARCHITECTURAL DETAILS AND SCHEDULES S-RM-1 53 RAND MORGAN ELEVATED STORAGE TANK PLAN AT GRADE MD-RM-1 54 RAND MORGAN ELEVATED STORAGE TANK DEMOLITION PLAN AND SECTION �*. M-RM-1 55 RAND MORGAN ELEVATED STORAGE TANK PROPOSED PLAN AND SECTION J o M-RM-2 56 RAND MORGAN ELEVATED STORAGETANK PROPOSED SECTION E-RM-1 57 RAND MORGAN ELEVATED STORAGE TANK EXISTING ONE-LINE DIAGRAM C)o E-RM-2 58 RAND MORGAN ELEVATED STORAGE TANK PROPOSED ONE-LINE DIAGRAM E-RM-3 59 RAND MORGAN ELEVATED STORAGE TANK PANEL SCHEDULE E-RM-4 6D RAND MORGAN ELEVATED STORAGE TANK CABLE AND CONDUIT SCHEDULE E-RM-5 61 RAND MORGAN ELEVATED STORAGE TANK LIGHTING FIXTURE SCHEDULE w E-RM-6 62 RAND MORGAN ELEVATED STORAGE TANK ELECTRICAL SITE PLAN E-RM-] 63 RAND MORGAN ELEVATED STORAGE TANK POWER AND CONTROL PLAN $ E-RM-B 64 RAND MORGAN ELEVATED STORAGE TANK GROUNDING PLAN E-RM-9 65 RAND MORGAN ELEVATED STORAGE TANK ELECTRICAL BUILDING PLANS I-RM-1 66 RAND MORGAN ELEVATED STORAGE TANK SCADA PANEL LAYOUT I-RM-2 6 RAND MORGAN ELEVATED STORAGE TANK PLC POWER SCHEMATIC S SHEET 2 0l �� I-RM-3 68 RAND MORGAN ELEVATED STORAGE TANK PLC ANALOG INPUT AND OUTPUT SCHEMATIC I-RM-4 69 RAND MORGAN ELEVATED STORAGE TANK PLC DIGITAL INPUT SCHEMATIC mea Qeawrnc rv'o. I-RM-5 J0 RAND MORGAN ELEVATED STORAGE TANK PLC DIGITAL INPUT II SCHEMATIC RANO MORGAN TANK SITE I-RM-6 71 RAND MORGAN ELEVATED STORAGE TANK PLC DIGITAL INPUT III SCHEMATIC W(R-481 I-RM-J 72 RAND MORGAN ELEVATED STORAGE TANK PLC DIGITAL OUTPUT SCHEMATIC _ NSULTAN'S SHEET OP C-2 1, ILL GC ENERALNOTED. . IE iNWORK UNE OSPECIFICATIONS. ITEM DESCRIPTION INIT TAMNATTED CO /—CONTRACTOR ORLWOROPROJECT SIALL AEE WPART A-GENERAL } ALL ON TESTING NO TIE STEH MAIEFLSSHALMEEOExCOALREQUIREMENTS OIHECONTRACT ON(MAI 59 TOTAL) ADOCUMENTSEN(MAI $ Al BONDS AND INALREANCE AT I A ALL TEST NI SHALL BE DONE B'T HE DDEPENDENT TESTING LAIO-01 RETAINED AND PAID El DSNEP.REPEAT 0, EARL,BREAD TESTS SHALL BE AT CONTRACTORS COST AA ALLOGANCES OF UNANTICIPATED WORD AT I A5 PERMITS AT I U"E CONTRACTOR SHALL MADE EVEPI EFFORT NOT TO MPEDE TIAFF C ON ED ST N A STREETSE AD LF LEA FORSTF RG E ANES GLEN To TIE FUEL, IN TIE EVENT TIE CONAH"'TON WORD'EOURES T IE EEMS A1 AND 11BI PART - CAL(ICiAT I OL FA H A4) NE SLA STREET,ALLELC OR FIRE LANE,TIE CONT PACT OR S IAL L CLO SE T'E LOAD RE'DETA CLOSURE EL A NA SEC END RD UT OF AIDE SS TO ED STING ALL BOF DALLAS(4C8) NCS REQUIRE'OURS AND WILL OF EP IT Z HFIE MAll"A OUFS OF LESS. OVAL IN EITH EF CASE.ALL OFFER EF STFEETS OR ALLEYS CLOSU FES SHALL BE LIMITED TO]2 d V N 6ED ENGNEERTIE ALLN B2 LS �ISTIEM OF LEONMENTS NTL THEP BID EM)CGIOIN AT TIE �ENLI TS THAT AFE NOT LSTIE 9 v U CRINED IN TIE CONTRACTOR A FAILURE TO"ACTLI LA CATE AND PPEll AN'AND ALL INDEPGPDUND UTILITIES CONTRACTOR AN D ANFFEEI TV BE FILL'lElP.NIIlLE FOR AN'AND ALL DAMAGE I I A NIT BE GAI,ED RL SUBTOTAL DART A-10—EST o(FEN'S B B2) SIALL BE RESPONSIBLE FOP CONTACTING AT L FPAN CHIP TN'S POOR TO CON'T..TON ENGINEER L"NSOD I THAT STATE OF TEIAS APIA F ALL AD EN ..AV=AALL STAN PLANS"ALL BE AVALABL, ::::C: ON-SITE AND FOLLOWED AT ALL TIMES 2 B. ENCAVATION Al BLASTING IS NOT ALLOWED ON THIS PROJECT. 03 T GO C'ATN T T II VEME TH RCON EM) LS 9THEPR'P IN THE BORING LOGS ARE ONLY AN INBICATION OF GROUNDWATER LEVELS SUBTOTAL PART C - TS(ITEMS C'R UTRU C3 PH N,NO = AT THE TIME OF DRILLING THE BORINGS. U ED 10.E%CESS ENCAVATED AND UNSUITABLE MATERIAL SHALL BE DISPOSED OF OFFSTE Al THE CONTRACTOR. GO 11 A INPA ED D AREA TA BE LL TO A ID FED ALL DAMAGED DUE TO THE CONTRACTOR=OPEFATION.=HALL BE REPLACED. DIE THE AS NI Cl ATED AND As BPEGIFIED ALL BIBEW K�GED w FOmN�UNDEF 12 GEA STORM DRAIN'AND WA=TEWATER LIN S SHA L HAVE A MINIMxM DF EIDHTEEN INCHEE B)CLEAR BELOW STOP M DRAINS AND TWENTI_FOUR INCHES(24)CLEAR BELOW WASTEWATER LINES OR DEs11IPTION FATE o ON D) HAPTER 2"REDDIREMENTS E PARALLEL'ATE, ET CLEAR HCRI=o�TALLv TD WASTEWATER LINES AN �ILF MANHOLES"ERE MNIMUM EANC'>EST„'T B�oA”f ES(e AP.IND N CONCRETE TO TEN of(STRUCTURPL) U PAST THE EMBANITMENT SLOPE oN EACH SIDElE. ROECTED By CONCRETE ENCASEMENT AT LEAs,TEN FEET S(IC) _ BE(DRIVEwAvs) MODIFIED PROCTOR FACT 1 0 14 N ACCORD ANCE'TH THE Co UTIACT011 STOP M WATER ROL LITTON PPEVENTON AN(SWPPP)EROSION CONTROL A AAUDN SHALL BE USTALLED DROP To CLEAN A E P OS ON CONTP OF MEASURES SHALL BE MANTANED IMMEDETED AND BR(—NORID) - 'EVRFETATION ALL L.ALL D ISTRI BDTED AREAS Is SccESSFULLI ACCO MPLI'ESTOP ATONSHED.TACTIVTHE STE WILL BE HE PT CLEAN of TRASH a z oa w O Z CONCRETE E �¢ Q Z NN ., oAh 4 1rz`7 a Z ATED OUIDEUNEs.THE ENCINEER RESERVE'THE RICHT TO CONDUCT C o WIR-481 crq z ABBREVIATIONS5 vL nM AGEET rvoNG i3 NFILMv oN a aN DRAFTING SYMBOLS C IACLIT. VrNTICAL CURVE ACI `" TITLE OFRETEGPEED, PLANENDRETE END SECTION VC V R VENT THRD ROOF DIRECTION GDT DETAIL TITLE ill, lil AARAB AN NICE SAFE TO C C p RDISC CONSTRUCTION FL LowuNE RPE(F�E TERCHANCE FOR TURNOUT ED EcrioN of s � STEELDWLINCL' US FrC FrAYGIEFAH, ERR D w wF (BEAM) APPEARS ON SHEET HT-M-2 STANDARD DETAIL TITLE ASCE AM ASME SEAT CLOFrR ENS AF EETPED P PAD wrR WATER RFACE ELEVATION J n DETAIL TITLE DIRECTION F OF Sl MECHANICAL ENGINEER' ESD FORWARD PS PC NT ITCH PIT POUND S PEP SEDIAPE FOOT ASHRAEHEAT EERs F DEGREES FAHRENHEIT PSIo PER SQUARE INCH PEP SQUAP E INCH YD YARDSECTION aa10ARs ON SAME SHEET DETAIL OF ITEM ON SHEET CSDI A CAUCE A'GORDON" "UNCTE OF TEST NO'MATEP ALE CA CA AN PVC PC INT 0 AWSNET TUTE AWWAT ALAI A ASSOC PETROLEUM AMEIIAN ATION WELDINoRvs AMER CANccFGROOVED ouvCOUPuNc SOCIETY F TT NO PVMT PPONTAVEMENT ION RnPV PONT Or cAL TANCENcv -EETION "'L� c A, AWS A Flow CSD-I A�rvsl 0 IRS PEP 0 STANDS,C GPM GALLONS I AMER CAN CONCRETE GUT GUTTER ER MINUTE CONCRETE PIPE arecH SECTON H� z 'APPEARS ON SHEET o NST TITLE RD PDOF DEAN DETAIL TITLE I P, AT TO AUTOMAT C IT A IT OS E A A ED CA DIED U CE AU A ATA LIARv AT TG LPEC PC PEC ACULAT ON I GRADE HYDRAULIC FLANGEAVG AVERAGE ,AT G CUT A_ RECTANGULAR DETAIL APPEARS ON SAME SIEET TMC HARNESSED MECHANICAL IEF PETER 11 REFERENCES PC OF C.. COUPLN' PF, PEEP RERATDROF OIL NO uHRI a RewF ED CA PEP 1EPIESENTAT VE BOTTOM ewcNOTP DER HWL wcH wArER LEVELAll A CONCRETE IN DER EL(eEAM) NTPOLLER ETER U EAPOR WHARD DOW A OLT OF'Ay NO ING STEEL C EL C TN ITTDRAWING IDENTIFICATION SYSTEM ARCHCIMPA METAL PIPE ;EEEA E NO SA SOCIETY OF RH RDOF�NT OWSELECTRICAL CH WT.RD LENAT IT ENGINEERINGGS SCFM IC FEET FSEOUENTIAL SHEET NUMBER AT TION JOINT IF INS DE FACE M-I CLO CLOSET OR 'FORM DRAIN SEC SECONDARY JT CT' CENTERT °INTSAND POUNDS tsPPLINE ODE P- CMU CONCREE �ONRY UNIT HIL°WATOLT IrrrLE TP S) T GOT COLUMN r CONST CONSTRUCTR NS CONT CONT NUOUS 1011D NATE rA AVB rA AVB'T 10ABORY I.PPT SUPPORT a FT BIC FOOT ° 'SEDDENTIAL SHEET NUMBER-1 CIA COLD CALLED STEEL rrG r��NUAFPEZE EEL R GECC IN CUB C STDM STANDARD DIRE EDM G� S STEPS nRDGTDR� R DISCIPL EACODoE�� — DEGREE°FD PENNY L'ISIEE, DW WATER DDLE ORDINEL STIC ATE RE. MASONRY CAL DOUBLE MAS SYMN SYMMATP DET GETS L MAP M SPECIPI PILEP _V-TAL o w D DROP INLET MCC MOTOR CONTROL CENTER SPPTS SUPPORTS Qo CUNESS Dwc DRAwwc MITMANHOLELONE PER oarTOO we PREFIX CODE DISCIPLINE CODE LOCATION CODE o �> R c oy mAz Topcone DescRlPnoN cone DescRIPnON cone DescRlPnoN - ZZPC EGA ELECTA CAL EFF EFFLUENTDucTRANu TBUT A PAD L U AS TAN TANCENTo cre°ovE c RM PC E[ EACEFFTF�ANE MWS MAI SIM WATER SURFACETECH T IC HEAD GENERALA ARCHITECTURAL STORAGE TAN, T z< NORTHRIBIT ETEMPTEMPERTUBE SUFFIX CODESTPUCTUP "T LEVATED STORAGE o IT YVAC ��o ELECTISAL NEMA Ere HOLDER w�o TRACTSSOAIAiION CODE DESCRIPTION CDESEW EMERGENCY o w Z EW EACH WAYEACH FPCEWER&EYEWASH NCE STURN ED SLANDAFD DETAIL RD UT RE I INSrRUMEMATIDN Q EWEF EACH WAY NO NIMMEP TS,LOS TOP OF SLAO S BAY EHAU5T NAT NATTT THRUST TE EPA NIT N=PIAN'TA17 EADI OEPP JT PIPANS ON F ST EKI$RNCi Ty JOINT EPP AM PAPAN12NN ANCHOR BOLT NWL NORMAL WATER LEVE NTS NOT TO SCALE FOUNDATION W �� L E JAC UNIFORM ON CENTE UFC UP F TOF AD OUTSIDE DAMITIP JMC MFERMM MECHANICAL CODE INI UNLESS NOTED ITHEANIE FCA DPL NG ADAPT E' 'IT OVERHEAD PDWIP INE INA CODE ED F Loop DRAIN GOP GREG OLE DAN FDA INTERNPP INRW/AAFF OSHA ISTR MINATION DR URINAL HEATER �COTIT UNIT EFO ORAINNG ND.,Z IPNI OPEN NO oz oONCE WIR-481 - crB z NSUL NE5 SICEI OC-G-1 CIVIL SYMBOLS exlsrlNc PBOPoseo oescBlPnoN FKILONA P-N KBw gal D D SIDEWALK oxo a a D�GK PLATE S:EEIL� a a SELECT DAILRUL - DEMOLITION a a ASM-T I-ENT U STEEL IN 1ECTION ;III EQ , C �IIi o w w I BLOGK, - - IOIL LE-, EE E 11 E F-O DOUBLE LINE PIPE U IENTEILINE I PIPE LE—E. ou ou OVEI-1 P-ER LINE - O x x FENCE S m cJ � O a } RNLROAD SHALE OR LIMESTONE E Q O 7FfE7TFE-7 EARTH OR GRADE Z i YPRD HYDRANT STATION }O wJ FIFE FvpFPNT O o OMH OMH MANHOLE U ®TB-1 ®TB-1 T NUMBOR NO LOGATIONRED w 0 0 BENCHMARK COORDINATE LOCATION '" S SHEET 5 O( A ARMBAIL WIR-481 TIP- B z SUGAM5 SICEI o G—G-1 Re oa,n ,a.........deem...,. 9 ,a........=e. ......d,..................,ad,a 9 , ,o,=„dn",e==na,d"'Im,oA�M`s',adeno I °o°;�no; a y m'a a�' �o„nad=��=a�d�o�,�o�=o,ma�a��� P 9 At °=na11eamada��d” adae1e��ay�,n;°ea�a�ea�°�n the ��aG�sa�da,dP�a��a�o,oa, 9 �aa,as„�n�,e�� 3,� � �a = Non v n, eaa��owada v ao�,GGo,syDem Foo,pmbadposed �ns 3' bemoeentnth Inn �om=o„o 9 eeva,o�==noA, P � 9 9 o,eacn,Gde=,edIll , „an=na bemadeo�a o z 2 Foolngs shall be ttom �ava,edcleaned,en,o,cedand fie �,=NOGeshall ee �Ca== �=o ea,� G�naLIP eeow�e P =a,e 9 d�,e�,o,�eme�,ea �a=,00w= _ bel—A the hme 01 the Foundalon 9 ��a��,da��w�,n�e��a� P c 9 9 ra 9 v Ch IT Job No Ol 151 76A dated Dec 1 2015 1500 psf T septic tanks o,gand matte, debts If pbsent sc �ht te 95%ofAa�da,dP,ono,oe Mos9a �=,�,e�o�,e�„oee,w P Go P „neo,e,�� P �ma�d,e P ,oam���m�mo, by Eng,nee,P,o��de=�.a P �n�o,�e,o„en P 9 n p ,ne= w�,n=,o,ne"ea,,,om,ne�o,�e,a�da�add��o�a�s,othe �anma�da�9n,aaG,e au�n�d���l140 ���d �� �dedata��co,�e,=o„o��da,�o�=�he 9 na�,�a,ea,= a��e 9 „=°,�oo=eo,�� ` The ���Ga== �=�o�,o,=�.eo,ea,�=ed u,e ���m�mo,95,0o,�,=sa�da,dP,ono,oe amo�D�,eco�te�tato,aeove �masde,e-n Mos98 a';a9 d P, between 0% daual 7 M ate,a used to,badfil of eNe,o,foundalons shall cons ly c y m �r , Fo,mwo,kshall Pv nAG347 Recommended PlOceto,Gn—teFo,mwo,k �,a�d P �����edw�n,ne=amema,e,�a�mo���,e ofo�Aanas�ty%0,=s bac,111 shall be �d,ne ��d�,�o�ad a�d ad,na�maa=,ne ast 21 The mate,al shall be compaded to between 92%and depth„na„a��=na��a�a ��da„na%eolf ,na, ,�o�n�d,o,ad�ma�so�o,a,�aa�a �a,�o ndfullw�d,na�d pumps ndmo,o,= a�� P na 9 man�o„n 9P n,�nu,aau,a, oG �, n na�,aoG�a, P ooa v „o� m= v a v v alleataGnatle,val= 9 ,a„nan100Inaa� E feet A,cho,ng sylems shall be pe, n= 9 „n�=�o,�lca,�od=G,�,en,e P =o„ne=o�� P �o�=nateem�„ed,o,ne g«eoe�e,ewed hemIan ntu,anud, 9 men,=andIna«o,danceSO,the,ollo 9 placement of con—te all be clean sand hav,ng Sell y Inde,and less than 25% ,3 „�e,��de,a��fo��da,�o�=cl� ewhed�otedo�theda,a�� H,th w yp ,enaadadw�,nDa,nla==Daal nu�and�=na,= ld t4t le �o�So, 9 =e.coada,�o�ee�ea,n,nee.� 9 �uZ!on,newo,k=na��eea� P ed��ama��e P �� �onad,e,ee,eaG�, P �,� 9 �e P 9 ��e==na��eemade P v ,nea��no,���e==o,ne��=e�o,ed��,ne ��de,m 9 9 �,na a� 9 v m z pechdally called �no,=a,a���adto,��old,sel,o vP sla���a==staa P �o�a�cho,= ha�dssha��beo,na,d,o 99 9 a�dsha��da P ���m�m P m 19 ,a P ,z v �,nam���m�mceme�,co�te�to,5 �- � a � z —teshall have amabmum= P fveInches Awat-emen,ha,�oof 9 P sack shall not eaa�adedtoa„�vaatana P �a= P woks y es I All con—te shall be 9 m�ed,, placed �o�=o„na-a,�ca�lo�c,a,a��Db�,�,a TYP�GAFF�OORS Mabmum=�deo«oa, shallbe1 o = Sleeves o,o, P ,b,�on=shall beallowed,n 9 ,uaullmemea, v P w,l, PP no�,��,�matew� P to,ksk 9 v P ,a w PP P a p �dasta, P =�,aCool a�,= ahond�a�� 9 da20,aEd�,�o�SO,160m��e w NGR-481 — crg z ASCE/ NaN MLrAG's MECHANICAL SYMBOLS ggRR 9Q � SYMBOL COOS DESCRIPTION SYMBOL COBE OESCRI PTION p@�'®����� fie,CzCn A Aire RELEASE VALVE Pav - e 46 � All All � PK PAM°P M RELIET'AL" A����� POR, Pe PLUG VALVEECCENTRIC AV AIR M VACUUM VALVE sO 1GLENOIR VALVE R BALL VALVE AT EAsKET RELIEF TRA NER P z 4 x o BEP BAEKELOM PREVENTOR nRNER a= IV 5LEEVE VALVE Q RP R EKPREs=eRE VALVE HE,EKELAL��N SEAL, _ QRL R RLOMER T „ „&(MANUAL)OPERATOR BR BUTTERFLY VALVE Q A -=ACTUATED OPERATOR OCA IF COMBINATION ATR VALVE Q M MOTOR OPERATOR U I� OF cRECK VALVE GO s SOLENOID OPERATOR ;III a Q TE PLOW ELEMENT - CRANCE OF PPE SIMROL o C �IIi x w ow ® EM ARETEKELALFFETWIN SEAL, - DEAN 0 ER FILTER/PRESSURE REGULATOR - EAPANSION COUPLING E 0 ET FILTER OR STRAINER - EIPANSON DONT AL SLOPE VALVE - HOSE BIB A, GATE VALVE A), - ROSE BIB-NON FREEZE KA KNEE GULF - MECRANICAL COUPLING o LI - LEVEL INDICATOR Cl - REDUCER m GO r o - EL�ND�CAT�NG TRANSMITTER ��� - UNION o - LEV ITER RIGR - GAMLOEK o z - TER LOM �� �, - STEEL aRMREO FITLEVEL A, w R - RKNNEAT�SN j SO �r r o PI PI PRE11e1E INKCAT.1 - o�NNERTwLoeCK z PI PRE11e1E INKCATINA TRANSMITTER w � PL MULTI-PORT VALVE PN PINGR VALVE >% P' REAKaT�NA VALE EA M�` '� OR"' FAA aEuer VALAE "I'M % WIR-481 III PUPOTCT e vs,AMS Sw E FASINFUON NP— E-Gqq-1 EURISI1 LI INFIND'Ell ua au,00 ucacss FILE LINE s,am[as } I 'cu,rvirvc nrvo surecE ereress vareuEocv ECEcore cre�irvss wimu Al mcicn,E 5 0 aourvo aoo w , , , ri rti rvcry wns,Ewn,Ere � g3 $$�bmp ANN FILL EaxwE ovEaEcao aEEnv w ur rvaE,anrvsroawEa rv�Ess c,uEuvisE irvmcn,Eo° O FIELD Nc ano c.prccn Laacros� III IN'D sE„rvc ry D OTIE sE ccrv,rvucu=A P Prv«recarec ccP,Es ———— EEE ccPPER ccuMEIPc=E cE P creEEry creaurvo Ecrvcure°rvc cEvcE Loca,crvs PIE su�,ry FRRN� ,cAUFv crvou,corvcEAEEo ry Ery suEo aREAs ,NL, NMrea,ore suP«,«c LNA, ore recu,E Ps reE0, P sw,cu lurereEM reP,rvc rvrecP,Ec E ooFE surecE Prec,«,cry UEOIE E_,ED ry uNErvsuEc ANAA crvcu,s�EE c PaRaEEEE arvc PERPErvocuEaR urvEE=�B_D ED c,uER� o �rvreu�,�rv�E�Ere crv�E Ervc� E�c,recreE,reEre� , m.,m.. c reuLcrv�c sRRR= �r Ic�E FAAEEreI&ANo�RP Eow,�rvc � ---- NrvcER�curvc oR�ry nRu uaE=, ��ErvE�cR PLE, ,L Erv�o�RE=s,PLE BE NE.„ o �rvre<,EE E cLED �Fa<;E,BEDUM�,pc p BE s ore caP urvreErecrecurvc IONIPPLO1 10 PEEN.°�r�oorec�rv<,E w�,u°AND reccEss rvEre�oR Ec�cEMER arvreu�,,uarv�rvre recwry cwE rvrvEI,�cry E'cE s�a,�cry cE E��,R� o X11- FENI`FL AND AND 0 orv_recc re Ew<v m,EM suALE B„rv,AN”sEPAaA,cry a==— cwER E rvE rvu AF,rvcc<,EE o «„ ErePPwo«w°wa. EEE°= srvcuc,crewreE,<csED.ALLlElllEMv - 0 ore ,<re,rvc Eucwry °o 1 cacarvcE L curvre ccrvrvEI-N ME%EaNE�LES FIA—A,E1 c,IE - -� °<c,cre —1 IrvreICA,Ec o �re s.�.o�=°.n.M�w �re E1 AISccw,Ec w�,u Mc,c uFISE «reo. El�PLBOIKELED'EATIED 1BI%a11D«L .DRAM Prec,Erv�cry ALL NT P"FLE EMED cuM , ��uu.EwE,�MEreu°,Ere Erea� rewa,wEu, o ANreucEE IL- c IE 11�rvE=N, O °.°aw�rereEw wvucLE �ECENoED FILE cFU MODIFIED INA A5 , ME cF�,Erere ILAIDo �n°rereEre °°a,re�reE reE, IDAUNI 0 - cuEEo%E;FFE NLNEL ° �GPEw. E MrewE":reEu, o BBREVIATIONs I'D Al 1AIDELE o REIEa=�rvc PAN PIMP EEAIINA IELAF P, PHE_ELL 'AT'MEreME PC _'FEEBLE ,u,c o M reEa. REE OF au=lFNNllLPN PcIrv, o �cre.,�re,re�=EEre re� A,D ANDnEre POND PAN BOLDFEED o FLA HIP 10 T T uc �°M Pw°,«, reEa. AT ARMELED FDA LOT DPPED Crec. E '�oEMEre FILE P EUF wEre uE,Ere(uuEMiiEUNcc oM ui�ovaas OT11 waA R,K reEuv0LPM T�D ALIOREATu�ssER mn cu scoiuu cu�coio.cc O LADY ET LANE ® FEE 11re��RL sEAPcE ME,Ere o �a =EcreMEre re — recEPreo,E�ENcEv�cE o �.°Ere row, ,c� I IN D _`WAIT careEE, NCLO ELT res PUL PEOPLE LEFBNAL „ sEEre= � c ��,°„rvsEcre�Ere �G�,ER°re ME,EreCOND CEDLolFLFI ��„Ere w ED LH <E°Ere NEE�ry PCEE rA=E Irvre�,Ere 0 ,reg, rvsEc°ME° PEL' urereErv, CE PON a ry 'u E,��€ Ere ° PANE�, ® cR , o � OPEN o LL o AND A-MEIALLLI 0JN NY COMBcre=w�,cu<rvc re�_ME,<EE�c O °�re a c�E ac. c ELEA oREcEL ToN w w EN �a,E�N� E=�ER�=�=E�A, AL �� �AA,EI LEMPreTAP,°E” DELLA�rvrvE��cry LAI curvcEre ccrvrvERIcrv. ouc Nreourvre A,ER JAL cre EEE. EPEELEP FAWADD :,111,11 s �z cR Pao E��cry REav ��„ER ED IVEP115DENT I —'ABLE rvc cre�ry o�����.oM,e�P Icry urvIaNPR-481,ore ocEw.,Eo Eureu„ory EUEEreore nnE,Ere - cr g' z SULE ASS AS AS EE N'ON ECEUECLE. LC oN.„oR oNaNELE EN `oR o e E o P E.R oN NEN E RE E�A Egp� �s° of„.NoaNaLL OPEN EN.aal 0 IIINE11E1°EN11-1 ® m ERNNEo�deBNry`.IryN —COOLOCIE v — ��+r �/(�h�/f 1OUND 111 9ENIII EEOEi,ATOAI DE E—PUILE.e VNLE55SEE Ri PUS oMu*5 NnEu MECHaNiaL iNr[RLOCw vY EOLEOIII RcaN�m uMirwireE rmureE Mourr�[oE�srtEnE - p '�Sp "NJE E "aE EL."�a”"N ��oo 1INTAU1 Eo INSTRUMENT SOCIETY OF AMERICA TABLE INSTRUMENT IDENTIFICATION HAND SWITCH ABBREVIA70NS NSUL ANTI 5wE[T FIRST ER(s) Co/A AND/OFF/AUTO LETTERS Rv C FIELD RY Lo L/0/c Cu/OFF/COMPUTER B NORMALLY AccEsseLE MouNTED Mai_�r AccEsslaLE B II T O T T CTIO II OP RATOR 2 OP RATOR 2 L/0/R CAL/OFF/REMOTE $hill° INITATICS s op iE C ®®®® Are urvc O e o/C/s PEN/CL05E/STOP $g A ALARM SUSERS uacEF no USERS GIN(+)N cI(+) L/C LOS gig® OA VW F(F)N A/R CAL/RIMOTI + o/c OPEN/CLOSE oR(PRIM INT) OL A/u uTOLUAND F RADIO(FRACTION) L/A CA/AUTO 00 CE(+) RITE' e O 0/o/C N/OFF/COMPUTER IT FARM NT(ELECTRICAL) H—H PRO N/a NORMAL/BYPAss OU00 GENERAL ABBREVIALUCL LEVEL LIGHT LAW OL [ USERS(+'LE cI(+) I0(+) TEM(+)I cRHI Ac�rvUME uM MorvODTS u ER swRCIT TRANSMITTER A POINT OF(+) sATS0ON OPROCESSORCPU CENTRAL UNIT En)c PILOTLIGHT swGEaCL A —AF.AlD PONT 12 NO CARATDEVICE UNITA RECORD VOLTAGE A SAFETY -ITCH a z l . FES ELECTRIC SUPPLY 13 (�) DIAPHRAGMECFsMITTER u MULTIFUNCTION MULTIFUNCTION oN(+) El FOC LE H. R.L P(INSTRUMENT PANEL 5J), oM VIBRATION FORCE A A"PEVATNS OF TIaI USED s cuOlrF SUCH As C LP M. AS(IRSTRUMENT CONSOLE H2).C3 C(COMPUTER CONSDLE A) ET ED(+) 'ERE ED(+) ED(+) E WHEN IT IS NECESSARY TO SPECIFY INSTRUMENT OR FUNCTION LOCATION. F/0 z us PATCH PANEL slnoN.DIMENSION BANR USING THE SAME srMBOLs RUT WITH DASHED H0R¢oNTu eARs. FL WHEN USED.ExPw4ATION IS SHOWN ADJACENT TO INSTRUMENT SYMBOL.SEE APPREVIATIONS AND LETTER SYMBOLS. EPIe E eAM cACE U PRA ry OCESS SYMBOLS i/o PuO/ouTPUTN MODULI ED LINE SYMBOLSPOWER ���� U_Q m SOLENOID OPERATED V NTERNAL SYST M LI K MOTOR OPERATED VGO so�E�olorvoPERA;Eo���(,> (R) I(s FrRGREDATANLINK> PANEL —ti— EV (2) UNDEFINED SIGNAL — (,0) MECHANICAL LINK '^ KNIFE GATE NEUMATIC SIGNBINARY SIGNAL R o —"—"—(3) P AL(z) —rte. („) NEUOFF E (4> E �GN_GFF,G B PANIL ® SLIDE GATE RIG SIGN ELECTRIC BINARY SIGNAL (E) HlIRAULIC SIGN (ON-OFF,BIN GATE Y (G) CAPILLARY TUBE (,5) ELECTRIC ANALOG SIGN EL NO NORMALLY CLOSED (7) E T MAGNETIC OR SONIC RO � PINCH VALVE S PL(GUIDED)(3) (14) CONNECTING LINES NOCPLC ETHERNET TCP/IP NETWORK BALL VALVE ti L CB) SIGNPL(NOTN GUIpEp)(})NIC __ —(15) NON-CONNECTING LINES EOPERATOR INTERFACE UNIT R Z Z PLUG VALVE ION AL O GENERAL NOTE PIPEzo Q N CHECK VALVE POWER SUPPLY TRANSMITTER S w w (i)THEPLI PRAIRIE GIC CONTROLLER w Z r TH AL50 BE APPLIED To CJ d m 0 BUTTEPFLV VALVE AS AIR(OPTIONS PIH PRESSURE IW CH Fl �- mZ Q EA BIG POWER SUPPLY C 1 PUMP CS- Y 15-W-STATER SUPPLYSUPPLY D SUPPLI << O w HOSE BIB �OO=LA IR SUPPLY” ADC.A 24-VOLT DIRECT CURRENT POWER SUPPLY o IT ATERMONu UNR w ® PRIMARY ELEMENT (2)THEFDE/E POSITION CONTROL Q MEDIUM GAS OTHER T HAN USE .THE MAY IDENTIF NOTE ON 'ILET ELECTROMAGNETIC PHENOMENA INCLUDE FEAT,RADIOGWAGES NUCLEAR RADIATIONAAND LIGHT N J 0 ONALF SYMBOL SPEEDINDICATE CO N �vMI M-01-ARROW DENOTES MODULATED THE 5 MBOL OR OTHERWISE ED/FREOUENCv CONTROL CAT ON 0 C)o TEA SENTIPCELPATURE ELEMENT G, T MIxER TRIPNGLE DENOT WHETHER INPUT OR OUTPUT. ERATURE INDICATOR w Z G Z T�T TEMP DIGITALSESr M E50 UPS RM ENCY DRIVE Z LL NR RELEASE VALVE �r\�LE��EF DENOTES LE POWER SUPPLY TPANSMIP FEE TRANSIT ION Is EVENT SWTCH © MAGNETIC^FLOWRMEDOPPLER SONIC FLOW METER DENOTES FIBER OPTIC CONNECTION.DISCRETE TH ER FO 'SCCLOSE L BUT SWITCH ZS] OPEN LIMIT SWITCH �COEFO ORAINNG N'0.'Z Q THERMAL DISPERSION FLOW METER WIR-487 Bill MICROWAVE 5OLI55 5EN5OR 2 SULSMS SHC c . OD C—SD-1 11 FIT c(Mi N11 [1 EIIS1_CPOUND) 1')MiN.I fi MD 6 SPACING,MIN, fig 4�fi gp5 NIC aocu aac'FILLIBE MES'BACIINc 6 3R3 B7§ N—D IN 111F PLENI cRl —ND 111�11�1 esx so vreoc*ore UND Pahl oanNCE FILL w/CONCFE1E 1aENcu K z o A MIN MN d�N� ' SILT FENCE 4-� EACB Ax s D0'IOD'N'E'IT,1aNs�N.' D'U�IAR�'=FN'D�N�<,E'�L �1/1 � OFF FENCE — IT LICA IINI I TIRE CALICHE BASE ROAD, TYPICAL SECTION -TE DIAL, — U ,1/2'FILTERG m ,. saNE of NE, FENCE VIII �= o C �IIi 11 11 w w BOLLARD STONE OVERFLOW STRUCTURE G B U SILTNSFENCE DETAIL TO o o R¢ Q 0 z �Q Q >o 00 W R-481 — crR z DSUL AS SHC rv'oS-SD-1[i S g�§4s6 c� eENE—Gl eIE z=xA, v� _ U m aMEo ;III G- Q PLUGS LOCAUGNee,E o C �IIi o w w U 0 E U HOLLY & RAND MORGAN ELEVATED TANKS — GENERATOR PAD — PLAN Q m-1 N,EE. z o a Q� o a3 @12"Q,C' 2-aa � Hs®1cw TIB SL'IE IN �M � 00 oreM ce.ry rs.C,®,z o.c w -gs �2'—GRANULA' UIN LEANv Lp oveaexC—ON LIMITS _ ssue AT mNreacme s .PT GN uIINCIETE o PE'GENEALN wax eevoar S S1fENE�12 0� �z T"'V'PE"AVAT'oN.Mirreo TOP T l 1I—E IN FEEL —1"TS TANP SITE SECTION -,r"�"M�seciroNs RNM erwwrn �. R c - N7R-487 e z CON—NE oN M-SDEEE Oa ASE FEE DSE Ezeaw we Pa*E Doo oA o 9 sEE NOFE R 00 a�FsgiG PPE CLAMP,6—NI FLANGE -" F a MAx PPE 3rzE ®r� � � o aaL,PaoLEa.oN SEE o „A ,rvaG,z e PPE TIES I I-,I 11-11N - i GR IG�PIPE3 GNLv P zazAENGEGL�E.Gao,D GD �wDGL.,� � � Ga�oGR � I- E„lGE SEE aE "o"aeo�GELA aN EGo E EGEG N11 NOMBIl lS 3 a-Ga ` > GE>IAD.a oEI 4"ooGL. -II � G,s aAG. s E s � � E1 Gs � Rav lNlIl—T,T11 1111 � Ill GIDME,ED. Ell GD,3P NG L aE M .�G GN �EGGEE.,2,11-sG-3 z M11111-PFG 1-1 ANo 11011111 101IT� FNsLElaNGE LGG� W, 114.,NG GF�,GaEa a GA.A FGR �s1111 4T 1111 ` DOES 111111411 TI,G MNC AGINGlBOII—T DEGaIaEMEN,a ,EG�1�11,1�PESITPIETI III ls .AE 5 MOP*ERIAL PER PLPNS PNO SPECIFI3G IONS�PPoms WI*H NV*S ANo DIMENSION. PE A5 ING MAP FOR oR Ex PANSON JOINF.C I-, U 5—o NAD FOR io—iz m PIPE Ne aPPI'l—I. o MAx oR 9 m SMALLER P as as 20 PIPE SUPPORT ewe PIPE�SUPPORT BASE ELBOW/TEE HARNESSED Luc PLATE �'�lu�o U N. U N. N, 0 � E U c E S1 zM// E+a N Y 0 s wNUF NaP s usoNOM I0PPOIPNl PEI P c o E I I SIDE 11-1 /zHSONores .10111 F 3a /+ aNNsu*asnME MMEN-N a ns Foa FLNE svPPaa* GuvAZE A*Ea FA1D CAFONN < . 3/e BEIII—N 'C"PFeLEFo IN' N'E\ ao¢w — sn,Nz eF As 3/a s/e �/a 0 d w R c r (DD*'NL T`P s DIac z . 33/ae ss//ee 3/a *nc jcN F oNFaNA Foa PPE za LazaEaaoa3/ P L*s PaaE*sMNMM oa �neNoi eRwIscI sPDovDE� AMFEzALL S 0FcoNcaEFE PIER I III IN ETM NN �a*o oENiEOPAEMN PPLv 3,a 3/P IT,IN STo OIINaPa To CONca IINIIIEN 1-1 IE NEEDED,IEE mE LL IN DOSAa^ZOEl w/sapMIN EMB ISE 3 a LF ——EDlN-1 3Jg�`Qo UQZS s3//ae Ezooae 'DEMwF F ED na EMaEOMEN*LENc*a Paoa F.Dau Nl Pia 4' aDc c11M END*aE"NcETEPEDNoDowELS"IN*NEEDE i Es w nNO 10 +/z +;E E/aOlb SHEET 13 0( ]2 SADDLE PIPE SUPPORT WITH OR WITHOUT STRAP coca arwwrnc�. �NT w NPR-481 crq z ggggNVL�9ggASD � C 2ayp u-eo�r a-eon* fEE�Vass. A'1c e�e a�e p�pe „/—.ET, 111T= TO iPNCHON - _— - 14 WNNaoze— - eE�xen�eresnao"LlALLa c __ - - __ — __ Fm — ..e, �A. o Rae ,,, eA,A ree e�eNseNsMFF A o�ONITE Nn.E 3 �ax� eeueeee �/a reaon --4- 1Y N - Ne,ez - zo � .ee�N1,A 11.1 POLL, I en11T1reE.F�Eere,on VNEMP" 1n . n1=.M eo N ee PIIAP V ad Ill MILAN OIL "E,�_NE,a.ere. ��I.o NJNL�IL11 1-Po-1,.eee Ee�rAO,eR Nere Fare e=e�N weeee1-1 �aIA.�aN=-1 NO Ne _ �e No,e KPeNe;=`IEjIN1N„e � ,Pe INION AE�e(Nme=> r IP oPR � Ew 4 re re o 4 n ,re 20 z 4 re 0 3 pP - .n.nE 1111, 1111, 1ILFE.� e�, ppE® s, ,areaRAooaP° „ a Toll zPPEsMAP ,z, ,z,z,z ; ,z ,z,z,z 3„3„ e,a "N”eaINe MA1111IL PEre PLANs ANP IIEOEPIAPON= erc PEOO11E N-LNE ee0 ee PrP POONA , , ' ,zz , �,z 12=12 , ,z }, E°.EIrE�ca*�o,z z allospeoPRLANI Ns PRESSURE INDICATOR (:A:) ADJUSTABLE PIPE SUPPORT R PIPE SUPPORT C PIPE FLANGE SUPPORT D OR PRESSURE SWITCH 0 � E r iz-o-za pomp NATE I z scn ao pvc pipe FLOI EA-1Nippze,as eel o "oi 1-10 TI ° eernuN opeN a.uz zirnes #1/2-P-P— E U I ,` EPAsee Nme. „p Er Norr z oeeze'ANNnseNacvuti,vuvEaha-o-za-ON zlusoore<w ,_nrewe meoa r ITE TO 'ALL FLANEE caNNECL- euc wee Iva wisFAIo nr omrre0 c /GASKer v i Ma z L—AIAE AN INTO IEL 1E LA OIL A Necesswz roe wee sae SECTION o,rs. NOTE L C-111—IHILL 1-11NIIE ENIH NIMI 11PPLAI oll THE 111E IF 1EIL FL11H ANN NIIN INEINECo-IN THE 111E ILIIE czMewnO IPEInye aeernsriv°ncuDrDOIN'ALA'N OIENAT�IN ON ,exrs n.ws ea AL eeNsEE I1NAL,paws� POETALLANor sueeoa*raape aaovaz.AN E-Neea LINE—D w ms TOE n.e ar S SHEET ra or �2 A roa of eiee.TPP z-iiz-z z zoo ze eusrwe mea arwwrnc oro. ASR RELEASE/VACUUM VALVE N SPICAL SEAL WATER/PUMP DRAIN DETAIL WIR-487 cre z M— CA SD 3C� TABLE I—HARNESS RODS TABLE II—LUG PLATES NFI � 666 3� g �Cs5Spg®RBg ELE PIPElEll PI�mT�I�zeHE, USE LOS zDi/e os zEE/RIAs z0/RIAs z00/e Ds zEA/B Us uC/elcrc. uCi/e9crc. ucD/elcrc. OSS IT Cl OS/ilAl EIA eonE UP NUTS HEA eE rvpE pis ss. y€ 6p6 yg Sg § s/e s/e s/a s/e s/e 1/2 1/2 T/2 / 3/4 SHALL BE CALVIN ZEU STEL UNLESS TLLEPWICE INDICATES s/a I 3/s A /A A /e 1 s/e wELI_A3 B/a 1 /a I E/e 1 B/a 1 'RE G IS As/e s/e s/e s/e s/e T/4 T T/4 T 1/4 STAINLESS STEEL UNLEPPNESS ITHEIIIE INDICATED.HARDWARE AND ANH..AAM EAMNICIL"TROPS'}V CHEMAL s/e s/e 3/4 3/4 3/4 1 1/4 1 1/4 1 r PL ALL A CORR AS AND AARPAIIPA AREAS A, 11 4 3/8 1 /e 4 3/4 4 3/4 1 T/e 4 1 1 1 4 1 1/4 4 1'/T 1 1 1/2 5,AMLNE wpR s/B s/e 3/4 T/e 1/4 1/4 1/4 1/2 SSTH 3/4 3,B ONLESS TEL aR ERP UNLESS DEawISE INDICATED. ~o s/e 3/q T/e 11 1 1 1/a >1/a >>/z >1/2 1 3/4 Os o PATH cs PER E. . a a z z a HISACE a TNEIPRENE sr R,PVCH PH 4'SFLUOROLON a z 21 4 B/e 3/4 T/e 1 t/B ,/z >>/z >S/a z�/a ITTE To 1 THE IFIN)BNEOPRLEowILACrEsNE SHEET �T v� _ OF 4s/a 3/a T/B T i/4 T 3/e /i/� /�/z 3'/4El LIPS PIPE PROPER ITnNc STEEL SHIELD aRAOND PIPE AT 3/a i�/e 1 1/4 1 3/e U—BOLT/aIPLABASE T/e A 1 T/B A 1 1/4 1 1 1/2 A 1 ARE PPIR s AH TABLE II—THRUST PLATES LUL/a. Eva co AERIEv >1/4 i T/z T i/s ROD T T s/e TVP A V w ACCIM aoa*EOINIMLUA ANCOoa BOLT EADKOMENT. 3/B 1 B/e 1 5 1 3/4 DIA x HB E HE MA /B T/P n, P 1/4 E/A 3/B1 ire 3'/A3/4 ARNESIAE INCH.A THE,ABL<BELDw WITH HILI HI,-HV,Bo ,� V4 ,E/e ,3/4 rz Va 3/4 3/e T Vs 4 Va 3 T/e FEE EASE MATER A TEMPERATURE UBOPs BELOI 4U R USE SETT 3/e 3/4 s i/4 '/e ,/z B e ,s/e 4 i/4 3,/etin—Hv TSD TADHEsoEn*U U 11 1 T ,Vz 2 Va Vz 3 3/4 T n/, 4 i/z 3 T/, T T/e RTES 3 ie L;,3 „ae,���,�_,A �H B�.SCHEDULE DIMENBIANB BHI.ARE IN INCHES „4 D ;� 3,8 B/B 3;/L IS CHAS BHB,Iw/HVA ADHEBIVE AN z PRESSURE SIISN IN TABLES I ANA III SHEET A IS THE FIELD TEIT PRE�RE.E THE PIPELINE T T/A VIE B 3/4 z;/H s 1/H 3 3/4 z T/, T T/, ABHE3�� I;B 3/B C SNA=HAD;I,,AAAAHEEI�A o uLED BASED IN PIPE szE AND TEs PRESsiBE AlTUE PIPELINE SPACE OAINE11 T Vz 3/a T 3 T/4 s i/3 3 T/B a T/ 1 AS 3/4 B s/e ss(tins BOB,w/HVA ACT SE AN E LUIS EIBALLV AROUND PIPE T,B B i,e THIS RAD,w,HVA ADHE3IPA ANA AN >, =�;8;�R.AI�N�;a DIA ALL TAPE DNI,HRE�B ADD FALLS, DIA AER TAPE EIIH, /S 3/4 D 3/4 D E E/S 3 L,/, 3/4 B,/4 SS THAS BED,w/HVA ADHEEI�AN ON THREAD,PER IN" T 3/4 „E E T/, CORRASVE ENNRANMENT. ILL ITOERPTA CHEAP APPLIE'TEELAnAN SAA MATERIAL SITBMEIIED ""EDHALL '3/e T/eIII,C 4 Cvz 2 GENERAL PIPE SUPPORT INFORMATION IANEIBM TO ASTM A111. FACE BTrz ip B./4 4 v4 z 1/2 rz veAITANLE11 STEEL IRS NOTES TO IPEGEIEe_ AeaAS IE ENARONAENT.as OTHER APPLDEFF ON NUTS aNA wAs,ERs sHa L z T/4 s 3/4 s 3/4 4 1/,, z 1/2 z 3/B FI SHAW WHERE 55 suPPARs ARE BeowreeD ON PLANS I CAST HUREADED POITION1 OF STAINLESS STEEL POLLS AND NITI ASTO ANTI—EIRE LUSAIANT PRIOR TO AllEMBLl. AT ON OF T 0 DO AT LAT RE SO LAND T 00 TEN TOE NTT�LAOUNTO TADHALLI OF EOLALLL AT OPERA HE TOE LAB:NOTA BE A IN FIT e1/A ITo p RE,UT M,ALNMEN F AND EN N,PE ALL AHUA,CARS,EIIAL LEADS T COMPLETE TORN.THE FIOREADR IE TOE Woos BOALL PRITRIDE A MINIMOM OF 33/4"FRIM°HITTTo SPACE " � AC.AMMIAATE IPEGEIC PE IIIESENT, SECUREDNUMBERCARS ENLV ABOUT CENTERLINE DE PIPE.RDD LOCATION MAV BE RATIFIED TO o d Q TT.PART'FLAT CENTER SLEEVE uILL BE ABLE HE ILEAI PLAIN END DE PIPE WHEN MIVED IN NNE DIRECTION. sEEVE ..PUNO SHALL HAUS RUBBER BART oN BOTH ENDS. 12—RE INSULATED 5LEEVE COHPLNG5 ARE SLEEVES AND—lEBi ON U—ST RSDS INSULATED B < 13 PUMP MANUFACTURER STILL N E A AN"`F`T 0 POPE 5A F OR"Mp SPOT ON AND PC ACC a AS CONTRACTORSHALLPRAIDAND ALLRE SO E—EDNA THOSE sHASN IN THIS PRISON..THAT ARE o Q REl—BV THE MANDEABmREA AT NA ADDIFCUP CCs FIA THE ASNER s u T INSTALL THE,HeuTWOs LCNGBAo PDFFESENARALL<T DE ILS FIRE HUSTAT L FII THE cENFIEBL NE IE THE PONIPE aoR TO MIrnET IossE,PLATE nEIIOT TO o o S SHEET 15 or �2 WIR-481 crq z wDw5 SH n'oE—SO-1 E[T TINNED COPPER TO REPAR lUl IN to rt�u rLoout t ory vvlut NN" � Z ttt .'l �.��'SE RE TINNED PER � ��BiBGROUND reE e Mlry 7^'s IrvI'IDRNRD rvDw�lE LOUDDA BELLEND RENIORCEwAAD GROUND LOUT OR To ���RDDrvDRDD o p ITs F CON UND LAT U'UPL OROUNDINGSTEEL GROUND GROUN DINGSTUB AT WALLGDry 3 GROUND ROD DUCT BANK GROUNDING P, N� VOFIF CCUU O I ry COVER (MAY ee ORIENTED oRCRY°dzswtiera AN RE�T LUG PIF R A (RETER To rvoTEI Boa rvan/o A-26-L' SNE ws 31/4 X 10 GROUND To ex 1—MIlvvew SS GROUND ROD �aoueoeIIC G E, eaoouSZRT wEu caourvD BusRwcTw. ARourvD CRATE OR EQUAL 2 RE BUFNDI TYPE LUG OR U �cnB Al rvo o corvD ETALAwMIrvuM wzluuR INILoueue ExoTn ERMIc WELD rvaTE ❑ GO III a 0 RIP ISIZEAS REO D7 Q m DIRIrvG GryI DE RETE110TPLAIT EMErvT IH o C �IIi o w w IT RE'HALL BE T,B GROUND TEST WELL ENCLOSURE/CONDUIT DETAIL GROUNDING PAD IN SLAB wl5e rLooR o a. s. s. E RIGID cALVArvIZED STEEL S) TYPICALMOTOR GROUNDING MOTOR FEEDER SPL CE C'RESUS CA MOTOR"N TO OL CENTER, PRESS U GET CUP LUG A LF TIANIF OF M El 'NOT T BREADED Raves ON c r/r SOL CES SIZED TO EI Iuourvo vvlue IIINDIGNNEGTIIINDI Q vPE WITH ss naaowARE a oa caourvD vrvRE UNDER Lvarvrz[D STEEL THOS c o o y Q o CHINA I BOX R ITx uc(SIZE N�I��rLaOP D IRE TO POUND P D U ALL RSOL D UG <Q Z RE ILL ITAP Q aw O O MOTOR CONDUIT Box ILI lTlll I a Al"'. EIPOIEDATMIIPHEIEINILIDNI w w BEET WHEN RED)om GROUND PAGE NATALLEO UNDER CTON eox MOUNTING NODEAPPLIA ION THET' ALL EOR ALL GROurvoING 2 AFTEINAT I GROUND CA METH o D To'NON'PLO SON P'oo F MOTORS l Ae ReevlXXTHoUT_CT ON BOX MOUNT CA BOLTS A TO RE LL AN D TAP THE A RE k Eu�Mo oR aDrvulory eox wvD lrveI lLAGRourvDlrvcL g SYfEEi rs or zz MOTOR CONDUIT BOX CONNECTION DETAIL —N� —FAILING 111D) n EQUIPMENT GROUNDING DETAIL coreD Dreawmc mD. �� „s. w �� „s. NPR-481 crq z SULiAMS SHC rv'oN E-SD-2[, ENT TO QUA2ILE me€@ LL ® � NCH CHAMFER 4 X =N� OF 11 N � F Co DES TENTRYHOLES�NBOXSIIDRRCNDE CH1 (TYPICAL) — P',ERELOCATED�N PAVEMENT OM T COULLVE ILTIHIS IXHII HNcoN TH� E 11 FIX _ U IIII®11111®1111 SO m iv VIII aQm ooi As PINS(rYP�) NosTEPLANIILL U iNciaoN UNDERGROUND CON DU IT DETAIL-TYPICAL suMP o c E IN-GROUND ELECTRICAL HAND HOLE(UP TO 17"X30") 3'x3'x4'TO 6'x6'x6'HANDHOLE � ..s. U NOTES I CONCRETE ENCASEMENT ALLCONCRETETO APPLY RED DYE POSPHER HAV,TOM...III FINI LIHIJUJIll TO TOP OF STAN N AND EXTENDED EXIATINGN Iia.SHNSTALLALLBECOSPACE'S�OREDREDTHFEETROUCHOUT. Duawc PwcEMEBY ST NG CONCRETE RAIMET A 2C LAII NO _,,C IT. D (I BE�OwcRADE) = EXISTING RBNFORCINCMuv.iz V, ALL - - _L 12 20 12 Ho,oNTAT SEPARAT&VEI US 11MINI 'U c1-11111 a� w Mi N.nS`ULLUH RTO oa ao ERs o o CARLON EPAVATSEQUIVALENT OC Pwsric SPACERS OR I MINI ONvtq' REBPBE CLR TTVP�� g� CCEUUUti oNI IC� HnNrouuNO I. MANUFACTURER O O as CH CORNER E ON Q \.-o / .\. O O NGROUNDVNRE _ Z ACT PRoCToR DUA`STANENSC� A t \ enc�iLLSHUT USt n ANCHOR AssEMaBv.NIUNI NI Ue�N�U GwiHNUH-HIH Ll NI-1—111HANNILD @I RCONCRENCASEMENT FIAY U, O O O STIRRUPS 2l 0c. o Q (ovED RED) RNERTHE U 00 ul uUCi HANu s To E FOR RERVNTHOCTAL AN srETCALR REH12o TNT EaE Pvc w w DUT OVP SAND EL EL T E VA H cuswOF A oN xp s D' TN b FE NN 00 EL SPAN A NUMBER�A IE OF CONDUITS PER UNIT U1,OR LIP UU'I'U'AFNI Ll S¢E SHALL BE 4X BARE COPPER NV u�Ie S SHEET I] of ]2 fDFO ORA.1 ND. 4 SAWCUT DETAIL ELECTRICAL CONDUIT SPACER FOR UNDER GROUND DUCTBANK EE HE EN—El w NPR-481 ,.. �� ..n. CT 9 z SULiAMS SHC n'oO 6 IN TE TOPIC,FINAL eNNR 10 al TRANSIT ON UNDER CONCRELE-AS N—C CL 2 SEE DES ON SSS S OND"'N c � o IS IF UNDERGROUND CONDU TS STAFF DE AND1.SCHEDULECOND0UNLESS OTHERWSE SPECIFIEDDETOSDEOCORTILUN'U"AMNST.OFONESUPPORTPEI NTMIN a= NOT USED V iiJ_J<J<F 5. Co IN AN ENVELOPE OF CRET ONCRET COLORED RED THROUGHOUT I P, 11 TUVI 11 ALUMINUM Fl—IS I IT Wl 1-111 10 PLUG OR CARS FUTURE AND SPARE CONDUIT ENDS SHALL HAVE P ZE PLUGS OR CAPS C. FORGROUND WE ¢EPCF USERU6V2 To RECUP UFa NDUCTUUTT"D4NN6CUANDUP U—HUD ~ MIN LONG I. AUAvi tw ruUM NUN Mti—[,wNUUii Aa utetUiutu. _ ITaALL BE USED AS R RED wUvuN�vxin�UN� U SO ,,. CONDUT GROUND IRIAN CONT GROUNDED TIE NSUFATEDDUSwmc. uvumcvmTe oz oar ae III a Q m O,O UNDERGROUND CONDUIT INSTALLATION w comORETEENcnsEMENT umDERIVE U i- 0 HOUSEKEEPING— FIN SHED GRADE ASPHALT CONCRETE PAVEMENT COUPLINGWTH PIPE 114 � E U vLUT-1 NU TAU 111.1 — iweneu UUAue J w�rwnvxn eo wIIE�• � �I ¢ Q ON UUAu -�iEllEi" -_IIE�coMPACTED DAc�i�i F TO O CC 0 UNDERGROUNDILAZARD oN Q IT iNU.niU bvt E Z i�eu CONCRETE Q (TYPE&SZE AS REQUIRED) °DN°°'T IT'EDSEEENCAS ( DTO O O O OCD O w O O O O w w F=- w w w UNDERGROUND CONDUIT UNDER ROADWAY/PARKING LOT UNDER POWER/CONTROL CONDUIT coreD Drwwmc mD. AND CONDUIT STUB UP DETAIL CONDUIT INSTALLATION(NON-PROTECTED) NSTALLATION(CONCRETE ENCASED) WIR-481 mrg z SULiAM S SHC SDN E-SD-4 pp[F kgs PIPE 'BvMIN TOcoMPnNVPOLE � S��j 60 60 15 SERVICES U:P:PPT:0::214:0:OA:M:PSSS l III NOTES � � lull IMIC'U I NI ENC F O_MUST BE USE,IN CORROSIVE I T SIALT BE I TTEI ITI COVERED BYO TREATED PLWv000 FOR MOUNTING THE CURRENT TRANSFORMED A DRGOPTE"S'AUTABLEMOUNTNGB"F11 111-NI SMAY BE �RDNTHECYDHR DETDwRROTHEENRGY o Qw SOURCEORLNESDE PPRDHRL„CoNDU�T DHALL „e eRa°5 CT FEELASSAYPSTHCOMPANYMETERCABINET v DMETER Koh RT DOCLLI=AN PPE DG0 NNECTED TO THE GROUNDED SERACE CONDUCTOR IN IN TTHHER=A OCCURRING ELECTRODE SYSTEM ESTABLISHED ALTHE POINT OF FF SERVICE IN SOME—ISDICTIONS THE GROUNDING OF THE METER SOCKET AND � IT HU" SERVICE I � �HE �ND�TDND ,�NN�E ��L F`0RFND`ERGROUND APPLICAHONS-BURIAL DEPTH IS THE DISTANCE BE EN MA Ni 6CATGRADANDTHETopTHE BURCABLEo U OUND APPFI='THHELCOMP=IBHEMRE'SPONSIBLE FOR SO m L ;III E_Q HVLD��OM = RED PROVDINGTHEMETERBASETOCUSTOMERFSERE o C �IIi o w w CAD N REaui REO. U GROUND - o � E U FINAL GRAGE 6 MIIN r ry - Qo Q TO o A, T E <¢ Z Jo Q w U 00 F, TRANSFORMER CABINET DETAIL pu ..s W � w SHEET 19 0( �� WIR-481 - crg z /a' ER MUUN INIR-111 RvpiCAL)M SYR E-SDS 5E[T 3/4" CIA. SO EOPASSION ANCHORS X1 E'T"I'�'Ull NIH- EN MOTNUNG iGUND BASESEOUIPMEN' L. b g$d HveeDHESIVE ANCHORS EQUIPMENTcs ros sTeIN3• s CHANNELED ANCHUHe Al FEE I E FAR RENFORCEMENT PRI THILHTMDPANEL LRNIL CRTCON OR w�5 FLANGED RHPACEGESAATHAN SMOOTHTYPE D SSIBLE STINNLEBB�EELVAALLCOL�R 2 100 _3 =s ANCHOR BOLT WITH, CONDUIT S o oPRNEBDBHING A5 M o aw= °OHIA SIIE DPP0STE�MELL PGROUT SLEEVE IN A =�o E SMOOTH BDRFeTEB �TH 3/4 WE ANCHOR NE A'SREOUMEB �O — HE SECOLMANUFACTURER 1 NI ALI IN "N.. ...LEH"' 7 EMBED LENGTH PRIOR TO DRILLING oAIr MIm. LENGTH PRIOR TO DRILLING TYP. WALL SUPPORT EQUIPMENT WALL MOUNTING DETAIL �TYPICAL EQUIPMENT BASE DETAIL U FOR MOUNTED INSTRUMENTS O CONCEALED CONDUIT INSTALLATION 2 U CONCRETE OR MA11—ARALL G FLAGGED TYPE CHANNEL AS REOo. VIII 0- Q m sEnumG auswmG [�� LUNDUu TAG S ANCHOR ENO Buses B)n comoulT o /h��i �I wHNN �� BDLTT� „,BR - �DTAS PROCESS 0 )Sleex,Ivve ASRLUUIG") DESCRIPTION MASONRvweu E CAULA ALL PC OUND SS WELL COLuw 6 ss. IT INTOMM, TOINSTeLUNG BUSHING t,UHt FRILL HULL ANt,HUHS IR'USt THtMIGET tUVHtIvt HUSHING MOUNTING BOLT,TVP U CONCRETEVACTIT OR FOUNDATION (� CON DUIT SUPPORTNOTES HE NSTRUIENT TAG A TO"A"THE PROCESS AREA INSTRUMENT , WATERTIGHT CONDUIT PENETRATION .. RALLocess DESCRIPTION LISTED ON THE Tec. > A o ° o aNUMBE STANDATAGRD ISA FORMAT NFIRMAT IN 11 To BE IN WALL LAMP MOUNTING DETAIL Q ��..s. zQz w ALL LETTERING WILL BPULL Bo'OR 1, THE NSTRUIENT TAG ILL BE E NOTES/1IN o GNP uwAHE ICHT od o o1-1BUOUNIADLACENTTIEN—IMENT o�^ o M Lomoou LB ANo EL B z Hmne SHCAAGUN, "I"'S 55. 'A ore suNLEss srEEL wIRE ore a DEFLECTION INSTRUMENT TAG o Q uF09IN POOR Lomoou ALUMINUM o o D0aLNJCT,EUMK INTO ED 1 UNOAuom CETE HAMFER BNE UTADHS.Lwnnv °R LENGTH AUP TS REODIRE vvHALLDUU"UGNANKI OUNo roL U AT R ON D 11F Till STRUCTURE NI' s.cuwiPs COUPLE ve Se�UARe NUI D a ELBOI 'COLD III PIT INI FILL,I .F..< a So/im Nrwwrnc ti'o.Gz HIS ABOVE GRADE CONDUIT PENETRATION �CONDUIT SUPPORT DETAIL �� DEMOLITION CONDUIT DETAIL WIR-487 s. 11,701,11,11, SULiAMS SHC wuN wOw E-SD-6[F I'D 11 11 nMbHEH H U NER MENT NUMINI ,D 0 ALUM PIPE U SENT UT f—i AL SU SPARS r SIIT,, ALUMINUM aAM RDUR DIDESASREOUIRED SSP LATE �E UMO R ONENCHS SHED40ALUMPIPE �bLL='l'AAEUMINUM LULU ' RA.MINTEHOS ATURS CONCRETCONIPPOTE CONCRETE POUND _1�FlLl'.A`NF,'1' FOOTING IDNo— Mw I ROUND OFF ALL — b ORPAN SE EDGES AND CI FOUND ORNERS RS °'� °" ANDTOHNEH XSC ON C RETE SPECIFICATIONS CORPNGToNTINNbIHUMENI SPECIFICATIONS FOR PANTING 2 PINT ALUM N US U SO TYP. STANCHION SUPPORT TYP. STANCHION SUPPORT FOR CASE MOUNTED INSTRUMENTS RAIN HOOD FOR CASE MOUNTED INSTRUMENTS �Q m U I. 0 � E U �vew ALUM NUM "HOL' FIELD PANEL elHAv sADDTe J CHANNEL ALUM TS3,31E : FILE A - XXX A' C`lo6 A ME ITS Q P LT HSNT AND—HERSTO Q z W O a SST PIPE HJ HJ ALUM Q CONCRETE Oy ANCHORS - ZQ ZQ w < ONCRETE O I U O ,LOUNON SHRINA o SUPPORT w FOOTING A TOTHE PROCESS PI PE SAMPLE UNE CONNECTS HORIZONTALLY w w CEMENT LINE STEEL PIPE CAST I ON PIPE AND DUCTILE IRON PIPE PRESSURE/SAMPLE CONNECTION S S7fEEr sr or wz TYP.PANEL MOUNTING RACK HORIZONTAL INSTALLATION roreD Drwwmc mD. WIR-481 crg z IIII INT IT N,EIs 7 N� I urD rNw v� - "I UIN o 11 UIN STOPPED 13 RESET .111D I IT ;III �Q m }M°�N°�I Poi'NFRoe�ek DOOR o III w OFF sTeRz� � ESTOP TO REMOTE xoo jSPEED SETPOiNTFROM SCADA(u-2D.A) +- D 0 -IF-sGov q EEGO }5wem1111 vuio1--(411.,E E o ♦AFROM OMCADA SRAo v FROM ceDJ M S DI }FOR mR (FFD } 51Hi 1M1 TV I ISTONV'll i C1 OSED DC lvro DUN v I jvFDFeuRT I >Q Qs I I Q� wui I I of oa o �c ® R b '�� R I NOTATION RUNNING F.1REMOTE REMOTE TABLEISOI NV Q� E F T PUMP 'X' a PMP-5651, 6 J o Q vzC CONiRourR PMP-5652 w U d To sceDe To vFD L-------------------------- VFDJ PMP-5751 7 ozo moo' PMP-5752 w� w w0 TT O BOOSTER PUMP VFD CONTROL SCHEMATIC m EOuwMENT.PMP sssi,PMP sttc,PM11711 PMPnrz S $HEEI T= N ENT W R-481 C171 PRORECT p z �NnR�MTNT� I ID-1 I ALL 11 AII "ALE AT A, s� REoUIRTo Al 11EAND N_ NEC IN 11T CLASSIFIED AREA, 6 � € CONDUIT IENEEIALI ANT LA"PORN" SE'EOM=NUFAC,ITRERS PRODUCT DATA FOR ARD11IONAL 0 PROCESS 3,PROVIDE 316 AS FITUNGS FOR ALL PROCESS DEIGI PI ON L..ABLE CONNECTIONS llAl.. S URGE sw°°, REQUIREMENTS �sCONNECTIONS 10 oT 6 FEE,PERIS NECND ATT BE o�sP�����, FIELD RE ANATOIS FACILINT lUlEEN 'AD IS TO LAOS 11E PROCESS TRUMENT COD USE N BEER AND EOCANSON 0,_SE"PE FU ACCEPTABLE FOR MASONRY OR CONCRETE. O, oTmRIPTIo2 ALL TAG FOR'MA,o�"sT;o eES��STANDARD�sAss oaRIEN sUN=I�E 1,US11ITMENI FAA 10 BE AFFINED N OCATION DES IELF "EEL'BIAPPNI E oR CIA mRT�oR�A��Ess DRUG��A EOA REE3„6 FAR ��"CALL, ALL LOUIS TART FLEFIBLE CANDY , — LE"E 1,ALL OUTSIDE USTAL LED ELE111ONO DSPLAI UNIT AND ALL �r���,_���RT��L «Eo w�TR �REw=oR�a��T� o TAT ATAER Toa����STR�ME�TS ExPOSTo �o o�o�R��AT S�oE w�TA SURAE SUNELE sIT�E�o "EEL SBE AR CIA Av SAAL�BE MOUNTED FACING TOWARD CONTACT �oRTA SURAETRAP Ex OR APPROVED EOUA� _ U GENERAL NOTES INSTRUMENT TAG INSTRUMENT SUNSHADE INSTRUMENT WIRING DIAGRAM oIII�a Q m NTS NTS NTS NTS Ili o w w U i- ED 0 E U Qz Q oa O Q¢ Q Z Jo Z Z O o � Z S SHEET 23 O( �� WIR-481 R NOTES BY SYMBOL DvunNl'ssHEE T rv'oN S-HT-REMOVED .11T AND T 1, TIE IST NO 6"FLOOR SLAB // NEW PUMP JHE d93q§v \ / HALL OF TITE.U�REMOVAL 22 WD R$66g s o ———— o \ \ O R 12 / R E i DETHD�- O ER R DOR RT }syK"e HE ED 'LAB I ELEHATION zxo ARE / HE P LEEINL PUMPBIT BABESWITH RT / — NEWSEE ESCONFLICT v SHALL SEE l�M - - o �T NH HE NEW PUMP PAD DM O �- AT UNIP 1-1 RCULAR ROWS OF IEC DAM.APALLS A GEROAET - PERES U /` I 1 ER ExeivanON Is III a THE EC c - COMPLETED THE BOTTOM OF SCATM DEPTH OF s.MOISTURE Q IINIT FIRED TO BETEE CPTMUHM AND PT US 41.OVER A OPMMUMFFAOD � Xw C �IIi U W TED TO A NABUON IN - - - COMP CT RDarvcE \ ITH ASTM D-sea I D- E 1. TH A / TIT E BASE SHALL BEPLACED_ U IBE T SRAYATI OA EN'TCE FAC ITND BOTTOM O TAIPNI WITH 11 Fo'E.NTAL LEAD VERT \ / ORIENTED TUE Pecs H PERIMETER Z / - Y0 NECESSARYANCHORBOLTSPER O Z Q \ CTIONS SHALL Q QEFE E PROVIDED ~HT HOLLY ELEVATED STORAGE TANK FOUNDATION PLAN ALTERATIONS csQ FNIMHEDTIEMATCHa 9 2_srxr® FIISTINA SLAB HE o o y Z Z E �Q O a PURETHANE SEALANT WE Q Z Jo O i� QQ AC 0o w� Ip- u J Z Cw ALL AROUND µ/1-45 MID nP. ---s �- 55@6"OCEW TOP&BOTTOM S SHEET 24 a SECTION AT NEW PUMP BASE coeo mwwrnc WE R c _ N -481 TEE T9 20257 NOTES BY SYMBOL DvuASS5 s^rci NeN S-Hi-2 i I El AT NO CONCRETE TANI BASE WELLS 0 El o OP=NWSOOD STUD 1El AT NI WOOD 10 � AT CE UNA OF EL ST TIAI NI ECT,CAL ROOM,D RECTION OF FF4MING, NOT FNOWN,4NCNSR4ACTN.�R D $ �S R FOR S.DDcr�DNS. ,Hese ROI POSITION OF NEW l.'NCS.RD NO E'DM w�.re revs =`K� V TO ENI SNIACES"EADFOSEDR"OF MTO ST A STAFF BE S'PPO'TED CONNECTED To ITS FACE IF TIE WELL IT'DR L LED WELL AND BE FASTENED wir E, reAMwc CLPS. 2 I A U T'E JOISTS SALL BE ;III a Q M NEW FRAM �Nc. D""reE oIII�o w w 1, TIE WOOD DEIR 114LL BE U~ FAAM NA IF NO WOOD BEIR 0 �ITL' NC COVER BEAT CLE BOARD is ~ NOT ACCSYnBLE U \ - - Z Q d cJ Z Q Q? Q W Oa WW S TIE UNIT N—FACTUPER Q O o O Jo QO >Y O o W Q W w U HOLLY ELEVATED STORAGE TANK ELECTRICAL ROOM CEILING FRAMING PLAN S SIEET 25 AS I I—E IN roreD Drwwmc mD. W R-481 cre z NLiAM 5 SH PEI N'OG-Hi-1 CE1 arioRnu ureM. re+ purer+m i ureMzs o"n �� s n P rr b P P o X11 — P P P b b b b b b P b P Paa — n b b b b 0: P P P — °� — ���°rr° — rr — — PreEr="reE— — zz° ��° oo° a _ _ _ _ _ _ _ - - - - - - - - - - — - - - — — .E"a z— P P w°, b wn,P 6 wn P b w°,n P P °+. o o o o b P P P P P ' <PnEL P P T— TEW P P P PH P P P od --- P P — P I t/4 <` oIO nEEIOILE � "I3/4 I EL21 a Ere r�+E nnE�nE E 11MIRE IA6 n°ER -L1111 —11EI I Ll— S SHEET 2s of �2 NPR-481 crg z - SULiAM S SH NNG Hi 2CE S(ExISINCIraR ENos allo SYMBOLS � 6� ��� 5 1 5671 5671 56", —11 —11 55611 5561 5 11 1-11 565111 5651 65'1 6 5'1 S51 — 65 611 11 1 61 1115 1115 ---- ------ sSY AE,o EEN,ROE g9 ---------- s 4@6�w - E�o� v� a o NLN} p',, a � � o �i-----Ii--� - } o LI—lElL'E ' I I x � I � I I h 1 ii I, 1 ;III a Q o, I I 1 ow I I 1 I U ti c � s ouo 'aNk cavacm. 1 �i 1 E I I U soreaoE v I I 1 I o I I I Z Q z Q ~D I Jo Pi OE, REolCER couee I O a IE w� I Z II PI I1 �1 Q d JO N ELELM 1 c `Hh x/26 N L n SS a 39�Pus1 8Jo-EJ RNSEE /4' 1 w RNN w I_____ S,WATER sass , I51RIBl1ilON R uV-5605_ ___________________ __ _ ___ __________J SYSTEM JO-PWRv5566i30 � w S SHEET D O( �� W R-481 crg z IAM S 5 N'ONC Hi INCE 1 .a g66 AL ORP .„Nk — — - vE PL aw= — --' -- EA �� n oLE �LE==aoPo - -- ---- - — -- _ _==__ __-_____= - ---------- --- _ — = — _- z” -= -- x��.� —No R �„ _ x El SEPVICE POLE 1 — E = 17EI L POLE 1P1 P o h E_ 11E LINIL `E_—El�ACI - aIAN CONIROL"DIN— -- "� EO,PN LINE m- r o — IE,Y CE o It w EA AENERAL POLE'1E1E1 10 IEI"ANIAL D-1— _ FOR ALL A—E—=— - a Z AkOUNO PIPE INFORMATION. 0 o LJ D83/N— w TEXAS SAE PUWE SMITH ERNE A... HOLLY ELEVATED STORAGE TANK EXISTING SITE PLANpPI,10o", 's s7IE[r se or Ez s`"" LEE' — —— WR-481 crg z 51ATGGS AHE N'OgN C-HT-2 Cpjl¢4 -- --- 0 A a aw SEE --- GENE ROTOR AMR AGG. U .� a otic f / - _ -w j m a OTHER "I NOT,A o \4a�111 p X w e EF _ i sTo -� •T 0 o , cas IIMTE aAr IT" A TANI oRa SNE .E z _ � a Y ii __ GO QQ — -- -- lEHEREFEM'T.SMEClAM��GRAYSHAs FOR ALL ABOVE GROUND PIPE ��R� o �a �RMA11 o Qw J� AEFAI ITAAE P�E S.ITH SAME 1211 o MI MAG, _ o 0 ! A REFER TO nRUGAITRAL AHEEAA FOR DETAILS, o LL o Q o FRM TRE ELEVATOMS L7ED ARE CONSISTENT wTR ma R AA MEAER Ao AEPARTMEMT CONTRACTOR TO COORDMATT Tl THE FIT'S G AS DEPARTMENT DM _ Po� �RP__��„eaoaTo aoa —- oNsTOM Or GAS L�ME GAMT 1ASTAP SIT L RE PISPIAMSIMLI TOP TRENCHING AE G`9SITALLMLEAP FEET FOP GAS LIME PR�oR Ao ARENCH�NG.TRACTOR FILD 11-1 CONTRA'To,T w AMEN T2 HOURS PRIOR TO TRENCHING,iA T — Ao COMMEG FROM THE GAA METER A A p THEPIP,GAS LIME A�FaEA oaATALL BE PIE PRE AMD SEE TO BE 10—MATED IITI TIE CIT11 GAS HE HOLLY ELEVATED STORAGE TANK PROPOSED SITE PLAN A srfE[r zs or T —LE m FEETNl WIR-481 —ITGI III z NOTES BY SYMBOL(D RA—"I 0 0 �0,MD-HT-TET -- ITER BUTTERFLY VALVE TIN A � � � VAK�ELE DROP11 Al2 ti �ENo �� ��� RELOCATED NoTEreAND TTEreELr D X511 x ADCATT ED "LA"E reKOM sECT�ON Tref P�s�o a PSK P� TE wRELKw w;s V /TSP ALuE TAN Eo1PMENT ANC MATER 11— SEE NOTE U III a h 0 � E U HOLLY ELEVATED STORAGE TANK PLAN 2 ate--' JB z z Q o ww a z INLET/OUTLET PI IE- Oa 0D, 0z OVERFLOW PIPE o` oQ SEE QO mE 1a w >o z ovERaow w/aaP VALVE J O 11 0o J~ CONCRETE SPLASH PAD g O IN «25.00 I O INK PEDESTAL 7 CONCRETE WALL) N N lUn �u� l N 1U=1lUr1Un �lU=1U=llkllF \,,,moi oNCRETE wuu _ CONCRETE PLATFORM S SHEET m a Na. SECTION coeO Or NPR-4481 IWTE IN FEET mrB z 0 0 /2 NOTES BY SYM BOLD vunNlS sr+cT / rvFN M-H1-1 b 9 5, RELPEAVIED PC ED 1-12 AIIIIIANBUTTERFLY SOLVE I VEHICLE DOOR rLEIRLE couvuNc, P OF 2 il 16 R� � � YDREOMTAL SPLIT LAS1IS E EUMPS. � LEVIKA CODPLIND Ol LI E EE NOTE s �2 18 118 3VAL SS TEE 11 PE'Upp"T uvE SDI IPE SUPPORT. ❑ EE NOTE eof 2 'C4 IS YANG ACCESS To TANNu W/SAFETY RNL a - 20 VINTANLIC RETRAINED IIBLE b E SRDUER O4ry P3D4L SS REDUCER nP ° RFLW ,FL P RDNTROL Rox Pv of 2 2 TV COAL 55 TEE EE LEFT E-R a 22 11 116 TAPP NO SADDLE 24 FLAIDGE PIPE SUPPORT - MOTES E, \ = AMD RELOCATE TIE D U PH SEE MOTE I BIT I AS A - TIE PLEMS AND In oI6 SECTIONS. VIII D Q m ELD VER IS SEE NOT TO FABRICATION 22 21 z of NFw EMs U~ SEE NOTE T HTE o TROL VALVE To E FLoo12 R DRaN. U 1, IEFEI TO MCCUTAM CAL DETAIL A FOR PIPE"PROOF pFVMC AMDA SUPPIPT TYPES HOLLY ELEVATED STORAGE TANK PLAN SUITARLE OLIVESAT HE A_ N wDlr-,.TE Y Z Z O F TT LOS AS NECESSARY FOR EA,E OF INSTALLATION AND MAINTENANCEO Qw w GO PUMP AL 6 CONTRACTORWATER SHALLTo FLOOR w Q _ _ DRAIN. O a ❑Z OZ SHALL PROVIDE AN OVERFLOW PI - - T CONNECT AN To,A PRESSU ❑`^ (T Q INLET/OU TLET I - SWITCH. E A, w Q EE TSFBMUTAL FOR ENGINEERS REVIEW, a ON PROVIDEe`1 W❑ OVERFLOW W/FLAP VALVE w _ EE NOTE] 0 B J TIES tr 0o O CONCRETE SPLASH PAD L J❑ ON AND �O w ❑ w O❑ S SEE 4NOTE 3 Ef N IN a CONCRORE IIEINFD'EWA _ PL) " c SHEET 31 0( SECTION mea Drwwrnc�. NPR-481 SAF m rFFT mrR z NOTES BY SYMBOL(D —WsAE[T OP M-HT-2 1, BENI 3 8'BUTTERFLY VALVE 3 D 11 A14-REDUCED s. � — INED �l TEE FLY VALVE 11DELE I IF 111111T 5 30 I'S TEE s.PP15,10 115 TAPPING SADDLE D �z �a=N 2 NUMBER OF UNIT S " — P MAY NOMINAL OPERATING UM MOTOR SIZE 10 MINIMUM �EAD(Fr) 16 UM NPSHA AT ONE PUMP ON(IT) i= PUMP SIZE(IN) _ 14-11SOU POINT(FIRM CAPACITY) - NUM11P IF SO MHO ) C- o�M.HER(PM - AAT RATPONT , 9 MINIMUM STABLE FLOW o RED°IP2 EoN U (GM> D-(ET) E EFFICIENCYlAALE IN FEET MINIMUM PUMP (M) U 10 RUNOUT FLOW(FDNDlTION FLGI PEI PIMP o(GPM) TOTAL FINA— G(IT) EFFICIENCYMINIMUM PUMP M) EPIIE IFY Z Q SERVICE FACTOR OF 1 15 AS PER SECTION 26 50 02.M.TOR SHALL HAVE A ZQ z W Z <Z Q O qIPE Oa Z PSUPPORT.TY ro FT SC Z E Q¢ DD EBEw FT PIPE SUPPDRT Tv a Q O 29,CO FT I O J FT Z ❑ ^ 0 0 d Q.26 — — w O Eo —ICTINAL IIEETI TO PIF S SHEET 32 0l I RASE FOUNDATION DETAILS. 3 SECTION FN FOR INNITRIIITIIN E� R c N7R-481 121AF N FFM cre z NOTES BY SYMBOL(D vunn7ss i nroN E—HT—iNT E rt[.E allo ER kg 9 g g@{ 6 Mgt®§ '-NYTORIFEEPLACE PANEL 2REMOVE AND [A I.A MA �z4xo =NO "P"E AIP 742 „o _ U ;III a Q o C��IIi o w w EP E P U i— I 3H�/o.144 GNo � E U so/2P .3H�/o.1#4 INP Y Q AA Z W Q? Q W Q Cl � Oa �W Q Z J EXISTING ONE NE DIAGRAM e �0 0�o NTI SQ o0 ]z 0o J� W X SHEET 33 0( �� WIR-481 NOTES BY SYMBOL 0 NW�-'AMS SHOE NOE-HT-2 4eoE22"3Sm 00A MCe.EE INTERIOR wiTH N EI O P ACONDUCTOR SYSTEM ° � PROVIDE wM5ADAeD SPO, R. MEA FALLS E A —ML s4eE DIESEL � ®� m� € e4TO UP �s�o�sAroR A��aR'E AEes. LE , 4,24OPL EL D "�D AT"AR° MOL BOND TO ElIPTIND TAN'GROUND )3PD a� NT4AN2E RATED Io;o�aE Pa0�oEo TORS- 0 DDT T�DUT PADJACENT TDP D�� J21 (PROVIDE PD o� ENT TO PUMP o, LOAI4 �CE,`° V - -- 2T0 0 oN�� �i _ 1-- ___ _ q GENERAL NOTES aCZ clp eNeeAToe nao -4210 AC COUNTERPOISE c P EN,o, roe�NSruuT�oN or New v. aA LL ELE RI FACILITY, SERV. __ INSTAL rLrcTG�ra�srev� N 40AA.s A E LiR1p J� eEau�eeMENTsoMPANr vii A -----------J SOLD NEUTRAL Er GOPANEL MP,277/480V,400A MLD,3P,4W,42KAC \\II 4442 U ti o NEMA 1 O ELECTRONIC { c TOP O } t 1OOA SO v �TOPTRDN2 R �_OEPTRON �EEEp 4 HESE ON�� zQ M F 57 ;24,244 oo � 4a4L- 21 w ��--� w oy z J�J >0 wE, PMP-5651 PMP-5652 AC M © s S7+E[r sa or �z PROPOSED ONE-LINE DIAGRAM mea-.1 ti'o. Ns w NPR-481 9P—Cz ..........................- ON—5 SH EE7 rv'o 4M_ 1-1 1 1 1 17 I- 02 I=—M.— PANEL 'ME' NII ------------------------ Oa 11-—E m I 1n1..T 1-11 1u1 T.Z11 EXISTING PANEL "P" NWTR 481Ns -ZN'�L�L�Z�LT'O CII T4 ..........................- CON-5 SH EE7 E-T-4 gp ,.I COMMENT 2. VIM -c- 1-1 c S) ............. CJSV Cly QCJW Z"ZI:111.IMM: CABLE AND CODUIT SCHEDULE ooLI NIS LIGHIING FINIURE SCHEW Q - E TIPE -U-UPEPS MFACTUREP MODELFla!�ILII�PTn, WA:ZGE o I Mll 4W2-LDI-1-Fll�-W-INV-L34D-CDI-WL-55L-TEH-�2-CHAIN/IET-1-Tll'-MI��4 E O LIGHTING FIXTURE SCHEDULE NTI SHEET 3fi of �� 1111ED Ill 11NIT11-IN VR 481 C11-T 9 2-7 NOTES BY SYMBOL (S) NALTAW5 s^ �roE-Hi-S rci CE TO O \ RBE ISE Fs AN s2, IT FILL 11MIAN'TO NSTILL en/aeav ROLE MOUNTED \ 1711\ (A( AEFoEF BIN' RUN OLEOAOSEFNCE DROP INDUCEEcr REPAR AS UE;o rvA REOREo �LE �1TaE3B6® g� P ITS �4 \ SAW'NUT Orv�FEE TO,E oF� wREPAIR Ar AND TO INTO ELECTRICAL ROOM, PC D1, INITALL o7, EIST'NEIERILA)'IE'LI REMAIN EP'NDOWSE°EEEETIT D" A V NEMA INITALL 11/1 PC 1111ND Fs cl 1, NEW rvEw — aAEEa �l . FPOUND AN' Aoos sPAAE 10 FEET E3 °o e � z 3iF L EF WA,oMM � 11 NEW AEP METER,CT O 5,EE,E-Fo->. CAN,DETAIL ON EIIAT cENERnL NOTE' v CTTITPOE ETOLAND SO � STAFF I-CUT PIPAP 11ITINI DIVA—AS �maEP, DO AooPDIN E FEPaF w�,u C��L 1 U ti o E FEPaF wFu civEl IT NI IT L il. o cooaomprE c 0 i SPECICA,�orv_ E F��,E ANl PEa TND NA IN AFLPTDPIT I P- I \ coaU C.lVN'AACTAP N�A N,NMI— O A aE.wEEry FEaAF FEOAF_ �aE TV �EFlT EIISTRA(21 - zz To FEMoVAF E LIT FOPOWAv PUO o O y 0 U1 0 o � w IELEVEA EF,A"F 00 TAN � Lv ACCE IS AN PAR F�NO 8 / � A / w / S SHEOE�3] of ]2 HOLLY ELEVATED STORAGE TANK ELECTRICAL SITE PLAN \ / SAPP. .. wPLO'N'G�%UVR 481 sraic w rce= / C11 AEITCTg' z GENERAL NOTES NOTES BY SYMBOL(D —AS5 s^E[i WD E-Hi-6 oEE. ro ELEcT"AL EGGS AND NE'TAN,AL GORE AN D ONDUITS ON FLOOR UNTIL TTEY GORE DELL ALL'ONDT, �uNs. WALL � UP AND RUN ALONG RE ONTOCTOI TO LOCATE REINFOFCINC TIE ,.meb oDN,A AUo ;o a t 0 'TEELTAN'"LLTo BETWEEN FEBAR AS FEOUIRED. ME ELEVATION. DEA,,�E 7,�> R M�N�W PA,ClANPaNT E D�D N OPENING. �PA��E AAAA,AAV-ssu5 o z �NDENSA,E PIPING SURE�N,ROLIALIEQAo P35 PSO 3T N PLLN IP OGR�UNI NWERE v ■ ■o - - D P CuNDENSNO NTD D �n uPs E,M�,"D""I.-,D,�A 40V/i m, -33 -uD, AST NETWORKR A Ao;M;FERESTE COATINGS PDDR CONCRETE D, NEL P PAD FOR uNi.. PMPs M OP T - lVTM CGNDENsn E As recou PE VSD-sssz xcMa' mP m PROVIDE CONCRETE VousEUEEPwc 2 D, U 4FGA 11 L-P ;III S,Q o C��IIi o w w 0 L PMP5R5 0 U ti F - - PmPlIll M 0 O VALVEEre SLS/PLC FAA ucTnNA PANEL —5111 NEL P U G - 0 \\ Z - Y Q Z Q? Q Z PSH-56u5 <d E OY0 A O Z Z S Z w O o Z W� HOLLY ELEVATED STORAGE TANK LIGHTING AND POWER PLAN SREEr se or I UP I-E IN FEET —NA AOD UE NV'DIN coreR-487 cre z NOTES BY SYMBOL DNSOANE5Arc �rogggE-HT-T ggi rvRUNTiL TIEY l ACN GEF WAG 3 PRO T�NDCE LP AS LUNY FLAPION A o WALL ACTUATOR PE-FEED 5605 MOTOR ENEBALO NOTES o I SU T. LEATl RE p MA��TaN -- UT P REQUIRED. EE REa V EVIAL PnnPses M Exiw R PANEL reacu o- o H�o TRANSFORMER a os U ;III a Q � PANEL NEL P o C �IIi o w w p AU PMP5652 o 0 0. —5 E ;ROLLER — N - s10 sa1� U 6 AT 5111 G \ - - Z Z J Q O Q O YC H Oa 'AA V-5651Q 0 r Z U PSH- E Y O -PSI-5651 FE-5607 QW =O Z Q J O Q Z ~ w� O o J Z W W EA w Z HOLLY ELEVATED STORAGE TANK INSTRUMENT AND CONTROL PLAN srfE[r ss or �z mea Arwwrnc nro. s—try FIE' UE NPR-481 B "'WES'A'i SB AL SEI O ® MATERIAL LIST12 a�.- �hs omcex.Tu.aff555�.. a5 �6§ 1-11 €4 EARP11 All �.Eo, � ® o �z 11 N 11E 11 P11111111 SNII 1T= -�N/E„1 OlO .AN 11 IS 11T/1 — PlwANSNA 11111 Po�a�OnA, �E� o, "AS, - I P - x111-1 31 1 21 A 1,TE, - s/ID = x(1,TE, U 1-11 A 31 9 9 Fa w/rvc IT E"All as wry 1mu11 1"u IRRRIII 3 Q oC ��ioww U I PLC PANEL DRAWINGS GERE NO'VEPIFIPF CA N O E AINIIAL NO"' U ExFNI ING PANEL AND MAKE ADL DPADSTM'INT TO PRONDE ...PEDTED PLC AS-BUILT DRAGNA IN OWNER MANVIA IF ANALOG O IPDTS1.1 AND DIGITALIDRS INPUTS_OP NEW ILI D, Iz II II Q= ao II n III LEE DW-10N LNE �. �A o�z Ee NE,woOk �<,se OOu,ER o s„a s o �rnaurn a - ------ --- ��.,P« a o a DAWa<L o w s a ® �< DF LET w U 0o JLET ELEVATED TANK w SCADA PANEL SCADA NETWORK INTERIOR LAYOUT r2-F,COMMUNICATIONS DIAGRAM 111E.NONE AGELE.NONE S 5VEET 40 or I VR-481 4 z LEGEND FOR SCHEMATIC DIAGRAMSNsut ZSN�[i �� �oGrEo Zo Z U U W cl) - - U \2 D��usrvaO -g© IA, P _ _ o��s z400cirva�n -e P � ciarLns owe°xuMe OO Y V O Z— m Oa W gess- -a-® S � oocirvain J 0 d o ffM � Q owc. O o V J� Feu-e© ow o N%i® w RocpDi 15® w SHEET o`dos3® re WIR-481 �NSUL AM5 SNCEI LEGEND FOR SCHEMATIC DIAGRAMS pgA y ® ®T o� xuMeEa re°r°aaics�rvo�mm ° °@��ga�55g��86§� zaz® caovioE TVE sicry Pa oev1c��Lo�L.mzorvMom mryreoui P zzoox*more E°lEre - -11 re° �M�T sere <o - ,° x IEEry°'°�� � z G��z o � �rerereEM Tre�sM�T,Ere�reE�E��re - �-_-� re � �k Pre�s�reE o � D roM.�°re ro�E d D 'u NOTES BY SYMBOL(D I TELD VERILY THESE SIGNAL ® EI s ~ © 1p, 2 ----- 1P. ® PUT �n D C��IIi o w w U 0 � E U ® ® Q E —1y-J Im1 ss,sPcco 0 Pu96— T ria—sssi � = saEE1 IGT Mo-sres�soEsITP°IMNt(lrvNEM)x� z P°=�T�°ry 1AP°L INE. Q o J © o oIE LLP°Tol FLZE AA } IIE ON PUT w o RPR-481 crD z ..........................- N'ULi —4 DI-1 (NOTE 1) LEGEND FOR SCHEMATIC DIAGRAMS "N" FIT.-INI INI N big gg rz 0 - ------------------------- -0 ------------------------- rsre',:L`Sl�'T'l' 0-1, 1—IT111-IIEN I =='E R�FEOUINI IIN-11 IF .111F R-11 AN-1.1 L:Nl, 11Ol ASLAUSN-11 C) 111111 LI-11 IN 11 11NIOIL INIL EL.11 ----------- RI-11 TRIT -IE 1111ENT RAN-111 1-11-A R-, :=11 FAA 1-TE S-1.1 I.0 E, IF-FELL R-11 ------------------- INET NOTES BY SYMBOL Q assn ,a1, L'.E.OELI S I.NLIL'1111, F.. ...S,_T 'I F.. ...S,_T 'I 11R NT FIT, (REFER TO-IT-5 GLEET VALVE TV 5"PONTROL nr MIEP INPUTS ARE NIFT SIOWN ON T llIPIIINPIPS6VIINTMI�AITIIOTI 1- VI ",To P PANEL NEO 'N'""'N T"PLO A FE- SS Al LT I—RIES N T I SNIP MRNUAL 'A FE- -------------------- P-, E21 11D TITUIE ------------------ -F LET IF, -------------------- TITUIE o T 0,21 FE- 11D lF, 121 IAI 5OEET Of I IllUED FAA IINITIUITIIN N, 2-1 WR 481 11-—IR 4 0, OT-5 SwCt� DI-2 LEGEND FOR SCHEMATIC DIAGRAMS pp ® NOTES BY SYMBOLNl D nlN'LF�IE—N 9 @E ® — rvuM5E5 of FI A�rvS�F A "I THE ,LRM s�DA°EL p °M 55s,RFM NELFRONT DOOR of PL EF ,L LoPaTLD INaL L I.NHALLE5 D, „ „ a mF MF REwRE T"'E VALA '2osED o IE ,FRM Lo�TFD ry LAMrvA Do„TPIL � E E FIN VAIL S NT TO PLC A,PMP-5651 111T I IN 1111 11 ___ _ _ ___________ �� °M°-5551 auNNma MFvn D AND PMP-565215FWIRE THE VALVE oiGNA o oFAS �ocuFo ory Fm corv�uoL°�FLox oc,oa AT F.C M PLC DO 7 PlIFF �� M°-555,FwL5 M[Wl — 55oc �o saicrvoo cwvE EreM rw E, _ 11D °� - - - „�� uvF ttOs�o�fNEm•�oN 0` orv,moRScasL n,cre.a-zomn i/►liv a�-- ED ® ruse Rn�irva irvwen�Fo V - - - - ---------- ----- MA-5552 SEMv E(rvIW) �aro-oIELL © - -- ----------- MP-1552 PUNNINI MeM IIF 12— ° p oT - ---- MP-R55T FwT, IID E6°c E Tory ;m a —� IEA-1112Pr1RLDs T w �5 R 5655 ADJUSTMENT D, iP5«uRE�NI MF~n RESET TDI FROM^RaE oo> E ® - -- ----------- p 5�-555,REMo E Frv � a ` o o — ———— 5°Fry�rvF P —s�DEas T ED Me�A ( D> v Y a "A Z W Q S s°D T Z z © _ _ °w-sss FwS,Mev) TO O W ELL a - CRATOR VALVE o O yr KEN-56],GMEV ISOLATION ttDSED PA-Hl ---——----------- Rurvrvirvc FROM H TV 56P5) E Z z W O •�o s �y CR2 _ SPo 5 A,Q O AT x Z FEN-11S LT T�acrvc w.TDS O a O ss a Fwv Msv9 Q --------- 11—IS e l CC ow wcJ T LFuMCMC I CRT I CPA I�II�I I�II�I I�II�I J W - o b b b R b b R b b R b b R b w W d O °FI(TD TIE oij” v"�TOE�v°sash° uv psoESL05DA'Tiory To"vVE ss°s°v�D� (TO ss°s�°v�D) � VALVE HV-5505 CONTROL SCHEMATIC s WIEET as aHE PTRC�-NHM �z WR 481 C11�FC 4 z 11111LiIAT 5—EGT-6 DI-3 LEGEND FOR SCHEMATIC DIAGRAMS ® ®�� ---- FIELD wiRmc O� NUMeEa aF"o�Es"moi�a;Eoc ANo �da� � ` i ---------- a SA� NAG�� TERMINAL N DA�a NE ---------- GRIUAN 1E1 o TERMINAL LOCATED N VALVE CONTROLLER � — -- ----------- PU=�_oP=MP EMENA DEVOE LOEM.REERE�MOTE""ROI CONTROL PANEL DEVICE LOCATE ON DOOR OF LICre.ING CONTACTOR ^LL - - - } ALN ) DEVICE LOCATED CONTROL IN 11 SANE ILA) USED sw.GreERMINAL ELCCI IND C }= o —}}N, �� sIM�o� NovnMUE - - - ureE 4 v w ED CUPPENT - - - ---------- ------- }MureE coN•Ac.oe�sMl..re,a-EOmA IPD IL -} ® FUSED RATING INDICATED � DST-�s „ „ uaE _ ~ }are Hon HAND-Orr-ATIO SWITcre O' - - ---------- DEE u -}areuaE ;III a Q --------------------- PA-I, FILNIE IND C �IIi o w w E OZ W ___________`-}Fu TO w Q CE © oo—i�2 .e �� reurer C7 U IPD Oa W— INR O E FC OOR a }FUTUNE w S Z vvQ O TOP Jo QQ _` } C) FITUNE w c3 JQ wU w d O S lAl SHEET 45 0l �2 VR 481 III c.e z o-�(rimE» LEGEND FOR SCHEMATIC DIAGRAMSTT- NruS AM's sNr� }-------- -0}oPEN ,; } u.uaE NI'aEaao GPa Es Nre A,Ere Nre � s .,IN NOL a a E }Eu.uaE o ;ER'�� '�o�A.Eo =PAREos osE ---------ro}(R W")=E oMMANoo a A ,; 1 u.uaE o IIAOI o A:Eo o"° oMRo PA E`o A, DOI-2 CL res saP �� .EreM�N�reEo�k a,a :_ }10L aE;; }�u.uaE AMa � =a�ENo�o�� }C} RE oP �sM..Ea o� PT O IT Ill Eu.uaE ® II-. Na��A.Ea © aE _ IT o a�a_reEE_La.. �' - E , a" 1Q }usEo a�nF-I wrz__________b}(NEW) NOTES MMallo NOTES BY SYMBOLD Vt _ COMMAND Er O saaaE aseiz }u�Eo aIle �rz }EunaE - - �E aLVE TO U LL�L�µ��� LLLy��� aric) o ����a Q o� �s �" 1 Ngo �' 1 P oP MM�re ���� o w w 1'14aE ;z =---------�. (NEW) T.' E01-1 SO o - OWNER,I,I aAW_�N,aE o a a .z 1 No a,a1,u.ures lZ E DUI-II Al runreE U © uo re �w }' rrnru*uaE , CIMMIoMEj 2 } co CIMMANI MEW) EIB 12 }u o ai e I�-I H,� }ru.uaE UQ ® mMMaNa OFUTINE L a, PMP MMrwo Q o Q S EUTuaE6IZsMEw)Rre ea E-�� }uas '----------ro}(NEW)c6u J w Od r 52 A01_ L��,°, - ® ru*uaE ozMEw) a a "�2 }uo a�e�-I H,a }ru.uaE o o y d �-LF-a LLy E Q O ® A FMEw)ao O Q O FvnaEDPI-15 11 1 WE] aIar�,� }u°sE'o a,sa wz__________b}' 55 Esq. TL 0 CDC O Q — o aTa1 VIC NA 115a E;� 1 Eu,uaE w ® w o VR 481 11- E z R CON—M— EE7 --�'—.— LP.—J- - - - — - - - L[—- - - - —�—- - -`- - - - - - - - - — — — — — — — — L " f I i � l ■O �°ren��"E _,_.— —. —.—.—. —.—.—.—. � lu� x w I I I I I IAl"M �1 li w oM.oc , °res,reu p I I �,«.wncre cc.z°s.00 0 ff 1-171.'l— ............. ssre I I I L a o a I O a w— I f I I I a Z 570, sore s�os s„o ' e ,rs muP�c urvc � � mow L z suea�� swvic L\HY no\ e.o nix O o Z W W {so 30 ug ws w WIR-481 mrg z - SUL W 5 SHEET l�4I£z zo M[ CON -RM-2 YA �M 1 0 ZSC YAFYA-] ,51 151 751 751 75�R— I& 1& 5761 5761 5(761 5761 5761 5761 5761 5761 5 61 5 5755(EiSING) QqQqS Y®Y®tl � 17 111-17 L PLC 57 �o---- - - -A— -—-—-—-—- --------- -—- —----- I I I I I I I I I I I I I I I I rlocanorl Taste PUMP a SVV v d , "TIL ub ab 3b a�J�Q� o ,�rw,o= MEEK �ro ores - vawEE M I far I I I I � a yr III 0 0 I ~ c�r.O-M� —El EL RAND M x—EEnP. wP,ER=soR�E.�ED v o Y Q z Q O J Q w ao �aETA- a AJ-- o Oy �Q s E << �o 0 TNG ,/2.10 5 i Z Q d Q O I'M J o Sv51EM va�/2' L—— LJ 3/a" —NJ Q d nos P I--—ICEa.E o vw s�y�-5's, za-eu-o,PI W w o-au-oi aEoucEa - - iq-Pw-oil ,aPw-s ie-eu-oi p g SHEET 4B of �� T� �a � ,.-<w-oz R � roreWIR-487�ro. NSULiAM'5 SICES NO C—PAC—1 IA I�ALI ��� /•� \_— - „i` moi" i� RE, lllll� AE ExsINNi� o rR}�zQ= 1 I, Ex sI -- _—� SAN V - - -��� �— EA S-LE — - RE A IA TANK RL 4ab I ., RE A SOLAT ED ¢ AE a Ex F m a A s°N ; / ,�; AT A F �B oR NT I, w �,� — � VIII o ¢I'I^'ll11„ -= OE El 11 sERVIFEEPoLE Ex SIGN ED NT III III Ex FENNE __ x FIRE _— — — F SILT FENCE TRANCE - ESTOF ROLEEFACE ELERAND FILE —AGE INK ��%-�Ex TAN'DRIP LINE El ,�E nnoR A z a El TANK ACCESS ROAD LL u - ----------- --- \� �r °D� � °ENEau N°TEs. o d a a T ° o EA F, rr TE y BANIOAE RRA GI FOR ALL AB°xE o ""z qj �� IIII °ROUND aRE INFORMATI°N. ro o I UNIT r I"4 o RT FIT IFPOEE E �ANo PARKING '�_�— __ of FENCE. oP°sEo SITE PLAN FOR NEW�o�.TIRNR OF IIED PC __ /;;,A, 085,A RRe 5ILT FENCE OF FAP°EPp ENI TaA°% FIT — ------- --- -------------- i.SPU PAD ';%' DNE A DE Jz .a'P -- ~--_---- —_------_—_---- 4. v'YExAAFR VE ALL wUl CONTROL POII _ L YG_______ ______ T AND RACE DOWN TO THE w X —--—------------—--------- lA REP. SDUTHEA51 CORNER CABION LEE AND CONTPOL POINTS E - - $ VET 49 _ DES CRIPTIDN SHEAV I RAND MORGAN ELEVATED STORAGE TANK EXISTING SITE PLAN Es/e"IRON ROD -.1 OF SIALE IN FEF, - WIR-481 mre z suuANS5 EEE rv'o�C-RM-2 FENCE CQORCINRFE POINTS iNN �RENPIMARu v �;, � C"pap /° CONCFEIE PAD COORDINATE OINIS '"' v ENE, F s � D ITV .., 201 CA So 171 M-2 A7 1292226 76 o \ rcR, i ah W 2CS �1 AR 171 P64 SO 171 M—A 12992 76 726 . 21 1715994-5 12 GO gull a !pIL/� / _— iii \Fp, 0 6480 189890- 2923504 —7 ID A 2FI 61 FA 17159865,70 #io ---�-------�--s� �-- —�--I_-------_--��--- 210 52 - -5, d 'A PRP e ° YP2E INE 65'0 5,92 � D .DD ,,�29M22244DaTTaN ~POROAD AT VASNEE 151° s, z,4EE N 9 2° P .°7 IENIPAL NOTES o9 - I. FOR ALL aD� PRo°ND PPE INFORMATION O ooE° r oNnRoN ' a UNDER RAND MORGAN ELEVATED /NAwaa STORAGE E T A PFFP SAID TEI S STATE PLANE EODTR EDGE 42Ds Q w zQ z ----- _s REFER To STRUCTFPAL SHEETS FOR DETaLS, o w Q w s R oN,RAd"s,�o�oNs E° �- ofUT ELECTRICAL BUILDING - CONTRACTOR s°���°Eane�uEo� �s, o s o o DRIP °P TRE EL LINE � � � xln�NOROND ' ° D o FOP oN t I �I --- � o �< moo a iExTN _ qp, �< EA la _ _— 3P i / Jo moo w oo J� -- s METER RrCIINA IT Is FROM w AT DEPAR ENT POOL r= NOTES BY SYMBOLD tZ� Z----G— rv'o"A"FMs s Ec, PRECAST CONCRETE O WALL 6EHLIE Nos'WIEEFLEFUANNERT WWrta NG BOND PEOCNCRETE ROOF I34 �N NE 3, A D DOUBLE OD LARE BUILDING PERE � MANCIV RL e—e.B—e ERR DOORS EE-BB BP - �EB�B� �NR P�_REE e, = awe o z c z o EEAUNIT FPDA Sc E 1101, 1, osi _ ■ ■o uPPPFVID vB1% P 000 V DOES GLEE OT,AEN, EEou of Ro.E sue. AT V LL C, ELE—CAL uiPMENE-REE L RAND MORGAN RAND MORGAN REE 2 FLOOR PLAN — ELECTRICAL BUILDING ROOF PLAN — ELECTRICAL BUILDING Rcc nrvo iNsuLnoN10 EPo u ;III a GO Q IGNE IN FET IGNE IN FET PRPA/ ONNFPM ETC CCNIE1 o C i ED w w e OP TO CATION W�,R � E U YL O QT O O Q a N Q Z O E �¢ 0o Z Z z LOPE J29 -nw ¢ O _ 9 H Q— -1 A 0 0 0 R EAST ELEVATION n SOUTReELEVATION n WEST ELEVATION n NORTRELEVATiON U U w s—E IN FEEF 11—IN FEE' IGILE FEII 1-1 IN FIE' EGSET sr a VR 481 cr8 z C�oNp2 ms 5HCEl — 8 I PECKED MADE WALL OF LING FAINH 95E CONCRETE LET ER(weNO NIoil EPOP ANNL F/A-1M-z T,°IN-11/1-IN-I I EGG WIRE GLA" °RUED P ID NOTES SIZE INDICATED IS DDDR SIZE ADJUST AS REQUIRED WIND LOADING AND GAUGE AS REQUIRED Dr CODE 2;'�ROD°aFIFL �EpooE FOR AME o MATERIALS(TIP) DOE I =N� III IEIIIANE ..FN AGE A EALEDPLI. ENIEDE WA AEaNDA ME v — MEAID -76 E ORIDRR P ADIEED nRATE'SATE RDARD ERI.NNIIETI 1.1F�NEL � RIEEFFLE, e — IA IMM 'AT AT USEDDEAL ED PEa ME DUFFED W,7 U EXTERIOR SILL DETAIL >� BLOQK1NG _ AFE G FFLL PER OF ED III a Q &NTS DOE e EL nIEEENER=PER MER �� D RDILDIND M� C �IIi o w w U TYPICAL ROOF AT RIDGE STIFFENER BEAMS MFI ELDR SEE NTsNIOLATEA PlElll 11-WALL o PATTERN FINDI WILL D R RAU s L ProsesPPECAST CONCPETE FORT PANEL AWNE allo AS ENT ND RE P R P�R U SEALANT u s� EXTERIOR SIDE SEALED T EN a RE PEI SEARET oETUL Tws �RE TYPICAL ROOF OVERHANG AND LIP—EDGE w maAs,e""`D SCHEDULE WILL z (DNS 0 ADUEREo z w O METAL PER — B N EXTERIOR HEAD DETAIL S zu METE, OTE Q= ALL FEE INTO eDNT=EALAN APP ROPER Ex sE a o NDS o d Q AP w Rox.a H CMU PATTERN FINISH R EF RCONN ADLONDPE P MA ED ER —ENDED FIELD SSE s'ANO AND � 0 0 a IEA,INT FOOD FRAME NCUOR TO WALL LA REOL OR AED o 0 �1 �Q a� 1 ao"� R 3 MIN, oN0 ADUEe„EINo O o w� ANC PRECA" A ENT RAND PEP DE DOWUL PANEL REE DETNL a TUTS NO w w NUM AND WI ERAAE BUNTED UWNE oN E7FE S"HFEUES*IAETAL ttOSUR H WOOD NAILED A ERIOR SIDE w Z RODGU OPENING REE PL _ U OVERALL TUIOILNQ ON EXTERIOR JAMB DETAIL ON TYPICAL ROOF AT OVERHANG AND LIP INSDUTION s s �� DRAINING PERIMETER EDGE METAL 's SHEET 52 or sz (DINT mea arw.1 AS NPR-481 crR z - WTu4 B 9 A REF,PLAN I Cl— PRECAST WALL PANEL ExzEND SUPONADE PREP 5-O BEYOND no0 3 - INPUT W"°R PANEL _ -11 � aB� PROPOSED oD, BE ®�` PUMP PAD �Rz45@1z"DCEW LIFE SEL Cg3 oAPE ENT 6-IN 5 FF=Bs. 112RIDGE L OBMB ExrEB,oB cE.ry '^o FARM ExrER,oR FACE,ry �� 044 Nx� Qo12 o.c. D H5.=C12 o.C. 0 M �'-H5 MID. UP A TICTo NEAR FN GRADE FOUN zloty �_NS MID. o NEAR d V GL ET E l LIAUN DATION 75-F F' GRANULAR CUSITION OR OLEAN ON,A SIAB Az CD2 GRANULAR CIS"IoNNTRACTOR 5 ION O CONTRACTOR UPGRADE PEEP PEP E, 1 SECTION SlA,.IADAETIoPNRIP w,GL ALL I ClOs NIGL REPOPT SECTION &GGENEOFECIA R CAL POB NI REI UN s�cpLF IN FFF�i FE 1-1 IN FEET MENT PAD Az NEW - �3' PUMP AND M E FIN GRADE NLz A IN 5 PLA U ,W/SEALANz 3D D -- geEa�2"oc[w z&B �OB LocnnO z SO c RAND MORGANED FOUNDATION PLANE- ELECTRICAL BUILDING & PUMP PAD U I- MIS ------------ 1L o c DEPT �p BASE PLATE AND SEALANT z z E MY Eou,P MFR FORM ExrER,DR cE DREF.ELEC BLDG EzaL zws sREEz U N Hs.�®�2' cGRANULAR C—ION OF �'-qs MID. Rs ovn OF TURN oN®�2rU `GTo RAczO ON - WMoN AeHCRo/ _ ER cENERu NOZEs, INT R E GRANULAR CUSITION ORAT o FORME ERO TLY EA LEEVE SP nDNA.&OFOFECTN,CAL BEPOB mNFRAczoR s oPz,oN Z IRE z FACE Rou- m s E P EBu B o T BG PUMP SECTION - DIN Hove 2C. NO PEC,FICA Y~ -SEE NOTE 5 @'S D Z U 6"MIN GEO zR F p L———————————— M, MAI zRAN,rt,ON AS SRUWN Q LJ LD"MIN 45@12 EW WISTE IN FEET 4 SECTION �w ru' W � Z O O a Q Z —LE IN FEEL Q a E �s ooAT A RE SUPPORT, BE PLATE I E ALL CONNECTIO US ARE To BE �¢ �rZ Q E P B D R,sEB P,PE ED MANY" F. a1 a LL Q� SEE NOTE 4 SE NOTE 3 e-de zRAW NIS PE - O o w W w U NOTES_ EEA,�'ID 1. REFER TO MECHANICAL OR ELECTRICAL SHEETS FOR PAD DIMENSIONS AND LOCATI-S. w z. PAD TwcuNEss s MINIMUM OR GREATER IF BEDu,BED BY EQUIPMENT MANUFACTURER. CORNER BAB,TVP.ALL 3. 54o w/STD TION 1 2-D MAAIMUM SPACING WIT'A MINIMUM of z DOWELS FACT AN 4, 45 DOWEL,W/12 MIN LEO,®12 AROUND TRE PERIMETER, A-GS SHEET 53 0/5, ALL ANC 01 BOLTS TO BE Ill A ISE PLATE.AN C ]2 NUMBER&LOG ON AS REOU RED B 'EU PMEN MANUFM UBoLTRER. OR LEAN CONCBE AT CONTRACTOR A OPr ON WIR-481 O EQUIPMENT PAD AT NEW SLAB O YARD PIPING SUPPORT FOUNDATION w T C11gz NOTES BY SYMBOL(B) vunNlS swrc O NaN MD-RM-1 ,0 BUTTERFLY VALVE S p§ CONCR 3 e6i SPI PADI� oEMOL�=lEo ELECTRI AT ROOM ; � 22-15 wER�V s � - � of w �Q 4 M �oL �e_P AND'EL.VATE T'S BUTTERFLY C i~o m' SECT DNB. TIE PLANS AND U1 2 -5" \ U ;III a Q lZ o C �IIi o w w � o E U RAND MORGAN ELEVATED STORAGE TANK PLAN � Y Z muc ry rccr Q H Z _ O Q U O a O OVEaaow PI FT oa �� oZ Q SEE NOTE L a Qj Q vQ w0 OVERFLOW w/ELaP VALVE J o Z O o r CONCRETE SPLASH Pno 10� 00 w DO Z Q O �i� SECTION S Sif oEE�sa 1 OF �z �J VR-481 E9 NOTES BY SYMBOL(B) vunMS T^ GON M-RM-1 E[T TEND x244 3a4L SS ER TEBE LPROP005ED 24D IS C2 BUTTERFLY V @@6C¢ VALVE I IRRIPETE PAN EGA"' SUPPORT TIP RE OF IT I PEROT oFLEDDLE COUPLING TIP OF 2 POE 1 4::1340 304L SS TEE B.ENTI'FLANGE 14 14 112 04L REDUCER.TYRQ iSPAB PAo IPLIT CASE PUMP E, Pe va ELECTRICAL '4 C 'AINEN `- R NO, 24L 55 REDUCET SEE NOTE 1P OF 21 16 106 304L SS TEE E, V 2�l EVIL BENDV 21 ° G A I SEE NOTE OF PC DIATINA OVERFLOW P _ _ U SEE NOTE 1 \ SF? ,s TAPPING swDLE `\E NOTE TE oIII iE, EE 0 A " TEE NOTE 10 A Q woo , { TPU SRA GO 12 PAD z B B B YARD PIPING T e - - e� ~ AM SUPPORT, 2 U \ 0 D Q �\ SECTION 12 11 E LE PROOF E D AT NOTES. TITLE � THEVALVE Z F ACTUATOR WIT,ALL ASSAG ATE A V MECHANICAL PLANS AND SECTIONS.APPURTENANCES As BUTTERFLY ON THE o Y O SEE NOTE 9 17 \ � 2 DIMENSIONS ELEVATIONS,AND LOCATIONS Q? r1V� aw \ Q PRIOR TO FABRICATION OF NEW rtEMFIELD ROUTE NTE2 WATER FROM THE ELECTRONIC O a Q w Z CONTROL VACONTRACTORLVE TOSHALL FLOOR DRAIN. U'U'Z Z A A SEE NOTE o O Z B EER s eaPROvu.SNl T Ty B O Z Q TELE a BUILDING N ®e NOTE SEE NOTE a 0 SHOWN INDICATE surt14 A ER FITnNcsCEAs NECEsswr FOR EATS of msuunoN < Q Jo Z O AND MAINTENI Q SHALL M D ATE IT WT'ONI TI L PRO ST wo 12 MANIVAIT11 PENETIAT A IT RE SIDE w 0 ADD T ONAL CAST TO THE= DI BIMI A METALS Ro DEE BE I2oaTIDN KITS AT LOCATION2 of w 8CONTRACTOR SHALL PPRAIDE A PORTABLE EPECTASHEP PROVIDE SUBMITTAL FOP ACCEPTABLE DRANAAE1CONTRACTOR SHALL AREA E PUMP SEAL WATER FROM THE PUMP TO AN sT AL 72 RAND MORGAN ELEVATED STORAGE TANK PLAN 10,CONTRACTOR SHALL PROODE AN NOT CONNECTION FOR A PRESSURE SWITCH, AOGAAGGAT.,. 0CONTRACTOR SHALL REPLACE Qmreu APPURTENANCES'EMOVEO BUD NscnoN To ITS oRlcwu coNDmO VR 481 III .B z NOTES BY SYMBOL(S) vunMS S^ WON M-ECM-2 4 14 DI 90-BEND E[T WING TANK wALL G 'A _ T� LNA EE NOTE 2 E ED .oO S SADDLE �4,'Du""AAPPSE BLE U SUPPORT Q z PIPE SUPPOPT So C 5A IZ Nr DLE PE NG CASE PUMP W U _ O PL SAOOLE 68 13FE _ az a V SECTION 2 U GO 'm STOPGAN rE VIII a Q m w L PER- o Cioww OPERATING3 MAI NOMINAL ED(RPM) U ` _ ZEPE o _ AO(Er) 65o LCPE UPSIA ON 6T) E SUPPORT zE(IN A U NT(FIRM CA AGITh 3 NUMBER OF 3 SECTION (IT EO R(GPM) ATION 1 FLOW PER�(T RE PEI NT(1.) _MINIMUM PUMP EIRGION11 AT RATED DUTY IGALE IN FET _j A MINIMUM o Y 0FLOW PEI PUMP uRED D(GPM) z STABLE FLOW TOTAL DYNAMIC AR(FT) GO GO a z EFFICIENCYMINIMUM PIMP (G) w10 PUNOUT FLOW o �� Qu 0 �- CONDITIONFLOW PICK PUMP D(GPM) AIRo o O 0o rF, TOTAL DYNAMIC FEAR(FT) 7 MINIMUM PIMP EFFICIENCY(1) — ONG T11 PUMP IUIVI Sao THE MOTOR"ALL HAVE A sERwcE FACTOR of w >>s AS PER SECTION eB 50 Ze_ C)o a NADJUSTABLE OTES Fc,6s.O N . w PIPE SUPPORT 1 LL GONTIA'T of FIELD ITEMS. n ALL DIMENSIONS.ELEVATIONS.AND LOCATIONS PRIOR TO p. ROP AT 2 CONTRACTOR STAFF FIELD ROUTE PUMP SEAL WATER FROM TIE PUMP TO AN ACCEPTABLE - DRAINAGE AREA s S SHEET ss of 10 3 REFER TO MACIANICAL DETAILS FOP PIPE SUPPORT SPACING AND POSSIBLE STO BE USED S.aWIT'ENGINEERS APPROVAL.SUPPORT TYPES SROWN INDICATE SUITABLE a ECTION mea arwwrnc Na. aFOR OTREA FITTNAS As NECESSARY FOR EASE of INSTALLATION AND MAINTENANCE. O.AIa0 - WIR-481 cr B NOTES BY SYMBOL(D vunn75 s^ rvoN E-RM-1�[T LE,METER, reenkere allo �$ �g�d �g ""ITORIFEEPLACE PANEL 2REMOVE AND z4xo 111211V P, All AIP T�, I�R INo _ IAIP METEP U ;III a Q o C��IIi o w w -2 C,3H1/0,1#4 END c � E NEMA PA a/zP U C,3H1/0.1#4 GNo PANEL Y P Z Q? Q� Q O a Q 0o ONE-LINE DIAGRAM e <` ��z NTs o - `y,a Q� � �Qz >O 00 S SHEET n or z2 WIR-481 - crB z N07ES BY SYMBOL ��-' 5 AE[, �v0�E-RM-2 NEI 2,o c R TO ........ 3mYE.AND OF RE_NC 011E WrH�M G STINA,.SBLOCK E BY gas IFELE WALL ATA SUBBASE DIESEL KaRE ER3 ToI°OITTFL IFI REST 1, PELlITER 4IT04TOR 4N5 E. (" R �,ENO1LACAT N 1E BOND TC ExI IN . GROUND 1 12-1 N.R E RA.E1 O K11.1E1 o a w o P,A CTIGNIN AT GENERAL NOTES d�N� uzA %— '- 481 1R1INA.E wl.�1.ILL��1MPA a 1R IN3.ALL.IAN"NEW _ LER1�E.o�L W j3,1 C I INISL ELECTRICAL EETIO,PER A — �zsAw„515�A o .HE 1.ILLl 11MPAN' --- I IENERA.IR RE0IIREMEN.3 - soA P � „z,1 RC COUNTERPOISE „'A 1LE—NIC I DRIP I TO NT COUNT __----J U 400 ED ;III Q oLl1 NE1, sRAME E,o C��IIi o w w PANEL MP,22]/4801.400A MLD,3P.4W,42 KAIC U NEMA 1 )ESE w oc 1 304 — LE JI 3P s 3P p )LL[crRaNlc )3P )iR oNlc )rLEcrRONlc )ESE Nlc o Q RIP F Y Z Z Z I I E as OONFMR1w wZ II O LY:§o — Ae0-120/24AV im ©0 ©O ICK I 4a0-Ea/z4av,im ,TO FOEN E �Q0 Oo O U, w0 E, FY P PMA-5751 FOR 5752 S SHEET 5B of ]2 511-FIR 1111TRI11TIC, M O 1 wR—aa�� NTI PROPOSED ONE—LINE DIAGRAM R qz ..........................- �7 I Inn T.TAva q I I'M PANEL MP PANEL LP NTI NTI EM AU 0O 1 ISLE I I I 1 1 2 Dun <¢ NN: "T EXISTING PANEL "P" NTI W R-481 T_'ITIll B IA � EAN ..........................— ON—5 SHEE7 E-pm-4 —MENTVa z; 122E =X U i— o, CABLE AND CONDUIT SCHEDULE s 5rEET so a NTI rvoH ELiRM 5CEi 2eg66 �z4xo v� U ;III a Q C �IIi o w w TIPE �IFICTIRE OIT Ma A,AEA ooE RE E—IT—P.a U wE P. M- oP aEo.P E Y� Z� Q? Q w Z O a Q U �� ZQV1 Y O E o�Z wr X vvQ ZQ Ow Jo QCT )Z 0o JZ w0 S SHEET 81 a ]2 WTR-481 - cre z GENERAL NOTES NOTES BY SYMBOL(D —5s^ OP E-RM-6E[T NY AN' 2. % - - - -g T LE ems. ppppkg ®7 3. L CONDUIT PENETFATIONA NO IT IT PHASE OIERPFiuARv unun .SEE AEP oETAa ON SHEET I7I 4€ .. °%ERREAF IERAOE FROP To AREA ROLAN,E INC gas AN ER���EE�RR pE 'OR Clil ONOFF RAIR INo7eGOE REUSWITH AT EE LEEN RERAENTR ASCO, 0 REoUAHOLE'Eo oNo SPACE 0 D5 CORE DOLL NTO UST 4a�DE°INSTALL OOTESTIN ON POLE.o aE REMo�oU" c mTNA gwei mNomo TO AS CESIT PED A SUI-1 DUN IINDITS SALL AND AS'EST"D o FS— o i`�` Q oC ��iCOww o E U _ Qo QQ �LIIII 4 RE ❑ w O ry o 'm ❑ �� QCCw El - Q r << 00 RID, Q Q�� EN FIC RATg Q wJ GEN R l /� RAND MORGAN ELEVATED STORAGE TANK ELECTRICAL SITE PLAN11 oTim Orwwrnc ti'o.Gz SALE IN FEET WIR-481 - crB z GENERAL NOTES NOTES BY SYMBOL CONSAAMS C^ RM-JE[T OC Ll — — 4 §, i 1 1 CANNITS ® / \ / a o�nL�aRENNECT EINTING POWER AND ON oa�cmces EEM By oNa Aco PROTECT p g,pbd eETwCINTEEry aEeaa ASF REouaia�o iT PE�CONDUTT.L PROTEC.ONIN o RAMP, $ 8$ �Z---Al- CONCRETE HousEeEEPINc PAD \E'STNO o oawA, SPaSR Pa - - - - N IFMPIA TRANSFORMER CONTR,a, FORMER VALVE ceNTRo -_ d✓ a'-svA'nRE _ _ EL P III V a PAN - L PRv sTaI c-Rv sTos - - - - TV-57105 PW— P Hv-—sTs= — — PSI-5755 G PRe 05 � o � � o P R, G 1�- s PSI-5755 � 0 P-xFMRR— PER Q LET E' � N,as,B8 R I s F���E E U 4 P PARE / - -I - 2scENErV / �s w lro RnoR E -VF IP- xFMRICI -11 -[/2i C SPARE P-pmpC-PM-5 51- - 5 IT sI M P-OMP 5 51 C-A's -- / / / aOow YZrw � P-PMP-ST O L-GEN101QPZ QC 51 oM 000 �� -- PMP s w _ �Q Qoz _-- DQE, wE, 0o J� L-PMP - LIT 0 a s s+rcr ea er �z RAND MORGAN ELEVATED STORAGE TANK POWER PLAN RAND MORGAN ELEVATED STORAGE TANK CONTROL PLAN mea arwwrnc�. WIR-481 mrB z NOTES BY SYMBOL [sr swAUYs sa uo�E-FM-8 1, 3/4"x NDO STAINLESS STEEL C2U 'CD'ORDER To EU LDING TPO,s wir 4210 TINNED coPPa 00aP 2. I '6 2Nrv,ERPosE"NLEoPE EF°R°°Esoi"A2 ,oei° 9�m R � 4, NEW AEP METER C —AND DETAIL ON SlEE`T ROMV� M I I � I � U S � / Q m ;1113 \\ _ ��IU U ti \ 0 0 Lim i U � / I I I I z I FQ Y Z rz +— I ffia Q 5 Z Z ON 0 z <a o z QZ O Z 0 J0 zQz -------- ------ --- ----------------1 \`U^ 0 0 0 W S SHEET ea or I RAND MORGAN ELEVATED STORAGE TANK GROUNDING PLAN coax oanunmc uo. I'll,481 cr p z NOTES BY SYMBOL MOI-Be— tZ� NO 011-1— _FM 9cEr av/,m, TEB sER TIVY/E AEiI°,o, 6EE GENERA\6 OPI SCALE, °P�c°A NUT°ANL=lEEiw°RS NOUBONar oA,o�4EA]°o°6 g'g9aile, PNEN � �'a$ GGNGER6ArE�Gp6 - - GN Ns�NG°N�,.z>GAi,m, `:'� AC 6ANEiMpis°6SH 115 PANLIL LP "FLA 3 AT PAN, °°6 roNCPEiE PAR E°6IT I °N, P_AEM6,°, c __ °°, ;8 PMP-S 5 P (PAM - IAN GENEBA NOTES - 6DE AND USTALL CONDUIT ANN PANEL MR FOR EEL'ED FOR LIFE C, °P BI ��G c°N,6G NO ❑' MANUFACTURER �1 P_MPRMRs c) ❑ _ P-VFD- .°PMP TY V CENERA, BY oT P E°-s] ° � °-s]szFT EI Lpp AT EB, w U o 4;1113 115 O W A U o RAND MORGAN ELECTRICAL BUILDING - POWER PLAN RAND MORGAN ELECTRICAL BUILDING - CONTROL PLAN o � E scue IN ree* scue IN vee* U TO PEE EP� E�EP_ o Y Z To a Z Q PANEL LP U Q Z -E A-EL O a Q Z U Y Z O�� c i aP, LL W PE EY -EL JB �QU w� IIIIED FAA 11NIT—I. 0o Jw B C w SHEET 65 a/ ]2 RAND MORGAN ELECTRICAL BUILDING - LIGHTING PLAN cxo 6renunmc ua. WOR-481 IYELE IN FEET d C�oN'uLiRAM'S'NCEI TERIAL O ® ❑ ITEM Illy DESCRIPTION MA S' GR. CAT.No. NOTES a ILI N re 1 w 1 re PPEL JI A 11-1 IN-1111 = 8� NI I U111 11 L 3=„s IBLre� c ® E, = `� I A, P;,ao�_s11 11 1 rzE,E� Ol IE „E _ — — ALLEN SUBILE1 NAT : ALLEN SUBILE1 `�uaNEE z=xo NP=EErvrvNP= uNAT a;=rvNP .Ery oN � oEw �,_, — RANRJU --l w,.��RMASA, ,A A��sno,E1 �rrzN, �rrzN, S1.1-- re re „-.lre, a a P P11RUIre w/nre wuEZNEreI - _ _ U GO 11——imure PN ENAILEI stei�rz G IS Pl.lElUAl SRS GENERAL NOTES El �@e CONTRACTOR TO PEI IY TIESE DRAW LOS WITI TIE U ti p wwJUS BENT TO PROVIDE U TE RED NCT GO 2PROVIDE UPDATED PLC AS-BUILT Ll r ® ® ® ® MANUOLRAWIN A ANALOG SUTPUTS ANO OIG'AL INPONIN OWNER E uss uss z II II I O I II II I I I � cory*reouEre Y II II I�I oiswauroUA rvNE sc-zoo ccry ¢ Q II II �vn*Ea Z z Qw r0 '+n-noe P^Na O a Q w Q p 11 rvErviorex env uis C re LL” Q J m�se cu sr O sxmcx C p iry*EiAEN� O C Eire[wuE S O y o K J _________`J__________`_ res-aes scnon sEc C E Zz ��oZ � d w� O o U J� ELEVATED TANK SCADA PANEL SCADA NETWORK w INTERIOR LAYOUT r COMMUNICATIONS DIAGRAM UJ _E rvrervE ��E mNE NONE S SHEET es or �2 OPIGIN-L-LR 00 W R-481 LEGEND FOR SCHEMATIC DIAGRAMSIEE N'utiRaM's2N[[i T ®g®g LES _c o� rvuMacre RorcP°Les irv°iu*co ° � 8� 6���� 8 © o a Lo77 111111L°�.Eo°ry L�11111L 111L © - o 11.10 IILL - L�ry U wrc.-rer.�z E aL � aarLns - Y U << Z D oozirvvut .�a Z O O -D�reuz i'OO Jo �Qd 00 � wZ v b ozg°s z SHEET 67 0( 72 IEE 1-1 VR 481 T4 z C�oN'uLiRAM'S3NCEl LEGEND FOR SCHEMATIC DIAGRAMS AI-1 (NOTE 1) AI-2 (NOTE 1) ---- 11E1°'"'N"° o) x°maEa or Parrs ° PIOVILE,E SIGNAL SPLITTER ° o 0 Al 111111' o 0 0�"000°'o��L�o���`,—IL R ------ o �°IE° w 11,E—NEL°E 1112 �EE11LI ry°'°AE-All IN LIGN o Irv°"EEL T-1—1"/"E�1��" -=-s P"1111°1 0 D roM °°ro�E d LED 11-NNA111 o = °21 sPo All a —A 1P;� .z 2 — ---------- D 'a — -- m----- NOTES BY SYMBOL(D ® E s ~ © EPA2 s — — — — DP Pu. — C��IIi o w w U I. 0 AI-3 NOTE 1) AO-1U ® ® Q E —1y-J (rvE s>>svcco P°96— J ENP-1111 IPEEI sETPIII(NEI) sao --° o om._--- AA J z s=1P11°111P°�M(rvE� - Pry P-111E sPEEN o - - _(DALRry-11°1 P°=�.�°ry NAP°�M NEIL o AID o00 1�ory �Q zo ® © -- - "Prv. Q z v AN N ® a S SLEET BB If �2 WTR-481 A s — cr8 ..........................- LEGEND FOR 52�MATIC DIAGRAMS OIL.mairvc - -------------------------- ITIII 1— = ` .= ,R�Ul AI III AALII C) M-U T ----------- 10'1101 1. L—L AT 1. ll.ITI A NOTES BY SYMBOLO 1-1-LAA I-L IT- I.NTI ------------ IIEIE TO I I"EET E'nr - ALUP A N�ITEER`INPUT5 APE NOT ATOWN ON EO T"E,�IIIIINPI,56,1�IENTMI�AEITOIOTO TALI E, 'E,,To , N,0 PANEL 'N'5""'N ULF PLO Al 11 LT I—NO5 N T,E OWNER M-A MANUAL, --------------------- ------------ IITIIE ---------- ----------- IITIIE AA C, _---- ------ AT <-I --------------------- IITIRE A o �o 1,21 <=< C, <- T 211MI Q%D�,X�Ao ToS�I%�110.,DLO VR 481 C�oN'uLiRAM'S SVE[z DI-2 LEGEND FOR SCHEMATIC DIAGRAMS p ® NOTES BY SYMBOLD nE�O mairvc ® auus�w @8 o� °NM°E° b 6 — — -- a P REMPLE ME� DooR of1, LITILL AN ALLEN PW o �M op e °°�° 112-11 - -- ----------- -�� PMP-ss,RDNN�N°,NE„ D AND PMRATCE AT �s��DNA o oEN Ll III MN 11 IINHa°°INIL _°P IS FROM PLC D�L IIF EreM rw az°c _ _ - � MP-ns,Fw F MEw, q s°Lcrvoo wvEIIIIENT IlD —E czosPU ME�noN 0` corv,m°arecasL mere.a-z°mn az- El ® 1 - - - - ---------- ----- I AEND E mEun L,un°svn� IPD © - - ---——----------- L PMP-s,°I R°NNIN° P MP-s,°I EwE,(NEw( � - � m P - �APLAUPN III a Q m PUD - 3 os — ADJUSTMENT RS,�=s ----- ------ — Ps_5FEE D, U i- T ISEssuRE wcu(l RESET IS IVAI � TDI (FROM MAPRC Do) E PAH 11Ma c MsM ~ U aP o o — ———— °PEN 1N 1 © - - —�� P —s,�°E°s HAFR` T ED frvz� ( D> R Z W __________________ Q S svD TO � _ Z z Z u/ IPD Q W- - W Q 4 Diz i,z •�P'g� ____________________� j EN-1111 CENEaATOR VVALVE ttSED o D RUNNiNCMw) 15105) z OYZ — o o CR2 Z ----- - -- Y - w..Da .M a o 0 D�z 111 ,� °EN°,,,aNE PwE. ro �Qa -�� R w �� Jo T L-ENE(DEN w..o �R� I IDI WJ AT IN ® w a ® IIEITISI (TD F�o 'VALVoE�° osi° HVpsoEPLosDA(,oN (.o"PMPIV S°s°A�D( Ro"PMPN TV 55°s��D e VALVE HV-5705 CONTROL SCHEMATIC s OIEET 70 RECORD DOWING W R-48NOUNALF 1 4 ..........................- DI-3 LEGEND FOR 5!�!MATIC DIAGRAMS --,"o gg -------------------- ----------- IID - --- ------------ IID SPD ------------------- I—IILL ---I-PD----------------------- ---------- IID ------------------ ---------------------------- --------------------- -------------- -- ------------- "0 ---LJ IPD -------------------- << - ------------ IDI SHEET a —DI W17111 "o I MVO�F�T L12 D DO-1(NOTE 1) cNon-'uuRaMs,�rEE LEGEND FOR SCHEMATIC DIAGRAMS p@p@ qq a --------_-_.-0 PEN a H _- DEED v'I'N g�'gill � "'L wR rvc 4664 94 w P en .a } o� OZEx or Pons irvoimTEo h1i'lo l$'lC oil A HD—=�D=—DPEN D „ }�sED a ;z }EDTDDE o ,�D����L.-ID LIETHINP HON—T.1 ° s � EPARE AN ° SPAREoS osE z-----------�}(IE-E;)osE oMMA Do D A EITIDE o }5 =w °ER I.-H WNE`L a ° = EDs-STOP D D .z }EDTDDE NEE�oo��� o ,�„IT P ° sP�EE ---------- IP.oToDN � 1-1— DNI-1EDTDDE -.1 DEE AETNAo��D E AT A PARE ED.DaE oa µo-oEE_�o sParzE NOTES BY SYMBOL(,) - sParee ELI H S�oEp a, �' b})NE�scarnrnallo -�P, vl _ 1AIE TV - sPareE a w'° sED a, �'° EUTureE nTic) }u sPaaE " ,e " VIII D R, �:a oP MMAND - l.INA5�N THE - C ��ioxw EL (NEW) sPE } �� �-----------�} o NER M �� �D D.I ° Fl°RE R41 E-„ }'ED 112S E-,z }EDTDDE o U caMuua STasa p: }uSED a,sa i------------ro}(NEW)5I'M MAN o Nw U PMP 17 mmmallo(Nw) ... E,T }uEED aT e�-IH' }Eu.uaE _ Q L���" Y o Q= DEM-ANI P COM ® DZ(EW) R �° sED PT I—O M P IAPNo A —_—_—___—___�J (NEW)THT O a Q w © Lb UUPNo'(Ew) a e irz }I& R,B iz }FUTURE E O Y O O H ETH REIE, �Q O MEw)11 � RaW'ERE'SEIEDER,Pa � Q w Oo J� 0 111 ® oO RFD ;z 1 NsED 8158 ; 1 TDTDRE e If �z WTR-481 w T cre z CON—ANT PRO— IR CORP20OD479 € pgpg gygy CITY OF CORPUS CHRISTI, TEXAS o ==w CONFORMED SETA o HOLLY & RAND MORGAN ELEVATED STORAGE TANKS IMPLEMENTATION SAN PXTRICID COUNTY PROJECT NO. 20267 U NOVEMBER 2021 v, ;III a Q U I- Ec N�FCfS NUECES BAV � E 9 €j co�NT J PROJECT LOCATION FOR ELEVATED STORAGE TANK (j AT HOLLY RD PUMP STATION 9 (HOLLY TANK] $ 2 PROJECT LOCATION FOR $ I n �(\ cokvus CHRISTI BAY z ELEVATED STORAGE TANK _ S PY Y ,q AT RAND MORGAN RD& gp /� O a (RAND MORGAN TANK) g W'�� � o o y � O o O d ?0 00 PREPARED BY s2P o �mr�r..c�me.m, w CALL BEFORE YOU DIG!-1 111—POP DINITITITIN EN c RD «,as awn`anal 111 111 CP&Y, INC. oe� orww�H �. 5 cnRANcnHUA STREET THE LONE STAR A RPUS CHRISTI,Tx 70401 oesT°ucn W(R-487 NOTIFICATION COMPANY TBPE FIRM REGISTRATION#F-1741 -_ AT 1-800-669-8344 ccid z SHT NO SEQ NO TITLENvuAW's swrcT GENERAL G-0 1 COVER SHEET Pw",:°ei° $ 9 ® G-1 2 SHEET INDEX G-2 3 GENERAL NOTES G-3 N 4 GENER 6AL ABBREVIATIONS, DRAFTING SII&DRAWING LEGEND S C-G-1 5 CIVIL LEGENDS AND SYMBOMBOLS,LS 8@ S-G-1 SFR UCTURAL GENERAL NOTES&AB RREVIATIONS I E III AL E G-2 90 ELSETCFO RUM ALTA LENE4NDB&EVS4VMBOBoTIONS&SGENERAL NOTES STANDARD DETAILS C-SD-1 11 CIVIL STANDARD DETAILS I tiwx� S-SD-1 12 STRUCTURAL GENERATOR FOUNDATION DETAIL z M-SD-1 13 MECHANICAL DETAILS II ��=o M-SD-2 14 MECHANICAL DETAILS II a M-SD-3 15 MECHANICAL DETAILS III dQ¢� o,4n E-SD-1 16 ELECTRICAL STANDARD DETAILS I v E-SD-2 1J FILE C7 STANDARD DETAILS II - E-SD-3 18 ELECTRICAL STANDARD DETAILS III E-SD-4 19 FLECTRIAL STANDARD DETAILS IV E-SD-5 20 ELECTRICAL STANDARD DETAILS V E-SD-6 21 FILE CLINICAL STANDARD DETAILS VI - E-SD-7 22 ELECTRICAL STANDARD DETAILS VII I-SD-1 23 INSTRUMENTATION DETAILS HOLLY EST SITE � \ G-HT-1 24 HOLLY ELEVATED STORAGE TANK EXISTING PMID U G-HT-2 25 HOLLY ELEVATED STORAGE TANK PROPOSED PMID C-HT-1 26 HOLLY ELEVATED STORAGE TANK EXISTING SITE PLAN ED C-HT-2 27 HOLLY ELEVATED STORAGE TANK PROPOSED SITE PLAN h m S-HT-1 28 HOLLY ELEVATED STORAGE TANK FOUNDATION PLAN ALTERATIONS S-HT-2 29 HOLLY ELEVATED STORAGE TANK ELECTRICAL ROOM CEILING FRAMING PLAN HOLLY TANK SITE MD-HT-1 30 HOLLY ELEVATED STORAGE TANK DEMOLITION PLAN AND SECTION - U M-HT-1 31 HOLLY ELEVATED STORAGE TANK PROPOSED PLAN AND SECTION NTS M-HT-2 32 HOLLY ELEVATED STORAGE TANK PROPOSED SECTION E-ITT-1 33 HOLLY ELEVATED STORAGE TANK EXISTING ONE-LINE DIAGRAM E-IT 2 34 HOL.'PT N NNILLY ELEVATED STORAGE TANK PROPOSED ONE-LINE DIAGRAM G E 1 E-H7 -3 35 HOLLY ELEVATED STORAGE TANK PANEL SCHEDULE I� I7■■1 E-HT-4 36 HOLLY ELEVATED STORAGE TANK CABLE AND CONDUIT SCHEDULE U € E-HT-5 3J HOLLY ELEVATED STORAGE TANK LIGHTING FIXTURE SCHEDULE E-HT-6 38 HOLLY ELEVATED STORAGE TANK POWER PLAN AT GRADE E-HT-J 39 HOLLY ELEVATED STORAGE TANK INSTRUMENT AND CONTROL PLAN 1-HT-1 40 HOLLY ELEVATED STORAGE TANK SCADSPANEL LAYOUT N HT-2 a1 HOLLY ELEVATED sroRAGE TANK PLC POWER scHEMAnc 1-HT-3 42 HOLLY ELEVATED STORAGE TANK PLC ANALOG INPUT AND OUTPUT SCHEMATIC A■■1 T-4 43 HOLLY ELEVATED STORAGE TANK PLC DIGITAL INPUT SCHEMATIC -HT-5 44 HOLLY ELEVATED STORAGE TANK PLC DIGITAL INPUT II SCHEMATIC T-6 45 HOLLY ELEVATED STORAGE TANK PLC DIGITAL INPUT III SCHEMATIC p 1-HT-7 46 HOLLY ELEVATED STORAGE TANK PLC DIGITAL OUTPUT SCHEMATIC i RAND MORGAN EST SITE w G-RM-1 4] RAND MORGAN ELEVATED STORAGE TANK EXISTING PMID m0 Ja X G-RM-2 49 RAND MORGAN ELEVATED STORAGE TANK PROPOSED PMID C-RM-1 49 RAND MORGAN ELEVATED STORAGE TANK EXISTING SITE PLAN AND SWPPP Z C-RM-2 50 RAND MORGAN ELEVATED STORAGE TANK PROPOSED SITE PLAN E — A-RM-1 51 RAND MORGAN ELEVATED STORAGE TANK PLAN AT GRADE - O0 A-RM-2 52 RAND MORGAN ELEVATED STORAGE TANK ARCHITECTURAL DETAILS AND SCHEDULES S-RM-1 53 RAND MORGAN ELEVATED STORAGE TANK PLAN AT GRADE MD-RM-1 54 RAND MORGAN ELEVATED STORAGE TANK DEMOLITION PLAN AND SECTION `�a �*. M-RM-1 55 RAND MORGAN ELEVATED STORAGE TANK PROPOSED PLAN AND SECTION J o M-RM-2 56 RAND MORGAN ELEVATED STORAGETANK PROPOSED SECTION E-RM-1 57 RAND MORGAN ELEVATED STORAGE TANK EXISTING ONE-LINE DIAGRAM C)o E-RM-2 58 RAND MORGAN ELEVATED STORAGE TANK PROPOSED ONE-LINE DIAGRAM E-RM-3 59 RAND MORGAN ELEVATED STORAGE TANK PANEL SCHEDULE E-RM-4 6D RAND MORGAN ELEVATED STORAGE TANK CABLE AND CONDUIT SCHEDULE E-RM-5 61 RAND MORGAN ELEVATED STORAGE TANK LIGHTING FIXTURE SCHEDULE w E-RM-6 62 RAND MORGAN ELEVATED STORAGE TANK ELECTRICAL SITE PLAN E-RM-] 63 RAND MORGAN ELEVATED STORAGE TANK POWER AND CONTROL PLAN $ E-RM-B 64 RAND MORGAN ELEVATED STORAGE TANK GROUNDING PLAN E-RM-9 65 RAND MORGAN ELEVATED STORAGE TANK ELECTRICAL BUILDING PLANS I-RM-1 66 RAND MORGAN ELEVATED STORAGE TANK ACADA PANEL LAYOUT I-RM-2 67 RAND MORGAN ELEVATED STORAGE TANK PLC POWER SCHEMATIC S SHEET 2 0l I-RM-3 68 RAND MORGAN ELEVATED STORAGE TANK PLC ANALOG INPUT AND OUTPUT SCHEMATIC I-RM-4 69 RAND MORGAN ELEVATED STORAGE TANK PLC DIGITAL INPUT SCHEMATIC mea Qeawrnc rv'o. I-RM-5 70 RAND MORGAN ELEVATED STORAGE TANK PLC DIGITAL INPUT II SCHEMATIC RANO MORGAN TANK SITE I-RM-6 71 RAND MORGAN ELEVATED STORAGE TANK PLC DIGITAL INPUT III SCHEMATIC WTR-481 I-RM-J 72 RAND MORGAN ELEVATED STORAGE TANK PLC DIGITAL OUTPUT SCHEMATIC _ PTI CT 9 2 NSULTAN'S SHEET OP C-2 1, ILL GC ENERALNOTED. . IE iNWORK UNE OSPECIFICATIONS. ITEM DESCRIPTION INIT TAMNATTED CO /—CONTRACTOR ORLWOROPROJECT SIALL AEE WHPART A GENERAL } ON TESTING NO TIE STEMAIEFLSSHALMEEOExCOALREQUIREMENTS OIHECONTRACT ON(MAI 59 TOTAL) ADOCUMENTSEN(MAI $ ALL Al BONDS AND INALREANCE AT I A ALL TEST NI SHALL BE DONE B'T HE DDEPENDENT TESTING LAIO-01 RETAINED AND PAID El DSNEP.REPEAT 0, EARL,BREAD TESTS SHALL BE AT CONTRACTORS COST AA ALLOGANCES OF UNANTICIPATED WORD AT I A5 PERMITS AT I U"E CONTRACTOR SHALL MADE EVEPI EFFORT NOT TO MPEDE TIAFF C ON ED ST N A STREETSE AD LF LEA FORSTF RG E EANES GLEN To TIE FUEL, IN TIE EVENT TIE CONAH"'TON WORD'EOURES T,E CLOS" AT - OAL(ICiEMA AT CRANE A4) DETACLOSURE EL A NA SECEND RD UT OF AIDE SSED STING YIF LD)NGS'OURS AND WILL IFOF IT EP F Z HFIE MAll"A OUFS OF LESS. OVAL IN EITH EF CASE.ALL OFFER EF STFEETS OR ALLEYS CLOSU FES SHALL BE LIMITED TO]2 d V N 6LS�ISTIEM OF LEON ED ENGNEERTIE ALLN B2 MENTI NTL GIOIN AT TIE THEP BID EM)C�LI ENTS THAT AFE NOT LSTIE 9 v U CRINED IN TIE CONTRACTOR A FAILURE TO"ACTLI LA CATE AND PPEll AN'AND ALL INDEPGPDUND UTILITIES CONTRACTOR AN D ANFFEEI TV BE FILL'lElP.NIIlLE FOR AN'AND ALL DAMAGE I I A NIT BE GAI,ED RL SUBTOTAL DART A-10—EST o(FEN'S B 32) SIALL BE RESPONSIBLE FOP CONTACTING AT L FPAN CHIP TN'S POOR TO CON'T..TON ED F ALL AD EN ..AV=AALL STAN PLANS"ALL BE AVALABL, ::::C: ON AND FOLLOWED AT ALL TIMES 2 B. ENCAVATION Al BLASTING IS NOT ALLOWED ON THIS PROJECT. 03 T GO C'ATN T T II VEME TH RCON EM) LS 9THEPR'P IN THE BORING LOGS ARE ONLY AN INBICATION OF GROUNDWATER LEVELS SUBTOTAL PART C - TS(ITEMS C'R UTRU C3 PH N,NO = AT THE TIME OF DRILLING THE BORINGS. U ED 10.E%CESS ENCAVATED AND UNSUITABLE MATERIAL SHALL BE DISPOSED OF OFFSTE Al THE CONTRACTOR. GO 11 A INPA ED D AREA TA BE LL TO A ID FED ALL DAMAGED DUE TO THE CONTRACTOR=OPEFATION.=HALL BE REPLACED. DIE THE AS NI Cl ATED AND As BPEGIFIED ALL BIBEW K�GEB w FOmN�UNDEF 12 GEA STORM DRAIN'AND WA=TEWATER LIN S SHA L HAVE A MINIMxM BF EIGHTEEN INCHEG B)CLEAR BELOW STORM DRAINS ANN TWENTI_FOUR INCHES(24)CLEAR BELOW WASTEWAER LINES OR DEs11IPTION FATE o ON D) HER 2"REDBIREMENTS E PARALLEL'ATE, ET CLEAR HORI=o�TALLv TB WASTEWATER LINES AND �ILF MANHOLES"ERE MNIMUM EANC'>EST„'T B�oA”f ES(e AP.IND N CONCRETE TO TEN of(STRUCTURPL) U PAST THE EMBANITMENT SLOPE oN EACH SIDElE. ROECTED By CONCRETE ENCASEMENT AT LEAs,TEN FEET S(IC) _ BE(ORIVEwPvs) MODIFIED PROCTOR FACT 1 0 14 N ACCORD ANCE'TH THE Co UTIACT011 STOP M WATER ROL LITTON PPEVENTON AN(SWPPP)EROSION CONTROL A AAUDN SHALL BE USTALLED DROP To CLEAN A E P OS ON CONTP OF MEASURES SHALL BE MANTANED IMMEDETED AND BR(—NORID) - 'EVRFETATION ALL L.ALL D ISTRI BBTEB AREAS Is SccESSFULLI ACCO MPLI'ESTOP ATONSHED.TACTIVTHE STE WILL BE HE PT CLEAN of TRASH a z oa w O Z CONCRETE E �¢ Q Z NN ., oAh 4 1rz`7 a Z ATEB OUIOEUNEs.THE ENCINEER RESERVE'THE RICHT TO CONDUCT C o WIR-481 crq z ABBREVIATIONS5 vL nM AGEET rvoNG i3 NFILMv oN a aN DRAFTING SYMBOLS C IACLIT. VrNTICAL CURVE ACI `" TITLE OFRETEGPEED, PLANENDRETE END SECTION VC V R VENT THRD ROOF DIRECTION GDT DETAIL TITLE ill, lil AARAB AN NICE SAFE TO C C p RDISC CONSTRUCTION FL LowuNE RPE(F�E TERCHANCE FOR TURNOUT ED EcrioN of s � STEELDWLINCL' US FrC FrAYGIEFAH, ERR D w wF (BEAM) APPEARS ON SHEET HT-M-2 STANDARD DETAIL TITLE ASCE AM ASME SEAT CLOFrR ENS AF EETPED P PAD wrR WATER RFACE ELEVATION J n DETAIL TITLE DIRECTION F OF Sl MECHANICAL ENGINEER' ESD FORWARD PS PC NT ITCH PIT POUND S PEP S.1—FOOT ASHRAEHEAT EERs F DEGREES FAHRENHEIT PSIo PER SQUARE INCH PEP SQUAP E INCH YD YARDSECTION aa10ARs ON SAME SHEET DETAIL OF ITEM ON SHEET CSDI A CAUCE A'GORDON" "UNCTE OF TEST NO'MATEPALS CA CA AN PVC PC INT 0 ION nwwANET TUTE OIL ALAS A AMEIIAN FO WELDINWORKS S AMER CANccFGROOVED ouvCOUPuNc SOCIETY F TNI PVMT PPONTAVEMENT RnPV PONT Or cAL TANCENcv -EETION DETAIL"'L� c 4Xo o Flow CSD-I A�rvsl 0 IRS RE P UP STANDS,C GPM GALLONS I AMNESR CAN CONCRETE GUT GUTTER ER MINUTE CONCRETE PIPE arecH SECTON H� z 'APPEARS ON SHEET o T TITLE RD PDOF DEAN A TO A AT C IT IT E A ED DIED CE DETAIL TITLE AU A ATA LALLDW AT TG LPEC PC PEC ACULAT ON I GRADE HYDRAULIC FLANGEAVG AVERAGE ,AT G CUT A_ RECTANGULAR DETAIL APPEARS ON SAME SIEET TMC HARNESSED MECHANICAL IEF PETER 11 REFERENCES PC OF C.. COUPLN' PF, PEEP RERATDROF OIL NO uHRI a RewF ED CA PEP 1EPIESENTAT VE BOTTOM ewcNOTP DER HWL wcH wArER LEVELAll A CONCRETE IN DER EL(eEAM) NTPOLLER ETER U EAPOR WHARD DOW A OLT OF'Ay NO ING STEEL C EL C TN ITTDRAWING IDENTIFICATION SYSTEM ARCHCIMPA METAL PIPE ;EEEA E NO SA SOCIETY OF RH RQOF�NT OWSELECTRICAL CH WT.RD LENAT IT ENGINEERINGGS SCFM IC FEET FSEQUENTIAL SHEET NUMBER AT TION JOINT IF INS DE FACE M-I CLO CLOSET OR 'FORM DRAIN SEC SECONDARY JT CT' CENTERTQINTSAND POUNDS tsPPLINE ODE P- CMU CONCREE �ONRY UNIT HIL°WATOLT IrrrLE TP S) T GOT COLUMN r CONST CONSTRUCTR NS CONT CONT NUOUS 1011D NATE rA AVB rA AVB'T 10ABORY I.PPT SUPPORT a FT BIC FOOT11 FTOSCAR OOH ° 'SEQUENTIAL SHEET NUMBER-1 CIA COLD CALLED STEEL rrG r��NUAFPEZE EEL R GECC IN CUB C STDM STANDARD DIRE EDM G� S STEPS nRDGTDR� R SDI CIPL EACODoE�� — DEGREE°FD PENNY L'ISIEE, QW WATER DDLE ORDINEL STIC ATE RE. MASONRY CAL DOUBLE MAS SYMN SYMMATP DET GETS L MAP M SPECIPI PILEP _V-TAL o w D DROP INLET MCC MOTOR CONTROL CENTER SPPTS SUPPORTS Qo CUNESS Dwc DRAwwc MITMANHOLELONE PER oarTOO we PREFIX CODE DISCIPLINE CODE LOCATION CODE o �> R c oy mAz Topcone DescRlPnoN cone DescRIPnON cone DescRlPnoN - ZZPC EGA ELECTA CAL EFF EFFLUENTDucTRANu TBUT A PAD L U AS TAN TANCENTo cre°ovE c RM PC E[ EACEFFTF�ANE MWS MAI SIM WATER SURFACETECH T IC HEAD GENERALA ARCHITECTURAL STORAGE TAN, T z< NORTHRIBIT ETEMPTEMPERTUBE SUFFIX CODESTPUCTUP "T LEVATED STORAGE o IT YVAC ��o ELECTISAL NEMA Ere HOLDER w�o TRACTSSOAIAiION CODE DESCRIPTION CDESEW EMERGENCY o w Z EW EACH WAYEACH FPCEWER&EYEWASH NCE STURN ED SLANDAFD DETAIL RD UT RE I INSrRUMEMATIDN Q EWEF EACH WAY NO NIMMEP TS,LOS TOP OF SLAO S BAY EHAU5T NAT NATTT THRUST TE EPA NIT N=PIAN'TA17 EADI OEPP JT PIPANS ON F ST EKI$RNCi Ty JOINT EPP AM PAPAN12NN ANCHOR BOLT NWL NORMAL WATER LEVE NTS NOT TO SCALE FOUNDATION W �� L E JAC UNIFORM ON CENTE UFC UP F TOF AD OUTSIDE DAMITIP JMC MFERMM MECHANICAL CODE INI UNLESS NOTED ITHEANIE FCA DPL NG ADAPT E' 'IT OVERHEAD PDWIP INE INA CODE ED F Loop DRAIN ID GREG OLE DAN FDA INTERNPP INRW/AAFF OSHA ISTR MINATION DR URINAL HEATER �COTIT UNIT EFO ORAINNG ND.,Z IPNI OPEN NO oz OUNCE WIR-481 - crB z NSUL NE5 SICEI OC-G-1 CIVIL SYMBOLS exlsrlNc PBOPoseo oescBlPnoN FKILONA P-N KBw gal D D SIDEWALK oxo a a D�GK PLATE S:EEIL� a a SELECT DAILRUL - DEMOLITIDN a a ASM-T I-ENT U ITEEL IN 1ECTION ;III EQ , C �IIi o w w I BLOGK, - - IOIL LE-, EE E 11 E F-O DOUBLE LINE PIPE U IENTEILINE I PIPE LE—E. ou ou RVEI-1 P-ER LINE - O x x FENCE S m cJ � O a } RNLROAO SHALE OR LIMESTONE E E,< O 7FfE7TFE-7 EARTH OR GRADE Z i YPRD HYDRANT STATION }O wJ FIFE FvpFPNT O o OMH OMH MANHOLE U ®TB-1 ®TB-1 T NUMBOR NO LOGATIONRED w 0 0 BENCHMARK COORDINATE LOCATION '" S SHEET 5 O( A ARMBAIL WIR-481 TIP- B z SUGAM5 SICEI o G—G-1 Re oa,n ,a...........deem...,. 9 ,a........=e. ..................................9 , ,o,=„dn",e==na,d"'Im,oA�M`s',adeno °o°;�no; a y m'aa�' �o„na=�,a d=��=a�d�o�,�o�=o,ma�a��� P 9 A�' °=na11eamada�d" adae1e�ay�,n;°ea�adeae°ln aneAC I n,aG�sanda,dPd-afo,oa, 9 naa,as„hn,,e�( 315 I No heavy mob,d,ven n, eaa��owada v ao�,GGo,syDem3"Posed e'p sedto 2 In ftom=o„o 9 eeva,on==noA, pns9 9 o,each,Gde=,edIll , shall opbenocemeentanth ns o z 2 Foolngs shall be ttom �ava,edcleaned,en,o,cedand fie �,=NOGeshall ee �Ca== �=o ea,� G�naleeow�e P =a,e 9 d�,e�,o,�eme�,ea �a=,00w= _ the Foundalon 9 Inacco,danceSO, e��a� P c 9 9 ra 9 v Ch IT Job No Ol 151 76A dated Dec 1 2015 1500 psf T septic tanks o,gand matte, debts If pbsent sc �ht te the plan A,y adDhonal open,ngs shall be 95%of sa�da,dP,ono,oe ossa �=,�,e�o�,e�„oee,w P Go P „neo,e,�� P �ma�d,e P ,oam���m�mo, Pmv,de2�4 P eachcome,o„ P 9 n P ,ne= w�,n2tothe �ba,,,omthe come,a�da�add��o�a�6tothe ` The �anma�da�9n,aaG,e'u�n'd,����140 ���d ,deda,allco,ne,=o„ounda,,on=Ihe 9 hecome,ea,= a��e 9 „=°,�oo=eo,�� densly 111,11 unde,the oa�AC�'Cnn ,e�=�o�,odsotem,ea,�=ed =sanda,dP,ono,oe amo,lu,econtentato,aeoveden umasde,e—n Mos9a a'��,;a9 e 21 The m Fe, sh le comp e led 92 S and da�r , Fo,mwo,kshall Pv nAG347 Recommended PlOceC,Gn—teFo,mwo,k ,neea� P a P eme�,a�d P �o� v a��eeea�����edw�n,ne=amema,e,�a�m �,e abitwe ba-11 shall be �d,ne ��d�,�o�ad a�d ad,na�maa=,n „na„a��:llbet �tda„naa�a,�o , ,�o�a�d,o,ad�manpsono,a,�aa�a mteThbe,�o nd����w�d,na�d pumps ndmo,o,= all P na 9 man�o„n 9 P n,�nu,aau,a,he pt h oG n na�,aoG�a, P ooa v „o���,m= v a v v all 9 ,a„na�100In feet f, aa� E ,o,en= 9 „n�=�o,�,��a,�o�o«�,=G,��e�,e P =o„ne P do�=na��ee=�em�„ed,o,ne g«e oe�e,ewed A,cho,ng sylems shall be pe, hemIan ntu,anud, 9 men,=andIna«o,dance ,G,ollo 9 ft Id all be clean sand hav,ng Sell ,3 „�e,��de,a��fo��da,�o�=ca� ewhed�otedo�theda,a�� H,th w yp ,enaadadw�,nDa,nla==Daal nu�and�=na,= deld t4t le ��wo, 9 =e.�a�a,�o�ee�ea,n,Ge.� 9 �da,�o�,newo,k=na��eea� P ed��ama��e P �� �o��,e,ee,eaG�, P �,� 9 �e P 9 �ba�ce==na��bemade P v ,nea��no,���e==o,ne��=e�o,ed��,ne ��de,m 9 9 f,na a� 9 v m z A 1,pans on ancho,s be allowed to, �no,=a,a���adto,��old,sel,o vP sla���a==staa P �o�a�cho,= ha�dssha��beo,na,d,o 99 9 a�dsha��da P ���m�m P m 19 ,a P ,z v �,nam���m�mceme�,co�te�to,5 �- � a � z —teshall have amabmum= P fveInches Awat-emen,ha,�oof 9 P sack shall not eaa�adedtoa„�vaatana P la= P woks y es I All con—te shall be 9 m�ed,, placed �o�=o„na-a,�ca�lo�c,a,a��Db�,�,a TYP�GAFF�OORS Mabmum=�deo«oa, shallbe1 o = Sleeves o,o, P ,b,�on=shall beallowed,n 9 hlullmemea, v P w,l, PP no�,��,�matew� P to,ksk 9 v P ,a w PP P a p �dasta, P =�,aoa„���a�,= ahona�a�� 9 da20,aEd�,�o�SO,160m��e w NGR-481 — crg z Na�MLrAG's ASCE/ MECHANICAL SYMBOLS ggRR 9Q � SYMBOL COBE DESCRIPTION SYMBOL COBE �ESCRI PTION fie,CzCn A Aire RELEASE VALVE aav - All �R�eMPREs=eR PK 11 M REL�EF'AL".1 m � � POR, Pe PLUG VALVEECCENTRIC Ae AIR M VACUUM VALVE sO SOLENOID VALVE R BALL VALVE n EAsKE,RELIEF TRA NER P z 4 x o BEP BAEKELOM PREVEN,OR nR�ER a= IV 5LEEVE VALVE Q RP R EKPREs=eRE VALVE � HE,EKELAL��N SEAL, _ QRL R RLOMER T „I 1MANIA)OPERATOR Re RK„ERELY VALVEQ GA=ACTUATED OPERATOR OCA IF COMBINATION ATR VALVE Q M OTG1 OPERATOR U I� OF CHECK VALVE s sroLENoio OPERATOR GO ;III a Q FE FLOW ELEMENT CRA"OE OF PPE SIMROL o C �IIi x w ow ® EM ARTTEKELALFFETWIN SEAL, - DEAN 0 ER FILTER/PRESSURE REGULATOR - EAPANSION COUPLING E 0 E, FILTER oR STRAINED - EIPANSON JOINT AL SLOPE VALVE - HOSE BIB A, GATE VALVE A), - HOSE BIB-NON FREEZE KA KNEE GULF - MECRANICAL COUPLING o LI - LEVEL INDICATOR Cl - REDUCER _ m GO TRANSMITTER o - LEVELEVEL INDICATING TRANSM� ER ��� - UNION A, - I,ER RIOR - GAMLOEK o z - I,ER LOM �� �, - E,EEL aRMREO FITLEVEL A, w R - OONNEO,�ON j SO �r r o PI PI PRE1111E INDICATOR - OAoNNEO,wLOeOK AA Q PI PRE1111E INDIC-ING TRANSMITTER w � PL MULTI-PORT VALVE PN PINOR VALVE >% a°R REOe .�NO VALE ES M�` I % OR”' FAA aEuer VALAE "I'M WIR-481 III PUPOTCT e vs,AMS sw[[, ONE LINE DIAGRAMS-' ONE LINE DIAGRMNS-2 PAGEAAFFSBOLS GROUNDING SIMEOLS FCNFUON NP— E-Gqq-1 EURISI1 LI INFIND'Ell ua au,00 ucacss FILE LINE s,am[as } I 'cu,rvirvc nrvo surecE ereress vareuEocu EEEcore cre�irvss wimu Al mcicn,E 5 0 aourvo aoo w , , , ri rti rvcry wns,Ewn,Ere mp ANN FILL wn ovEaLcao IELnv w uv IFE,anrvsroauw rv�Ess c,uEuvisE irvmcn,Eo° O aourvomc ano c.prccnLaacros� 5� 4¢$` ? III IN'D„rvc rvcLED«,Ere sE ccrv,rvucu=AFLP Prv«recarecIA ccP,Es ———— EEE NAPPER ccuMEIPc=E cE P creEEry creaurvo Ecrvcure°rvc cE�cE Loca,crvs PIE su�,ry FRRN� ,cAUF. crvou,corvcEA Eo ry Ery suEo aREAs ,NL, NMrea,ore suP«,«c LNA, ore recu,E Ps reE0, P sw,cu lurereEM reP,rvc rvrecP,Ec E ooFE surecE Prec,«,cry UEOIE E_,ED ry uNErvsuEc ANAA crvcu,s�« c PaRa«E arvc PERPErvocu aR urvEE=�B_D ED c,uER� o �rvreu�,�rv�E�Ere crv�E Ervc� E�c,recreE,reEre� , m.,m.. c reuLcrv�c sRRR= �r Ic�E FAAEEreI&ANo�RP E�w,�rvc � ---- NrvcER�curvc oR�ry nRu uaE=, ��E�E�cR PLE, ,L Erv�o�RE=s,PLE BE NE.„ o �rvre<,EE E cLED AND �Fa<,Eo voE,ACE FABBE ARE reE ore EaE DE urvreErecrecurvc PEEN.°Er�oorec�rv<,E w�,u°reccEss �Ea�oR Ec�NEMER arvreu�,,uarv�rvre recwry cwE rvrvEI,�cry E'cE N, s�a,�cry cE E��,R� o X11- FENI`FL AND AND 0 orv_recc re Ew<.m,EM suAL�Barv,AN"sEPAaA,cry a==— cwER E rvE rvu AF,rvcc<,EE o E „`re`Pwo«w°wa. 0 EENE°= °c5rvcuc,crewE LOAN ALLlElllEMv - ED. 0 ore ,<re,rvc Eucwry °o 1 cacarvcE L curvre ccrvrvEI-N ME%EaNE�LES FIA—A,E1 c,IE - -� °<c,cre —1 IrvreING,Ec o �re s.�.o�=°.n.M�w �re E1 AISccw,Ec w�,u Mc,c uFISE «reo. El�PLBOIKELED'EATIED 1BI%a11D«L .DRAM Prec,E��cry PARMFINI , u.EwE,MEreu°,Ere Erea� rewa,wEu, ILc- c EusE re<,�rvc�rvc��,Ec, O FU AN °.°aw�rereEw wvucEE o n FILE D EE u cINA A5 , MODIFIED PER cF�,Erere ILAIDo �n°rereEre °°a,re�reE reE, IDAUNI 0EL - cuEEo%E;FFE,rv;RCE ° �GPEw. EMrewE":reEu, o BBREVIATIONs I'D Al 1AIDELE o REIEa=�rvc PAN PIMP EEAIINA IELAF P, PHE_ELL 'AT'MEreME PC _'FEEBLE ,u,c o M reEa. PEE OF au=lFNNllLPN PcIrv, o �cre.,�re,re�=EEre re� A,D AND �nEre POND PAN BOLDFEED o FLA HIP 10 T T uc �°M Pw°,«, reEa. AT ARMELED FDA LOT DPPED Crec. E '�oEMEre FILE P EUF wEre uE,Ere(uuviciiEUNcc oM ui�ovaas OT11 waA R,K reEu. 0LPM T�D ALIOREATu�ssER mn cu scoiuu cu�coio.cE O LADY ET LANE ® FEE 11re��RL sEAPcE ME,Ere o Ere�a =EcreMEre re — recEPreo,E�ENcE11E o �.°Ere row, ,c� I IN D _`WAIT care££, NCLO ELT res PUL PEOPLE LEFBNAL „ sEEre= 0 r R aEreE°� � c ��,°„rvsEcre�Ere �G�,ER°re ME,EreCOND CEDLolFLFI ��„Ere w ED LH <E°Ere NEE�CPCE£rA=E Irvre�,Ere 0 ,reg, rvsEc°ME° PEL' urereErv, CE PON a ry 'u E,��€ �Ery Ere ° PANE�, V[L ® cR , o Ere OPEN o LL LL AND A-MEIALLLI 0JN NY COMBcre=w�,cu<rvc re�_ME,<EE�c O °�re a c�E ac. c ELEA oREcEL ToN w w EN �a, �N� E=«R�=�=�A, AL �� �AA,EI LEMPreTAP,°E” DELLA�rvrvE��cry LAI curvcEre ccrvrvERIcrv. ouc Nreourvre A,ER JAL cre EEE. EPEELEP FAWADD :,111,11 s �z cR Pao E��cry REP. ��„ER ED IVEP115DENT I —'ABLE rvc cre o�����.oM,e�P Icry urvIaNPR-481,ore ocEw.,Eo Eureu„ory EUEEreore ME,Ere - cr g' z N Sl ESEA S l N'OE—G-2 C ECEUECLE. LF oN.„oR o°NPCP EN `oR o e E o P E.R oN NEN E RE E�A Egp� �s° o„.NoaNaLL OPEN EN.aal 0 IIINE11E1°EN11-1 ® m ERNNEo�deBNry`.IryN —E v — TI+r �/(�h�/f 1OUND 111 9ENIII EEOEi,ATOAI DE E—PUILE.e VNLE55SEE Ri I PLEAD 1-11 PUS S"TCO ANTI oMu*5 NnEu NEllNi"iNTELNCw vY 10 SIALFEN EOLEOIII RcaN�m uMirwireE rmureE Mourr�[oE�srtEnE - p '�Sp ""�TSN��aE E "aE III"�a""N ��oo Eo INSTRUMENT SOCIETY OF AMERICA TABLE INSTRUMENT IDENTIFICATION HAND SWITCH ABBREVIA70NS NSUL ANTI 5wE[T FIRST ER(s) LETTERS Rv cEsFIELD ai�RY LoEsHASTE, AND/OFF/AUTO NORMALLY ouNTEMr AccslaLE L/0/c Cu/OFF/COM PUTER B B II T O T T CTI( II OP RATOR 2 OP RATOR 2 L/0/R CAL/OFF/REMOTE $hill° INITATICS s op iE C ®®®® Are urvc O e o/C/s PEN/CL05E/STOP $g A ALARM SUSERS uacEF no USERS GEN(+)N AGE (+) L/C LOS gig® CA VW RU(+(N A/R CAL/REMOTE + o/c OPEN/CLOSE OR(PRIM ENT) OL A/u uTOLUAND F RADIO(FRACTION) L CA/AUTO 00 CE(+) RITE' e O 0/o/C N/OFF/COMPUTER IT FARM NT(ELECTRICAL) PRO N/a NORMAL/BYPASS O U00 GENERAL ABBREVIATIL LEVEL LIGHT ONS [(+'LE CE(+) E0(+) RM (+)E cRHI Ac�rvUME uM MorvOONTS u ER SWITCH OFUSERS TRANSMITTERATSAUTOMATC (+) s PROCESSORCPUCENTRAL UNIT A N-TOTALIZE —AF.AlD PONT 12 PI0IuT CL swOGEaPOINT(TEST) rvGDVOLTAGECARAT UNITON a l . A SAFETY -ITCH u MULTIFUNCTION MULTIFUNCTION oN(+) (�) DIAPHRAGMT PETSYET FOR LATCH- sMITTER H. R.L PI ONSTRUMENT PANEL 41), oM 0 FARCE A vIATICs OF THE USERS cuOlrF SUCH As C LP MOON ICE(INSTRUMENT CONSOLE N2).CAR(COMPUTER CONSOLE AC ET ED(+) ED(+) ED(+) E WHEN IT IS NECESSARY TO SPECIFY INSTRUMENT OR FUNCTION LOCATION. F/0 y 'ELz us PATCH PANEL C Ails DRIVER, NORMALLY INACIE111BLE OR BEH BE THE PANEL DEVIE1 OR FUNCTIONS MAY BE FPEO ED B USING THE SAME SYMBOLS BUT WITH DASHED HORIzoNTAL BAR5CONTROL ELEMENT . F' FLOW WWTIH GEN GENERATOR WHEN USED,ExPw4ATION IS SHOWN ADJACENT TO INSTRUMENT SYMBOL,SEE ABBREVIATIONS AND LETTER SYMBOLS. EPIe E eARTS'AT ACE U ca ry PROCESS SYMBOLS i/o PuO/ouTPUTN MODULE ED LINE SYMBOLSPOWER SOLENOID OPERATED VAL� UTERNAL D K GO GO x MOTOR OPERATED VALVE (1) AFLENOIorvOPERATED VALVE(I) ��(e) I(s(SOFTWARE OF DATATILDEPANEL - U o —ti— EV (2) UNDEFINED SIGNAL — (10) MECHANICAL LINK '^ KNIFE GATE NEUMATIC SIGNBINARY SIGNAL R o (5> P AL(2> („) NEDMATE (4) E (ON_OFF)G B PANEL ® SLIDE GATE RIG SIGNAL ELECTRIC BINARY SIGNAL (E) HlIRAULIC SIGNAL EON-OFF,BIN GATE VALVE CAPILLARY TUBE (15) ELECTRIC ANALOG SIGNAL EL NO NORMALLY CLOSED (7) E T MAGNETIC OR SONIC RO CSS PINCH VALVE S AL(GUIDED)(B) (14) CONNECTING LINES NOCPLC ETHERNET TCP/IP NETWORK MU) BALL VALVE (e> SIGNAL(NOTNGUIDEp)(})NIG _]_ _(Is) NON-CONNECTING LINES EOPERATOR INTERFACE UNIT R rn Z PLUG VALVE ION AL O GENERAL NOTE PIPEzo Q N CECK VALVE POWER SUPPLY, TRANSMITTER S w w (I)THEPLC PROGRAMMABLE GIC CONTROLLER w Z r TH AL50 BE APPLIED To P' ROWE'SUPPLYCJ d m 0 BUTTEPFLY VALVE AS NR(OPTIONSITSHYD'AULCSUPPLYPES, POWER PIH PRESSURE WWTCH HIGHLC �- mZ Q C I PUMPSUPPLY CS= v W5-WATERCAR SUPPLYSUPPLY E <<THE O w HOSE BIB IOO-PSG NR SUPPLY MAY ES-BE 24DC.A 24-TI VOLT DIRECT CURRENT POWER SUPPLY o ENSMONAL UNIT w ® PRIMARv ELEMENT (2)THESPEED P051TION CONTROL Q MEDIUM 5TPT GAS OTHER THAN USE THE MAY IDENTIF NOTE ON ELECTROMAGNETIC PHENOMENA INCLUDE FEAT,RADIOGWAGES NUCLEAR RAOIATIiONAAND LIGHT 5ETPOIN C)0 IaNALF sr INDICATE c0 N �vMI MOTO�ARROW DENOTES MODULATED THE 5 SYMBOL OR OTHERWISE ED/FR EOUENC CONTROL 0 JOo FEW SE`MTP`TAATTJPE ELEMENT T MIxER TT�T TEMP RIANGLE DENOT WHETHER INPUT OR OUTPUT. ERATURE INDICATOR w Z G Z SESr M E50 UPS RM ENCY DRIVE Z LL NR RELEASE VALVE �r\�LE��EF DENOTES LE POWER SUPPLY TPANSMIP FEE TRANSIT 'A EVENT ION IF EVENT Is EVENT SW TCH © MAGNETIC^FLOWRMEDOPPLER SONIC FLOW METER DENOTES FIBER OPTIC CONNECTION.DISCRETE TH ER FO ZSCZSC OPEN LIMIT SWITCHSCDET-IB ZZ CLOSE L BUT SWITCH Q THERMAL DISPERSION FLOW METER WIR-487 Bill MIGRGWAVE 5OLID5 5ENSOR 2 CONSME SHE cc(Mi N. OD C—SD-1[1 EIIS1_CPOUND)111'ION.I fi MD 6 SPACING,MIN, fig 4�fi gp5 NIC aocu aac'FILLIBE MES'BACIINc 6 3R3 B7§ N—D IN 111F PLENI cRl —ND 111�11�1 esx so vreoc*ore UND Pahl oanNCE FILL w/CONCFE1E 1aENcu K z o A MIN MN d�N� ' SILT FENCE 4-� EACB Ax s D0'IOD'N'E'IT,1aNs�N.' D'U�IAR�'=FN'D�N�<,E'�L �1/1 � OFF FENCE — IT LICA IINI I TIRE CALICHE BASE ROAD, TYPICAL SECTION -TE DIAL, — U ,1/2'FILTERG m ,. saNE of NE, FENCE VIII �= o C �IIi 11 11 w w BOLLARD STONE OVERFLOW STRUCTURE G B U SILTNSFENCE DETAIL TO o o R¢ Q 0 z �Q Q >o 00 W R-481 — crR z DSUL AS SHC rv'oS-SD-1[i S g�§4s6 c� eENE—Gl eIE z=xA, v� _ U m aMEo ;III G- Q PLUGS LOCAUGNee,E o C �IIi o w w U 0 E U HOLLY & RAND MORGAN ELEVATED TANKS — GENERATOR PAD — PLAN Q m-1 N,EE. z o a Q� o a3 @12"Q,C' 2-aa � Hs®1cw TIB SL'IE IN �M � 00 oreM ce.ry rs.C,®,z o.c w -gs �2'—GRANULA' UIN LEANv Lp oveaexC—ON LIMITS _ ssue AT mNreacme s .PT GN uIINCIETE o PE'GENEALN wax eevoar S S1fENE�12 0� �z T"'V'PE"AVAT'oN.Mirreo TOP T l 1I—E IN FEEL —1"TS TANP SITE SECTION -,r"�"M�seciroNs RNM erwwrn �. R c - N7R-487 e z CON—NE oN M-SDEEE EDSE Ezeaw we Pa*E Doo oA o 9 sEE NOFE Oa RASE FEE 00 a�FsgiG PPE CLAMP,6—NI FLANGE -" F a MAx PPE 3rzE � � o aaL,PaoLEa.oN SEE o „A ,rvaG,z e P PE N—®za GA� .M TIES I I-,I 11-11N - i GR IG�PIPES GNLv P zazAENGEGL�E.Gao,D GD �wDGL.,� � � Ga�oGR®r� � I- E„lGE SEE GELA aN EGo E EGEG N11 NOMBIl lS 3 a-Ga > GE>IAD.a oEI 4"ooGL. -II � G,s aAG. s E s � � E1 Gs � Rav lNlIl—T,T11 1111 � Ill GIDME,ED. Ell GD,3P NG L aE M .�G GN �EGGEE.,2,11-sG-3 z M11111-PFG 1-1 ANo 11011111 101IT� FNsLElaNGE LGG� W, 114.,NG GF�,GaEa a GA.A FGR �s1111 4T 1111 ` DOES 111111411 TI,G MNC AGINGlBOII—T DEGaIaEMEN,a ,EG�1�11,1�PESITPIETI III ls .AE 5 MOP*ERIAL PER PLPNS PNO SPECIFI3G IONS�PPoms WI*H NV*S ANo DIMENSION. PE A5 ING MAP FOR oR Ex PANSON JOINF.C I-, U 5—o NAD FOR io—iz m PIPE Ne aPPI'l—I. o MAx oR 9 m SMALLER P as as 20 n PIPE suPPORT �a PiPI SUPPORT n RASE ELBOW/TEE n HARNEssED Luc PLATE lu�o U N. U N, 0 � E U c E S1 zM// E+a N Y 0 s wNUF NaP s usoNOM I0PPOIPNl PEI P c o E I I SIDE 11-1 /zHSONores wED F avE 3a /+ a zRNsu*asnME MMEN-N a ns Foa FLNE svPPaa* GuvAZE A*Ea FA1D CAFONN < . 3/e BEIII—N 'C"PFeLEFo IN' N'E\ ao¢w — sn,Nz eF As 3/a s/e �/a 0 d w R c T`P r I, (DD*'NL wD a s/e s333////aaae *nc jcN F oNFaNA Foa PPE za LazaEaaoa P L*s PaaE*sMNMM oa �neNo11 PIED a s/e /a i eRwIscI I III IN ETM NN �a*oMoENiEOPAEMN PPLv 3,a 3/P IT,IN STo OIINaPa TO CONca IINIIIEN 1-1 IE NEEDED,IEE mE LL IN DOSAa^ZOEl w/sapMIN EMB ISE 31a a LF ——EDlN-1 3 'DE Ezooae MwF F ED na EMaEOMEN*LENc*a Paoa F.Dau Nl Pia 4' aDc c11M END*aE"NcE*EPEDNoDowELS"IN*NEEDE i Es UQZSw nNO 10 +/z +;E E/aOlb SHEET 13 0( ]2 SADDLE PIPE SUPPORT WITH OR WITHOUT STRAP coca arwwrnc�. �NT w NPR-481 crq z ggggNVL�9ggA � 2Cayp u-eo�PPe r a-eon* fEE�Vass. A'1c A—LIP" � N eIM ee�.= e iPNCHaON 14 WNNao'E—' - eE "I A,"LlALLP c_ _ - - __ — __ mT11 — A "IT oe eA,A reee MeNseNs%11 o� E3 �a R s, x� eeueeee ne "ILL Ne,e z — — nEFEn,o�E� rR11 z MAI PLATE n o aon zo a� e. E �eee �EPneN — �E ee��e=n.�= T'ONMADIN V TIP 0 Ill MILAN OIL l. 1-1 AIF P�Pw"�_w�a.ee. ���.o W��N,eeNA,�oN��n�. eee Le o rAO,eR Nee rae e=e IN weeee Le�.�eN= .n NO Ne _ �e No,e ENV=�la1N„e mle` e eNIAN AE�e(Nme=> r IP an KaRPAo;ooPRE�E W���E=o�A.aI P�.���,�PE W 3 4 5 n a o z 4 n ,a 20 zz z4 zs 30 36 IIEEL PIPE,—D IILF�ouPLml TO TIE PIPE, P°'L EENA EEE® sssseeeeee s, , a Toll z PPP®s „,z,z „ ,z,z,z i,a i,a P 300 Le eu��NA A MA,EllIL PEI PLANI AND IlEOPIAPON= ree Prc PPE PRaWOE N—LNE Een ee PrP rOOwe ' ,z z , �,z, , ,z }, E°.E, `E1CA�10,z z uaezPzPRLANI N5 PRESSURE INDICATOR A NATD,IUSTABLE PIPE SUPPORT R PIPE SUPPORT C PIPE FLANGE SUPPORT D OR PRESSURE SWITCH 0 � E r iz-o-za pomp NATE I z scn ao Evc pipe ippze,as eel o "oi 1-10 TI ° eernuN opeN a.uz zirnes U FL- i PEO vz-o-pvz- I,-'` eIEAEPAC� III Nme. „p EE Norr z ores wsw eEeEnseNacvuti,vuvE aha-o-za. _ - -AN Boz luso - - - ore<w uu,_nreweITE TI a m BILLoe DID o d FLANEE APPED A caNNECL- Evc wEe -N-PEO wisFAIo nr omre0 c /GASKer v IIIND PIPE,AD 'OOPE LPDD�P I J �—'A ,A—P, i Ma z � >o s 00 NECES—° roe PIPE sae SECTION Al o,rs. 'OMENAPIN n�a aEzenseiv°nowr°1'vni 'N oarna.�oN ON ,ezrs n.ws PI eAPENsTEE.suNALINT Paws I oe*uPLAN s or suEEOE*raE aEEEovaz.AN eNc�Neea maNs�o w me sn.e ar S SHEET ra or �2 A roa of PIPE,TAP z-iiz-z z zoo za ausrwc mea arwwrnc oro. ASR RELEASE/VACUUM VALVE N SPICAL SEAL WATER/PUMP DRAIN DETAIL WIR-487 cre z IS M—SD 3TC TABLE I—HARNESS RODS TABLE II—LUG PLATES NT � 666 3� g �Cs5Spg®RBg ELE PIPI—E-1 Pi PI,'c,L 'Ell PI�mTUIEHASOFFUSE LOS zIE/e os zEE/sons z0/FIDS z00/e Es zEI/Enos uo/elcrc. ucT/e9crc. ucD/elcrc. OSSo IT rc OS/iICT CIA PIPE UP NUTS HEA eE TvpE Tis ss. y€ 6p6 yg Sg § s/a s/e s/a s/a s/e 1/2 1/2 T/2 / T/a SHALL BE IALVAN ZED STEEL UNLESS ITlEBw SE INDICATES s/eI '/E A /A A /e 1 s/e BILL A' s/E 1 /a P '/e P s/a 1 '/e G s/e s/e s/e s/e s/e T/a T T/s T 1/4 L-TAiNLEss STEEL UNLEPPNEss OTHEIIIE iNoicATEo.HARDWARE AND AN'H..AAM"MNICIL"TROPS'T s s/e s/e T/a T/a T/a 1 1/a >1/w 1 r2 ALL 11 4 E/E 1 /e 4 E/a 4 E/a 1 F/e 4 1 1 1 4 1'/^ 4 1'/T 1 1'/T wpR s/A s/e T/A T/e 1/4 1 1/4 1/4 1 1/2 STass T/A 3,s NLESTEEL IR FRP UNLEss OTHERWISE INEICATED. ~o / I/a >>>//az >T>//za >>/z T/a ISus TEE'TH COPPER R,PvPH PER E AD T/ WRAP HNEOPRENE N S z2 1/4 SUBMERGED,REPLACE NEOPRENE WITH 4FLUAR.ALAN v d sA - / 11- I > z / PTFE T000LAPLACE EP EowILACES IS 4s/a T/a T/s T 1/1 T T/s . z rr _ H5ED PAC E TFIT NI STEEL SHIELD AROUND PIP DECADE IBEEGLAISE ARET AS 1 T/a F I A i/e A 1 i/n F 1 T/E U—BOLT/GLPS T/e A 1 T/s A 1 1/4 1 1 1/2 A 1 ACEPPOR s STHARE TABLE II—THRUST PLATES LAUL/FLOOR sva C. AE RIFV >1/4 1 iT/z 1 T i/s F T s/e DID T TVP A V w x HB E HF ACCIM ILIA/*EEMINIMLUA ANCOER eaLT EADEIDMENT. TO T/e 1 s/e 1 s/E 1 3, DIA MA �/B ,/' ,n E�/A E� T� ,T� A'� 3/' ,—ANCHOR. THE,HELL BTLDW WITH HILI HI,-HV,Bo ,� VA/ A ,E/s 1 T T/, 1 2 F —TLA-- 1/4 T/e T s T Vs a 1/1 T T/e FEE isI,—MHAVTE;o TACTHMPEuRATo E ADEAPI BELOI aI RI�E SE HLTI ES 11 S /E C�/A T/E ,re E ,E/E A 1/4 T,/E TVz VA/ Vz S T/a T T/, a i/z T T/, T T/e ANCHOR BOLT IOE=, OR NATES ; T T/H ,T/, T T/D 2 Vx T T/, NHC) NU E � � T,E B ;,L n DIMEN'IINS THIRE IN INCHES ID HAS B�AB.,W/HAA AAHEIDE AN , A=NNoH H "H H / sIADE'I�A' PRESSURE SHISNINTABLES I AND III SHEET T I'THE FIELD TEIT PRE�RT.F THE PIPELINE , nSNA;NsNAAEH' BILL=�A ;� T/4 z T/4 i T/E /A B /e ss fH"RB,W/HVA AonANCHOR LOSS EIDALLV;ROUNDPPE N�;ALLEE BASES IN PIPE szE AND TEs PBEssUBE IF THE PIPELINE SPACE HARNESS /S BI/. A HA'REEW/HAAAEHe' AN ,E/E DE/, E E TT/E L,/, B SI(HAI RED)ICHAAAE— HNRII� a EA HALL TAPE UNE,HBE�B WALE EEL,=, DIA DER TAPE EDH, ON TREADS PER CH. wE T 1/4 FEE 114 z 1/2 1 T/A U COHHARUE FHNBAHMFNT.3'4ALL ATHIIITA NLE"APPUC'TEELATAN SOA MATFBIAL AITBMEIIED ""E'HALL — T/E zEie4 Cvz 2 GENERAL PIPE SUPPORT INFORMATION CONFIRM TO ASTM ATST..BADE ET. rz Tp B./a a va z vrz rz ve NmLs TO weGFIEE_ 6 NUTSAERASAE EGA,RNMENT.ALL AmER APPLICATION NUTS AND S CiHE"'HALL z T/4 s T/, s T/, a 1AA z vrz z T/a T. =How SHERD ss SUPPORs ARE EeowreeD oN PLANS 1IONFICIM TO ARTS AIRR,.—PH A FOR SFASHE.HEI Pl.—FIE TIRE ITS 11 IUPPCITI I COAL THREADED POITION1 F 1FAINLEIR STEEL POLLS AND NITI ASTO ANTI—EIRE LURRIANT PRIOR TO AllEMBLO. I LIC MATERIAL STILL CENFOI TO ARTS AI.3,PEAS C.1 AIHM AIA AT OPPOSTE THE LON:NITI BE A IN FIT C1/A IFCOMPLETECOMPLETE TORN THE THBEAOS IF THE Woos THALL PBITBIDE A MINIMOM OF 3/4"FRIM°HITT" To SPACESECUREDNUMBERCARS ENLV ABOUT CENTRELINE OF PIPE.RED LOCATION MAV BE ROTATED TO o d Q ACCIMMAEATE'PEIFIC RE111ESENT, TT.PART'THAT CENTRE SLEEVE vILL DE ABLE HE ILEAI PLAIN END OF PIPE WHEN MIOEE IN ONE DIRECTION. 'LEEVE ..PLINO'HALL HAAS RUBBER BOAT oN BIm ENDS. 12—RE INSULATED 5LEEAE COUPLNEF5 ARE 'LEEVE'AND—EE'ON THIEF Roos INSULATED B << 13 PUMP MANUFACTURER STILL I E A IN"'T"T 0 POPE 5A F OR'IMP SPOT ON AND PC ACC a AS CONTRACTORSHALLPRAADAND ALLCE ST —EEDNG THOSE=HEWN IN THIS PRISON..THAT ARE o Q REll IEE BV THE MANEFACmRER AT NA ADDIF'NAL CAST TO THE OWER s u T INSTALL THELCNG,HEuTWOs ROD P"FERENARALLLL TI THE'ENTEEUNE IF THT IS ILS FAR TURFIT E PIPE. °fIB TO MIrnFT ICsseT PLATE nEIDHT TO o LL S SHEET 15 or �2 CHU W R-481 crq z wDw5 SH n'oE—SO-1 E[T TINNED COPPER TO REPAR IN to rtUu reoout t ory vvlut NN" � Z ttt .� �.��'SE RE TINNED PER � ��BiBGROUND reE e Mlry 7^'s IrvI'IDRNRD rvDw�lE ���� LOUDDA BELLEND RENIORCEwAAD GROUND LOUT DRw�e ���RDDrvDRDD o p TA F R AGO CON LOU,UP OROUNDINGSTEEL GROUND GROUN DINGSTUB AT WALLGDry 3 GROUND ROD DUCT BANK GROUNDING P, N� VOFIF GROU O I ry COVER (MAY ee ORIENTED oRCRY°dzsw'11A AN RE�T wGr R A (RETER To rvoTEI Boa rvan/o A-26-L' SNE ws 31/4 X 10 GROUND exo I LI-1 vvew SS GROUND ROD �aou eo Rus CA To o G eRT wEu caourvD BUSH wcTw. ourvD ceATE E, LL N" AROR EQUAL 2 USE BUFNDI TYPE LUG OR U �cnBeE rvo RE To GO o corvD ETeeewMlrvuM wzluuR ervzzoueue ExoTn ERMIc WELD rvaTE ❑ III a RIN ISIZEAS REO D) Q m DURING'GN"ETE1, 1111DE PLACEMENTIT IN o C �IIi o w w RE'HA eL BE T,B GROUND TEST WELL ENCLOSURE/CONDUIT DETAIL GROUNDING PAD IN SLAB INISe ILooR o a. s. s. E RIGID CALVAN'ED STEEL j TYPICALMOTOR GROUNDING MOTOR FEEDER SPL CE C'RESUS CA MOTOR"N TO OL CENTER, PRESS U GET CUP LUG A TIANIF OF M El 'NOT T BREADED Raves ON C SOL CES SIZED TO EI Iuourvo vvlue IIINDIGNNEGTIIINDI Q vPE WITH ss naaoweRE a IH OF oa caourvD vrvRE urvDER IID L BOX R c evarvrzsTEe[D GRO MOUNTINGTODcR D ALTERNATIVE u (SIZE o <� OUDIETOO UND La GROUNDRo yQ QU Z Q aw CZE'LLDHEG IF J o O O MOTOR CONDUIT Box T-F J/ oo P, lTlll I CIS'PC. EIPOIEDATMIIPHEIEINILID w w DEC BOL TWHEN N TRI'LOUom GROUND w E NATALLED UNDER UNCTION eox MOUNTING NODEAPPLIA ION THET' ALL EOR GLL GROUNDING 2 AFTEINAT I GROUND CA METH o D To'NON'PLO SON P'oo F MOTORS XXTHoUT jUNCT ON BOX MOUNT CA BOLTS A TO RE LL AN D TAP UI(blZe Ae Reevlk Eu�Mo oR aDrvulory eox wvD lrvel�eAeRourvDlrvce g 5GEETrs a zz wmc MOTOR CONDUIT BOX CONNECTION DETAIL n—N� —FAILING 111D) EQUIPMENT GROUNDING DETAIL coreD DreamD. WIR-481 T9 z SHC SULiAMS rv'oN E-SD-2[, ENT TO QUA2ILE me€@ LL ® � NCH CHAMFER 4 X =N� OF 11 N � F Co DES TENTRYHOLES�NBOXSIIDRRCNDE CH1 (TYPICAL) — P',ERELOCATED�N PAVEMENT OM T COULLVE ILTIHIS IXHII HNcoN TH� E 11 FIX _ U IIII®11111®1111 SO m iv VIII aQm ooi As PINS(rYP�) NosTEPLANIILL U iNciaoN UNDERGROUND CON DU IT DETAIL-TYPICAL suMP o c E IN-GROUND ELECTRICAL HAND HOLE(UP TO 17"X30") 3'x3'x4'TO 6'x6'x6'HANDHOLE � ..s. U NOTES I CONCRETE ENCASEMENT ALLCONCRETETO APPLY RED DYE POSPHER HAV,TOM...III FINI LIHIJUJIll TO TOP OF STAN N AND EXTENDED EXIATINGN Iia.SHNSTALLALLBECOSPACE'S�OREDREDTHFEETROUCHOUT. Duawc PwcEMEBY ST NG CONCRETE RAIMET A 2C LAII NO _,,C IT. D (I BE�OwcRADE) = EXISTING RBNFORCINCMuv.iz V, ALL - - _L 12 20 12 Ho,oNTAT SEPARAT&VEI US 11MINI 'U c1-11111 a� w Mi N.nS`ULLUH RTO oa ao ERs o o CARLON EPAVATSEQUIVALENT OC Pwsric SPACERS OR I MINI ONvtq' REBPBE CLR TTVP�� g� CCEUUUti oNI IC� HnNrouuNO I. MANUFACTURER O O as CH CORNER E ON Q \.-o / .\. O O NGROUNDVNRE _ Z ACT PRoCToR DUA`STANENSC� A t \ enc�iLLSHUT USt n ANCHOR AssEMaBv.NIUNI NI Ue�N�U GwiHNUH-HIH Ll NI-1—111HANNILD @I RCONCRENCASEMENT FIAY U, O O O STIRRUPS 2l 0c. o Q (ovED RED) RNERTHE U 00 ul uUCi HANu s To E FOR RERVNTHOCTAL AN srETCALR REH12o TNT EaE Pvc w w DUT OVP SAND EL EL T E VA H cuswOF A oN xp s D' TN b FE NN 00 EL SPAN A NUMBER�A IE OF CONDUITS PER UNIT U1,OR LIP UU'I'U'AFNI Ll S¢E SHALL BE 4X BARE COPPER NV u�Ie S SHEET I] of ]2 fDFO ORA.1 ND. 4 SAWCUT DETAIL ELECTRICAL CONDUIT SPACER FOR UNDER GROUND DUCTBANK EE HE EN—El w NPR-481 ,.. �� ..n. CT 9 z n'oOSULiAMS SHC —SD-3� 6 IN TE TOPIC,FINAL eNNR 10 al TRANSIT ON UNDER CONCRELE-AS N—C CL 2 SEE DES ON SSS S OND"'N c � o IS IF UNDERGROUND CONDU TS STAFF DE AND1.SCHEDULECOND0UNLESS OTHERWSE SPECIFIEDDETOSDEOCORTILUN'U"AMNST.OFONESUPPORTPEI NTMIN a= NOT USED V iiJ_J<J<F 5. Co IN AN ENVELOPE OF CRET ONCRET COLORED RED THROUGHOUT I P, 11 TUVI 11 ALUMINUM Fl—IS I IT Wl 1-111 10 PLUG OR CARS FUTURE AND SPARE CONDUIT ENDS SHALL HAVE P ZE PLUGS OR CAPS C. FORGROUND WE ¢EPCF USERU6V2 To RECUP UFa NDUCTUUTT"D4NN6CUANDUP U—HUD ~ MIN LONG I. AUAvi tw ruUM NUN Mti—[,wNUUii Aa utetUiutu. _ ITaALL BE USED AS R RED wUvuN�vxin�UN� U SO ,,. CONDUT GROUND IRIAN CONT GROUNDED TIE NSUFATEDDUSwmc. uvumcvmTe oz oar ae III a Q m O,O UNDERGROUND CONDUIT INSTALLATION w comORETEENcnsEMENT umDERIVE U i- 0 HOUSEKEEPING— FIN SHED GRADE ASPHALT CONCRETE PAVEMENT COUPLINGWTH PIPE 114 � E U vLUT-1 NU TAU 111.1 — iweneu UUAue J w�rwnvxn eo wIIE�• � �I ¢ Q ON UUAu -�iEllEi" -_IIE�coMPACTED DAc�i�i F TO O CC 0 UNDERGROUNDILAZARD oN Q IT iNU.niU bvt E Z i�eu CONCRETE Q (TYPE&SZE AS REQUIRED) °DN°°'T IT'EDSEEENCAS ( DTO O O O OCD O w O O O O w w F=- w w w UNDERGROUND CONDUIT UNDER ROADWAY/PARKING LOT UNDER POWER/CONTROL CONDUIT coreD Drwwmc mD. AND CONDUIT STUB UP DETAIL CONDUIT INSTALLATION(NON-PROTECTED) NSTALLATION(CONCRETE ENCASED) WIR-481 mrg z SULiAMS SHC SDN E-SD-4 pp[F kgs PIPE 'BvMIN TOcoMPnNVPOLE � S��j 60 60 15 SERVICES U:P:PPT:0::214:0:OA:M:PSSS l III NOTES � � lull IMIC'U I NI ENC F O_MUST BE USE,IN CORROSIVE I T SIALT BE I TTEI ITI COVERED BYO TREATED PLWv000 FOR MOUNTING THE CURRENT TRANSFORMED A DRGOPTE"S'AUTABLEMOUNTNGB"F11 111-NI SMAY BE �RDNTHECYDHR DETDwRROTHEENRGY o Qw SOURCEORLNESDE PPRDHRL„CoNDU�T DHALL „e eRa°5 CT FEELASSAYPSTHCOMPANYMETERCABINET v DMETER Koh RT DOCLLI=AN PPE DG0 NNECTED TO THE GROUNDED SERACE CONDUCTOR IN IN TTHHER=A OCCURRING ELECTRODE SYSTEM ESTABLISHED ALTHE POINT OF FF SERVICE IN SOME—ISDICTIONS THE GROUNDING OF THE METER SOCKET AND � IT HU" SERVICE I � �HE �ND�TDND ,�NN�E ��L F`0RFND`ERGROUND APPLICAHONS-BURIAL DEPTH IS THE DISTANCE BE EN MA Ni 6CATGRADANDTHETopTHE BURCABLEo U OUND APPFI='THHELCOMP=IBHEMRE'SPONSIBLE FOR SO m L ;III E_Q HVLD��OM = RED PROVDINGTHEMETERBASETOCUSTOMERFSERE o C �IIi o w w CAD N REaui REO. U GROUND - o � E U FINAL GRAGE 6 MIIN r ry - Qo Q TO o A, T E <¢ Z Jo Q w U 00 F, TRANSFORMER CABINET DETAIL pu ..s W � w SHEET 19 0( �� WIR-481 - crg z ER MRUN INIR-111 RvpiCAL)M SYR E-SDS 5E[T 3/4" DIAM SO EOPASSION ANCHORS X1 E'T"I'�'Ull NIH- EN MOTNUNG iGUND BASESEOUIPMEN' Lio b g$d HVARDHESIVE ANCHORS EQUIPMENTcs ros sTeIN3• s CHANNELED ANCHOHe Al FEE D E FAR L CRTRENFORCEMENT PRI THDHTMDPANEL LRNICON OR wNO, TYPE�5 FLANGED DHFACEDGESSMOOTHSMOOTHSTRAIGHT D SSIBLE SELLAN PC STINNLESBSTEELVAALLCOL�R 2 100 _3 =s ANCHOR BOLT WITH, QNDDIT S o oPRNEBDBHING ,A5 M E IT o aw= BID III IS°OHIA SIIE POPESTE�AMELL =�T AND o NAFE SMOOTHSURFeTEB ANTH 3/4 WE ANCHOR REDD�RED EMBED LENGTH PRIOR TO DRILLING o7 HE SEALMANUFACTURER AILMIm. LENGTH PBIOB TO DRILLING TYP. WALL SUPPORT EQUIPMENT WALL MOUNTING DETAIL �TYPICAL EQUIPMENT BASE DETAIL U FOR MOUNTED INSTRUMENTS O CONCEALED CONDUIT INSTALLATION 2 U CONCRETE OR MA11—ARALL D1 FLAGGED TYPE CHANNEL AS REQo. VIII 0- Q m sEAumGauswmG �� 'UNDOii TAG eNO Buses Bin comoulT o /h;�i �IFAIR, wHNN �� BQLTT� „/BR �D�AS w('��a PCAULA ALL PC OUND ROCESS 0 )e'Ieex,Ivve AIRROUIG") DESCRIPTION -SON1Y—TACT A E BB WALL COLuw 6 ss. IT INTOMM, TO INSTeLUNG BUSHING t,RHt FRILL HULL ANt,HRHS VA'USt t,HtMIt,AL tRVHtIvt HRSHiNO MOUNTING BOLT,TVP U CONCRETEVACTIT OR FOUNDATION (� CON DUIT SUPPORTNOTES HE NSTRUIENT TAG A TO"A"THE PROCESS AREA INSTRUMENT , WATERTIGHT CONDUIT PENETRATION .. RALLocess DESCRIPTION LISTED ON THE AND, > A o ° o aNUMBE STANDATAGRD ISA FORMAT NFIRMAT IN 11 To BE IN WALL LAMP MOUNTING DETAIL Q ��..s. zQz w ALL FETTERING WILL BPULL Bo'OR 1, THE NSTRUIENT TAG ILL BE E NOTES/1IN o GNP uwAHE ICHT od o o1-1BUOUNIADLACENTTIEN—IMENT o�^ o M Lomoou LB ANo EL B z Horne SHCAAGUNv Roo 55. H ore suNLEss srEEL wIRE ore A( DEFLECTION INSTRUMENT TAG o Q cL F09IN POOR LomED IoD PANou ALUMINUM o o UNOAuom CHAMFER owvN HS.Lwnnv °R LENGTH AUP TS REQUIRE U"UG v11UNALLDUUBANuS i> oumo IT AN MU AT R 11F Till I I TI ETOuCTURE mL s.cuwlPs COUPLE ve SQUARENUI D a ELBOI 'COLD A ICA PIT TNI FILLET .F..< a So/im Nrwwrnc ti'o.Gz ABOVE GRADE CONDUIT PENETRATION �CONDUIT SUPPORT DETAIL �� DEMOLITION CONDUIT DETAIL WIR-487 s. 11,701,11,11, SULiAMS SHC wuN wOw E-SD-6[F I'D 11 11 I 11111 IN, nMbHEH H ALL ITNER MENT NUMINI ,D 0 ALUM PIPE U SENT UT f—i AL SPARS r DaAM RDUR SIIDESASREOUIRED31SS�E UMO P LATER E NCONEHS SHED40ALUMPIPE �bLL='l'AAEUMINUM LU E ' RTA.MINEHOS ATURS CONCRETCONCRETE SUPPORT CONCRETE POUND FOOTING o— �Mw I ROUND OFF ALL EXPOSED — b ORP N EDGES D CORNERS °'� °" AND FOHNEH PECIFICATIONSCORPNNTING SPECIFI CATIONS FOR PANTI NG ,C ON C RETE AC U SO TYP. STANCHION SUPPORT TYP. STANCHION SUPPORT FOR CASE MOUNTED INSTRUMENTS RAIN HOOD FOR CASE MOUNTED INSTRUMENTS �Q m U I. 0 � E U �vew ALUM NUM FIELD PANEL elHAv sADDLe J CHANNEL ALUM TS3,31E : wve XXX A' AN C`lo6 CA E FAT A — S _ Q AND—HERSTO Q z W O a SST PIPE HJ HJ ALUM Q CONCRETE Oy ANCHORS w � NON SIT O ,LOUCONCRETE U O o SUPPORT w FOOTING A TOTHE PROCESS PIPE SAMPLE UNE CONNECTS HORIZONTALLY w w CEMENT LINE STEEL PIPE CAST I ON PIPE AND DUCTILE IRON PIPE PRESSURE/SAMPLE CONNECTION S S7fEEr sr or wz TYP.PANEL MOUNTING RACK HORIZONTAL INSTALLATION roreD Drwwmc mD. W R-481 crg z IIII INT IT N,EIs 7 N� I urD rNw v� - o 11 UIN STOPPED 13 RESET .111D I IT ;III �Q m }M°�N°�I Poi'NFRoe�ek DOOR o III w OFF sTeRz� � ESTOP TO REMOTE xoo jSPEED SETPOiNTFROM SCADA(u-2D.A) +- D 0 -IF-sGov q EEGO }5wem1111 vuio1--(411.,E E o ♦AFROM OMCADA SRAo v FROM ceDJ M S DI }FOR mR (FFD } 51Hi 1M1 TV I ISTONV'll i C1 OSED DC lvro DUN v I jvFDFeuRT I >Q Qs I I Q� wui I I of oa o �c ® R b '�� R I NOTATION RUNNING F.1REMOTE REMOTE TABLEISOI NV Q� E F T PUMP 'X' a PMP-5651, 6 J o Q vzC CONiRourR PMP-5652 w U d To sceDe To vFD L-------------------------- VFDJ PMP-5751 7 ozo moo' PMP-5752 w� w w0 TT O BOOSTER PUMP VFD CONTROL SCHEMATIC m EOuwMENT.PMP sssi,PMP sttc,PM11711 PMPnrz S $HEEI T= N ENT W R-481 C171 PRORECT p z �NnR�MTNT� I ID-1 I ALL AT A, s� REoUIRTo Al 11EAND N_ NEC IN 11T CLASSIFIED AREA, 6 � € CONDUIT IENEEIALI ANT LA"PORN" SE'EOM=NUFAC,ITRERS PRODUCT DATA FOR ARD11IONAL 0 PROCESS 3,PROVIDE 316 AS FITUNGS FOR ALL PROCESS DEIGI PI ON L..ABLE CONNECTIONS llAl.. YP sw°°, RL REQUIREMENTS, �sCONNECTIONS 10 oT 6 FEE,PERIS NECND ATT BE o�sP�����, T�ETo TRUMENT N BEER AND RE ANATOIS FACILINT ClUlEEN 'AD IS TO LAOS 11E PROCESS EOCANSON 0,_SE"PE ED UME ACCEPTABLE FOR MASONRY OR CONCRETE. O, oTmRIPTIo2 ALL TAG FOR'MA,o�"sT;o eFU E���STANDARD�sAss oaRIEN sUN=I�E 1,US11ITMENI FAA 10 BE AFFINED N OCATION DES IELF "EEL'BIAPPNI E oR CIA mRT�oR�A��Ess DRUG��A EOA REE3„6 FAR ��"CALL, ALL LOUIS TART FLEFIBLE CANDY , — LE"E 1,ALL OUTSIDE USTAL LED ELE111ONO DSPLAI UNIT AND ALL �r���,_���RT��L «Eo w�TR �REw=oR�a��T� o TAT ATAER Toa����STR�ME�TS ExPOSTo �o o�o�R��AT S�oE w�TA SURAE ��ELE sR�E�o "EEL SBE AR CRAM BE Mo��TTo�����Tow Ro �,�, �oRTA SURAETRAP Ex OR APPROVED EOUA� _ U GENERAL NOTES INSTRUMENT TAG INSTRUMENT SUNSHADE INSTRUMENT WIRING DIAGRAM oIII�a Q m NTS NTS NTS NTS Ili o w w U i- 0 E U Qz Q oa O Q¢ Q Z Jo Z Z O o � Z S SHEET 23 O( �� WIR-481 R NOTES BY SYMBOL DvunNl'ssHEE T rv'oN S-HT-NEW T 1, THE IST US 6"FLOOR ILAR BE S OW d93q§v P�E JHE\ HALL BE6a�REMOVAL .22 WDR$66gs o ———— o \ \ R / i O 12 RE DETR - O E D�ERR RT }sK"ey RE ED 'LAB I ELEHATIDN zxo ARE / HE P LEEINL PUMPBIT BABESWITH RT / — NEWALE ESCONFLICT v SHALL SEE IF - - o �T NH HE NEW PUMP PAD DM - AT UNIP 1-1 T RCULAR ROWS OF IEC DAM.APALLS A GER�E - ILU /` I 1 PEERS R ExeivanON Is III a THE EC c - COMPLETED THE BOTTOM OF SCATM DEPTH OF s.MOISTURE Q IINIT FIRED TO BETEE PTMUHM AND PT TO 41.NOVER A OPMMUMFFAOD � Xw C �IIi U W TED TO A - - ACCORDANCE COMP STMD- 1.\ ITH APUM D-see I E TH A / TH E BASE SHALL BEPLACED_ U BE HOA EN'TCE FAC IT OAYATOI ND BOTTOM TAIPNI WITH 11 \ / ORIENTED TUE Pecs R PERIFo'E.NTAL LEAD VERTMETER Z / - Y0 NECESSARYANCHORBOLTSPER O Z Q \ W EN CTIONS SHALL Q QEFE E PROVIDED ~HT HOLLY ELEVATED STORAGE TANK FOUNDATION PLAN ALTERATIONS csQ FNIMHEDMATCHa 9 2_srxr® FII UINA SLAB HE o o y Z Z E �Q O a PURETHANE SEALANT WE Q Z Jo O i� QQ AC 0o w� Ip- u J Z Cw ALL PAWNED, AROUND µ/1-45 MID YFP. —_ ---s �- 55@6"OCEW TOP&BOTTOM S SHEET 24 a SECTION AT NEW PUMP BASE coeo mwwrnc WE NTEE-481 C11q 20257 NOTES BY SYMBOL Dter-NEs s^rci NDN S-Hi-2 i I El AT NO CONCRETE TAN'BASE WALLS 2El o O INSONS, D 1El � OF UNC OF EL ST TIAI NO ECT A CAL ROOM,D RECTION OF TEAMING, NOT EN CONT ACT. o $ �S R FOR S.DDcr�DNS. ,Hese 4. ATEPOSITION OF NEW Al CONDI=NWTA RWEITT E, l.INCS. E'DM w�.re revsRD NO =`K� V TO ENI'NOCES"EMAECK"REDEASOF MTO ST A STAFF BE S'PPO'TED AT T"E CONCRETE TANK—L CONNECTED To ITS FACE IF TIE WALL IT'DR L LED WALL AND BE FASTENED wir E, reAMNC CLPS. 2 I A U T'E JOISTS SALL BE ;III a Q MEw FRAM �Nc. D""reE oIII�o w w 1, TIE WOOD DECK IIALL BE A U~ TEAM NC IF NO WOOD DECK 0 �ITL' NC EA COVER PART CLE BOARD is ~ NOT ACCSYnBLE U \ - - Z Q d cJ Z Q Q? Q W Oa WW S TIE UNIT MANUFACTURER Q O o O Jo QO >Y O o W Q W w U HOLLY ELEVATED STORAGE TANK ELECTRICAL ROOM CEILING FRAMING PLAN S SIEET 25 or I A—E IN roreD Drwwmc mD. W R-481 cre z NLiAM 5 SH PEI N'OG-Hi-1 CE1 arioRnu ureM. re+ purer+m i ureMzs o"n �� s n P rr b P P o X11 — P P P b b b b b b P b P Paa — n b b b b 0: P P P — °� — ���°rr° — rr — — PreEr="reE— — zz° ��° oo° a _ _ _ _ _ _ _ - - - - - - - - - - — - - - — — .E"a z— P P w°, b wn,P 6 wn P b w°,n P P °+. o o o o b P P P P P ' <PnEL P P T— TEW P P P PH P P P od --- P P — P I t/4 <` oIO nEEIOILE � "I3/4 I EL21 a Ere r�+E nnE�nE E 11MIRE IA6 n°ER -L1111 —11EI I Ll— S SHEET 2s of �2 NPR-481 crg z SULiAMSH NCON-ME G Hi 2CE LIO S 115(ExISINCENos allo SYMBOLS � 6� ��� 1115 ---- ------ sSY AE,o EEN,ROE g9 ---------- s 4@6�w - E�o� a ELI o NLN} p',, a � � o �i-----Ii--� - } o LI—lElL'E ' I I x � I � I I h 1 ii I, 1 ;III a Q o, I I 1 ow I I 1 I U ti c � s ouo 'aNk cavacm. 1 �i 1 E I I U soreaoE v I I 1 I o I I I Z Q z Q ~D I Jo I1 Mhu J _v-o� I o Oy ��Z Pi REolCER couee I O a Iw� I Z JO N 1 El-NI c `Hh PI ELELM x/26 N L n SS a 39�Pus1 8Jo-EJ RNSEE /4' 1 w RNN w I_____ S,WATER sass , I51RIBl1ilON R uV-5605_ ___________________ __ _ ___ __________J SYSTEM JO-PWRv5566i30 w S SHEET D O( S2 W R-481 crg z NLOAMNCES5 WD c-Hi I g66 L - o�IS � ALAE T„Nk — — - vE LVE E osE 8._ AT �s= HL aw= — --' -- EA �� _ n - � __ GO EC CONSTRUCTION ENTRANCE LIGHT POLE ____-_- - EC ElNH �LT==—1 - -- ---- - =_- _ - — ���� Q =1� — -- - oC ���ioww -LANCAMERAS �„ _ ICE x El SERVICE P 1 - = /7E'C POLE Po EC 1EFELCEITASIOE LINK h EC I a�ON Ex ERE HYDRANT GO z -- "� Ex TANK DRIP LINE m- r o w IENE'AL NOTES _ wX —=— - a Z AIRING PIPE INFORMATION. FOR PLL P60VE 0 o LJ PRIDE IN DSI/N— w TEOAS STATE PUWE SOFT,ZONE A... � EN C' ARKS RE CONTROL POINTS HOLLY ELEVATED STORAGE TANK EXISTING SITE PLANp'TION 5rE[T se a �z EASE IN'ECP-A 17145692,66 1343855,47 -- WTR-481 E9 z NIGIAM5 SH N'OSC-HT-2 CpEjl¢4 ------------------------------ 0 A a aw NDEBS - -_ ol ------- _=======----------- --- - w� �. -�--- = - TO U .� A otic f jEI m '�,�III1J a \4a�111 p X w OF LIAI..III NOTE Ae sTo Zh o , CIA FOTEEasr o THERS POP SNE SEE z _ �- _- _—__, � a Y ii __ �E� � o G -- o-- REFEN".MECHA"� GRA�NGs EOR AL�AB��EG�ENDPIPIN �'oN�R�Awae STATE JQQ� Qw _ P, o 0 A REFER To nRUCTTRAL sHEETs FOR DETAILS, o o Q o FRM THE E�EPATONS�7ED ARE CONSISTENT wTH Po- - — _ - -- DEPARTMENT ma RAs METER To — „m _ Po� �RP__-�„eaoaTo aoa -- ISA,A ,AN,PPIOP TO TA PAlNCHiN¢CONTRACTORIFI T w DEPARTMENT 12 HOURS PRIOR TO TPENCHi NO iT 6 — — — — — — Ex — r To CONNECT FROM THE GAS METER T T A GAS LINE "N'PAT”THE API A A�PET TOP>HE BE COORDINATED ITH THE CT', GAS DEPARTMENT AND GENERATOR MANUFACTURER HOLLY ELEVATED STORAGE TANK PROPOSED SITE PLAN A stiEET 2 or T CONIRETE PAD COORDINATE PANT1 --SES.,IS ELEVATION 1 NORTHING 6 —LE IN FEET VR-481 101 25AO 171459VAL3 1343A76,17 A—G, z NOTES BY SYMBOL(D RA—"I 0 0 �0,MD-HT-TET -- ITER BUTTERFLY VALVE TIN A � � � VAK�ELE DROP11 Al2 ti �ENo �� ��� RELOCATED NoTEreAND TTEreELr D X511 x ADCATT ED "LA"E reKOM sECT�ON Tref P�s�o a PSK P� TE wRELKw w;s V /TSP ALuE TAN Eo1PMENT ANC MATER 11— SEE NOTE U III a h 0 � E U HOLLY ELEVATED STORAGE TANK PLAN 2 ate--' JB z z Q o ww a z INLET/OUTLET PI IE- Oa 0D, 0z OVERFLOW PIPE o` oQ SEE QO mE 1a w >o z ovERaow w/aaP VALVE J O 11 0o J~ CONCRETE SPLASH PAD g O IN «25.00 I O INK PEDESTAL 7 CONCRETE WALL) N N lUn �u� l N 1U=1lUr1Un �lU=1U=llkllF \,,,moi oNCRETE wuu _ CONCRETE PLATFORM S SHEET m a Na. SECTION coeO Or NPR-4481 IWTE IN FEET mrB z NOTES BY SYMBOL(SE """5sr+cT / 1p- rvSN M-HT-1 EEE ACTUATED b @ 1-12 All—REE TTERFLY VEHICLE DOOR �/ ELEI RLE mURUNc. R of 2TIP IT 2 6 � 'R'SONTALFLIT CASE PUMPS, 1IG LEC IRLE CDDPLIND RAINEI �2 18 I'S 304L SS TEE E EE NOTE sRE SUPPORT Ol LIST �� SDI IPE SUPPORT. ❑ EE NOTE eof 2 IS UNDER ACCESS To IIBLE TANG W/SAFETv RNL a - OM 3D4L RS REDUCER ZAULIC RETRAINED ETIP az 2 P ROD 1 b 304L SS REDUCER HP OVERT CONTROL Dox W/FLAPSOLVESEENOTE P ofv ITS IS EE NOTE-R 11-4 21a - NOTES D, ,R \ = BAN ETEl'EFLLlCATAELVT"E D U 17 S PI- NSCA'AR ED A THE PLaNs AND In oAS II6 SECTIONS. VIII a Q m REE NOT TO FABRICATION o C ���i GO w w 211 z of NEw EMsA CONTRACTOR'"ALL FIELD U~ SEE NOTE T UTEVENTED WATER FROM TIE o TROL vuvE To E FLOOR DRaN.12 U 1, DEFER TO MEC"AN CAL DETAIL A FOR PIPE AUPPP'T'SFONC ANDTIP 22-3 USED IT'EN-11P7 APPREVALA UPPIPT HOLLY ELEVATED STORAGE TANK PLAN WRITABLE cuolcEs_ N INDICATE � Y Z BUSHINGS,COMINGS,A 'I HEZ O F IT NOS AS NECESSARY FOR EA,E OF INSTALLATION AND MAINTENANCEU Q? ww GO GO PUMP AL 6 CONTRACTORWATER SHALLTo FLOCR Q _ _ DRAIN. O a ❑Z O21-7 -4Z SHALL PROVUDE AN OVERFLOW PI - - T CONNECT AN To,A PRE SSU ❑`^ (~/]Q INLET/OUTLET I - SWITCH. E A, W Q 1, CONTRACTOR'HALL PROVEEE A EE Tkir, PORTABLE SUBMITTAL FOR ENGINEERS REVIEW, ITePROVIDE `1¢ W OVERFLOW W/FLAP VALVE _ I EE NOTE] 0 J w 0o O CONCRETE SPLASH PADJ d aN AND �O w ❑ FF w O❑ S SEE 4NOTE 3 Ef a 'FE CONTAN P'CRETE ED AW'WHA _ PL) SECTION mea Orwwrnc�. NPR-481 SAF m TEFF mrR z NOTES BY SYMBOL(D —WsAE[T OP M-HT-2 BENI 3 8'BUTTERFLY 3 1 D11 A14-REDUCED � � s. � — NED �l TEE FLY VALVE END 11DELE I IF 111111T 5 30 I'S TEE s.PP15,10 115 TAPPING SADDLE D �z �a=N 2 NUMBER OF UNIT S " — P MAY NOMINAL OPERATING UM MOTOR SIZE 10 MINIMUM �EAD(Fr) 16 UM NPSHA AT ONE PUMP ON(IT) i= PUMP SIZE(IN) _ 14-11SOU POINT(FIRM CAPACITY) - NUM11P IF QPUM MHO ) C- o�M.HER(PM - AAT RATPONT , 9 MINIMUM STABLE FLOW o RED°IP2 EoN U (GM> D-(ET) E EFFICIENCYlAALE IN FEET MINIMUM PUMP (M) U 10 RUNOUT FLOW(FDNDlTION FLGI PEI PIMP o(GPM) TOTAL FINA— G(IT) EFFICIENCYMINIMUM PUMP M) EPIIE IFY Z Q SERVICE FACTOR OF 1 15 AS PER SECTION 26 50 02.M.TOR SHALL HAVE A ZQ z W Z <Z Q O qIPE Oa Z PSUPPORT.TY ro FT SC Z E Q¢ DD EBEw FT PIPE SUPPDRT Tv a Q O 29,CO FT I O J FT Z ❑ ^ 0 0 d Q.26 — — w O Eo —ICTINAL IIEETI TO PIF S SHEET 32 0l I RASE FOUNDATION DETAILS. 3 SECTION FN FOR INNITRIIITIIN E� R c N7R-481 121AF N FFM cre z NOTES BY SYMBOL(D vunn7ss i nroN E—HT—iNT E rt[.E allo ER kg 9 g g@{ 6 Mgt®§ '-NYTORIFEEPLACE PANEL 2REMOVE AND [a I.A Mu �z4xo =N0 "P"E AIP 742 34,/0 _ U ;III a Q o C��IIi o w w EP E P U i— I 3H�/o.144 GNP � E U so/2P . /A 1#4 1#4 PNP Y Q Z W Q? Q W Q Cl � Oa �W �� Q �Z J EXISTING ONE NE DIAGRAM e �0 00 NTI �Q oO ]z 0o J� W X SHEET 33 0( WTR-481 q z NOTES BY SYMBOL 0 NW�-'AMS SHOE NOE-HT-2 'E00A 3Sm 00A MC2.EE INTERIOR wiTR N EI OR P ACONDUCTOR SYSTEM ° � PROVIDE wRM5ADARD SPO, R. MEA FALLS E SDo -ML 542E DIESEL � ®� m� € R4TO UP �s�o�sAroR A��aR'E AERs. LE '2F/24 EL D "�D AT"AR° M BOND TO ElIPTIND TAN'GROUND )FPD a� OL NTRAN2E RATED Io BUT NA0.ND rolls- 0 DDT T�DUT PADJACENT TRP D�� J21 (PROVIDE PRD ADJACENT TO PUMP o, LOAI4 �CE,`° V - -- 2T0 0 oN�� �i s A o o E_ ___ _ 1-- ___ _ q GENERAL NOTES aCZ clp eNeeAToe neo -4210 AC COUNTERPOISE c P EN,o, roe�NSruuT�oN or New v. aA LL ELE RI FACILITY, SERV. __ INSTAL rLrcTGO srev� N 40AA.2 A E L"P J� eEau�eeMENTsoMPANY vii A -----------J SOLD NEUTRAL Er GOPANEL MP,277/480V,400A MLD,3P,4W,42KAC \\II 4442 U ti o NEMA 1 O ELECTRONIC { c TOP O } t 1OOA SO v �TOPTRDN2 R �_OEPTRON �EEEp R HESE ON�� zQ M F 57 ;24,244 oo � 424L- 21 w ��--� w oy z J�J >0 wE, PMP-5651 PMP-5652 AC M © s S7+E[r sa or �z PROPOSED ONE-LINE DIAGRAM mea-.1 ti'o. Ns w NPR-481 9P—Cz ON—5 SH EE7 rv'o 4M_ 1-1 1 1 1 17 7 1- 02 '2 M.— PANEL 'ME' NII ------------------------ Oa 11--E < w i inn i I ZZA I TA N'- NTI -ZNAL�L�Z�LT'O EXISTING PANEL "P" CON-5 SH EE7 E-T-4 gp ,.I COMMENT 2. VIM -c- 1-1 1-1- l�.IT- 111llT 1-11 c Z.Z.12 S) CJSV Cly QCJW CABLE AND CODUIT SCHEDULE o o NIS LIGHIING FINIURE SCHEW Q - E TIPE -U-UPEPS MFACTUREP MODELI Fla!�ILII�PTn, WA:ZGE Mll 4W2-LDI-1-Fll�-W-INV-L34D-CDI-WL-55L-TEH-�2-CHAIN/IET-1-TlI-— E 1 4 O LIGHTING FIXTURE SCHEDULE NTI SHEET 3fi of �� 1111ED Ill 11NIT11-IN VR 481 C11-T 9 2-7 NOTES BY SYMBOL 0 NALTANE5 s^ �roE-Hi-S rcT CE TO O \ RBE ISE Fs AN s2, IT FILL 11MIAN'TV NSTILL en/aeav ROLE EONTED \ 1711\ (A( ER LEAD E BIN' IN OLEOAOSEFNCE DROP INDUCENIET REPAR AS UE;o rvA REOREo �LE �1TaE3B6® g� P ATS C E OF PAT �4 \ SAW'NUT Orv�FEE TOTE oF� wREPAIR Ar AND TO INTO ELECTRICAL ROOM, PC OF D1, INITALL o EPNDOWSE°EEEETIT D" A V NERA sNITALL 11/1 31 1111ND F, NEW — aAEEa �ry PC TO . 4ACA CA 11 Foos SPARE UND `A ACE Ary LE SS STEEL e �2 z NEW 1111,ND`oI AND RAN O FEEL'EP BETE IT DISCOE-Fo->. EP DETAIL ON cENERnL NUTE' v EIIAT SO �OFT POL� STAFF UTAND �m C-Q C DUCTS EOU ooPDINATE RED REPAIR wITu CIVIL 12 CONTRACTOR SIALL LOCALE ALLU ti o E PEP aF wiTu civil. o cooaomATE c 0 NO CND FLRTD CA Nl ND SPECICAT�orv_ L FOCTE PEa Tu I \ coaU O P-11 BE TwEEry FEOIT AF F_ FEOA�aE �EFEIISTRA(2� — zz FEMoVAF E ROAOWAv PUO o O y 0 U1 0 o w ELEVATED TA"F O` 11 I � TT� Q11 00 � Lv TANP F ESSAND � 8 / A / w / S SHEOE�3] of ]2 HOLLY ELEVATED STORAGE TANK ELECTRICAL SITE PLAN \ / Arwwrn RLONG M-w NPR-481 WILE IN FEET GENERAL NOTES NOTES BY SYMBOL(AF CONSOAMES AH WD E-HT- E[T o,E. TO ELECTRICAL ROann. AND Le [® S UITS ON FLOOR UNTIL TTEY DNS. RE �WALL.AND RUN ALONG GORE DELL ALL ONDT, W L ,.meb G,DNTIGAA .U o To 7YP> R RAT TIOEP So BETWEEN FEBAR AS FEOUIRED. ME ELEVATION. MNG WINDOW D E PD�DPH ANPAINT OPEN a t HPAL AG,AA,RTE�e-sRD= o z CONDENSATE PIPING PRESSURE CONTROL VALVE, .Q F•Zo P35 P3T HWALLL IP OORL40V/11,UNI POWERED Y ■ ■o - - "TD'op COPPER'NO`NTG D �n UPS ANE,M�TSGD�SH�112 ON T24 De -33 -GGT x�ET NETWORA R A °o;M; POUR oNGR DM OP NE L MP G Ea'UNIT. IDF MI VFDTRP-mP DER STEM CONDENSATE AS REOUPE ANSFORMAP VTD-5652 VT^^R101 CONCRETE HOUSEUEEPiNG D. 2 U 4FGA 11 L—P ;III S,Q o C��IIi o w w 0 1 L PMP5R5 0 U ti F - - PmPllll M 0 O VALVEER Sc�/PLC FAA LIKTTINA PANEL NEL P U G - 0 \\ Z - Y Q Z d Q? Q Z O d O PSH-16D5 K d E OY 0 O OZQ S Z w O o Z LJ HOLLY ELEVATED STORAGE TANK LIGHTING AND POWER PLAN SHEET se or WE I UP I-E IN FEET —NA AOD UE NV'DIN VR R-487 crg z NOTES BY SYMBOL D ��-NE5 s^c �roggg�E-HT-TELEITIIL rggi rvRUNTiL TIEY l nce•IEF wnG 3 PRO LP TAND AS APEANATION RUN LONG FLooH H�a WALL � � �TaHTaH PE-FEED 5605 MOTOR ENEBALO NOTES a 1SU T. LEATl RE T.DAN -- 'ENTE'N'7 -1, P REQUIRED. EE REa� V LTX El 1� PnnPses M Exis?N rw esus eacu - PANEL PAN'L o H�o TRANSFORMER a 05 U T ;III a Q . ��L� NEL P o Ce-�IIi o w w p PANEL U PAT 5611 YT- mPss M o L sa1 —5 E ;RNOLLER. — // 5111 s10 NAP U G \ - - Z Z1 41 41 11 41 41 j J Q O Q O H!Y V-5651 Q 0 r Z U PSH- E Y O i -PSI-5651 FE 5607 QW=< 0�Z Q J O Q Z ~ w� O o J Z W!Y N w Z HOLLY ELEVATED STORAGE TANK INSTRUMENT AND CONTROL PLAN "'SET ss or �z mea arw.1 m. ICAL try FIE' WIR-481 UEC11 P—CT e 20257 "'WES'A'i SB AL SEI O ® MATERIAL LIST12 a�.- �hs omcex.Tu.aff555�.. a5 �6§ 1-11 €4 EARP11 All �.Eo, � ® o �z 11 N 11E 11 P11111111 SNII 1T= -�N/E„1 OlO .AN 11 IS 11T/1 — PlwANSNA 11111 Po�a�OnA, �E� o, "AS, - I P - x111-1 31 1 21 A 1,TE, - s/ID = x(1,TE, U 1-11 A 31 9 9 Fa w/rvc IT E"All as wry 1mu11 1"u IRRRIII 3 Q oC ��ioww U I PLC PANEL DRAWINGS GERE NO'VEPIFIPF CA N O E AINIIAL NO"' U ExFNI ING PANEL AND MAKE ADL DPADSTMENT TO PRONDE ...PEDTED PLC AS-BUILT DRAGNA IN OWNER MANVIA IF ANALOG O IPDTS1.1 AND DIGITALIDRS INPUTS_OP NEW ILI D, Iz II II Q= ao II n III LEE DW-10N LNE �. �A o�z Ee NE,woOk �<,se OOu,ER o s„a s o �rnaurn a - ------ --- ��.,P« a o a DAWa<L o w s a ® �< �Q w U 0o JLET ELEVATED TANK w SCADA PANEL SCADA NETWORK INTERIOR LAYOUT r2-F,COMMUNICATIONS DIAGRAM 111E.NONE AGELE.NONE S 5VEET 40 or I VR-481 4 z LEGEND FOR SCHEMATIC DIAGRAMSNsut ZSN�[i �� 5@ Ba� e� ®§� ,�- c�P-e Os N © .ao- �En o) ��auiE Ro�ocuEo irv�vuv�cary*aauEa � €x 4, in �oGrEo Zo Z U U W cl) - - U \2 D��usrvaO -g© IA, P _ _ o��s z400cirva�n -e P � ciarLns owe°xuMe OO Y V O Z— m Oa W gess- -a-® S � oocirvain J 0 d o ffM � Q owc. O o V J� Feu-e© ow o N%i® w RocpDi 15® w SHEET 41 O( o`dos3® re WIR-481 �NSUL AM5 SNCEI LEGEND FOR SCHEMATIC DIAGRAMS pgA y ® ®T o� xuMeEa re°r°aaics�rvo�mm ° °@��ga�55g��86§� zaz® caovioE TVE sicry Pa oev1c��Lo�L.mzorvMom mryreoui P zzoox*more E°lEre - -11 re° �M�T sere <o - ,° x IEEry°'°�� � z G��z o � �rerereEM Tre�sM�T,Ere�reE�E��re - �-_-� re � �k Pre�s�reE o � D roM.�°re ro�E d D 'u NOTES BY SYMBOL(D I TELD VERILY THESE SIGNAL ® EI s ~ © 1p, 2 ----- 1P. ® PUT �n D C��IIi o w w U 0 � E U ® ® Q E —1y-J Im1 ss,sPcco 0 Pu96— T ria—sssi � = saEE1 IGT Mo-sres�soEsITP°IMNt(lrvNEM)x� z P°=�T�°ry 1AP°L INE. Q o J © o oIE LLP°Tol FLZE AA } IIE ON PUT w o RPR-481 crD z N'ULi —4 DI-I (NOTE 1) LEGEND FOR SCHEMATIC DIAGRAMS "NIL FILE—NI INI N big gg 111—ITIII-IIEN o =='E R�FEI"IINI IIN-11 IF—IL -------------------- -- I101 AFL—N—11 C) .111F R-11 AN-1.1 L:Nl,'IN-11 ILIIIR 111111 LI-11 IN 11 IINIIIL INIL ----------- IILINIII ERLIE IIIIENT RAN-111 1-11-A IR-1111 1. IE.ITE R, assns ortIF—FELL o-o R-11 ------------------- INELM NOTES BY SYMBOL Q 1,assn ,a FROM N O., ''E, NTILISED S I.NAL,IIRSCUIT, (REFER TO IT-5 GIEET- VALVE V 5—CQNTROL ------------ —111 SCIEMATIC) .1F,,,S:INPUTS ARE NDT SIOWN ON EO TIA IPIINIA6VIINTMI�AITIIoTI IIALIVIII a V"I"To Pp p NE PANEL 'N'Al 'N T"PLO �S Al LT I—NFS N T I MNIP 'A R-, -------------------- IID -=________ R�—2 RE _________ ---------------- FF FE' IF, -------------------- o CY —ull IID Rll 5OEET Of I IIIUED FAA IINITIUCTIIN N, VR 481 11-—IR 4 �NSULOT-SwCt� DI-2 LEGEND FOR SCHEMATIC DIAGRAMS pp ® NOTES BY SYMBOLNl D nlN'LF�IE—N 9 @E ® — rvuM5E5 of FI A�rvS�F A "I THE ,LRM s�DA°EL p °M 55s,RFM NELFRONT DOOR of PL EF ,L LoPaTLD INaL L I.NHALLE5 D, „ „ a mF MF REwRE T"'E VALA '2osED o IE ,FRM Lo�TFD ry LAMrvA Do„TPIL � E E FIN VAIL S NT TO PLC A,PMP-5651 111T I IN 1111 11 ___ _ _ ___________ �� °M°-5551 auNNma MFvn D AND PMP-565215FWIRE THE VALVE oiGNA o oFAS �ocuFo ory Fm corv�uoL°�FLox oc,oa AT F.C M PLC DO 7 PlIFF �� M°-555,FwL5 M[Wl — 55oc �o saicrvoo cwvE EreM rw E, _ 11D °� - - - „�� uvF ttOs�o�fNEm•�oN 0` orv,moRScasL n,cre.a-zomn i/►liv a�-- ED ® ruse Rn�irva irvwen�Fo V - - - - ---------- ----- MA-5552 SEMv E(rvIW) �aro-oIELL © - -- ----------- MP-1552 PUNNINI MeM ° p oT - ---- MP-R55T FwT, IID E6°c E Tory ;m a —� IEA-1112Pr1RLDs T w �5 R 5655 ADJUSTMENT D, iP5«uRE�NI MF~n RESET TDI FROM^RaE oo> E ® - -- ----------- p 5�-555,REMo E Frv � a ` o o — ———— 5°Fry�rvF P —s�DEas T ED Me�A ( D> v Y a "A Z W Q S s°D T Z z © _ _ °w-sss FwS,Mev) TO O W ELL a - CRATOR VALVE o O yr KEN-56],GMEV ISOLATION ttDSED PA-Hl ---——----------- Rurvrvirvc FROM H TV 56P5) E Z z W O •�o s �y CR2 _ SPo 5 A,Q O AT x Z FEN-11S LT T�acrvc w.TDS O a O ss a Fwv Msv9 Q --------- 11—IS e l CC ow wcJ T LFuMCMC I CRT I CPA I�II�I I�II�I I�II�I J W - o b b b R b b R b b R b b R b w W d O °FI(TD TIE oij” v"�TOE�v°sash° uv psoESL05DA'Tiory To"vVE ss°s°v�D� (TO ss°s�°v�D) � VALVE HV-5505 CONTROL SCHEMATIC s WIEET as aHE PTRC�-NHM �z WR 481 C11�FC 4 z 11111LiIAT 56—E DI-3 LEGEND FOR SCHEMATIC DIAGRAMS ® ®�� ---- FIELD wiRmc O� NUMeEa aF"o�Es"moi�a;Eoc ANo �da� � ` i ---------- a SA� NAG�� TERMINAL N DA�a NE ---------- GRIUAN 1E1 o TERMINAL LOCATED N VALVE CONTROLLER � — -- ----------- PU=�_oP=MP EMENA DEVOE LOEM.REERE�MOTE""ROI CONTROL PANEL DEVICE LOCATE ON DOOR OF LICre.ING CONTACTOR ^LL - - - } ALN ) DEVICE LOCATED CONTROL IN 11 SANE ILA) USED sw.GreERMINAL ELCCI IND C }= o —}}N, �� sIM�o� NovnMUE - - - ureE 4 v w ED CUPPENT - - - ---------- ------- }MureE coN•Ac.oe�sMl..re,a-EOmA IPD IL -} ® FUSED RATING INDICATED � DST-�s „ „ uaE _ ~ }are Hon HAND-Orr-ATIO SWITcre O' - - ---------- DEE u -}areuaE ;III a Q --------------------- PA-I, FILNIE IND C �IIi o w w E OZ W ___________`-}Fu TO w Q CE © oo—i�2 .e �� reurer C7 U IPD Oa W— INR O E FC OOR a }FUTUNE w S Z vvQ O TOP Jo QQ _` } C) FITUNE w c3 JQ wU w d O S lAl SHEET 45 0l �2 VR 481 III c.e z o-�(rimE» LEGEND FOR SCHEMATIC DIAGRAMSTT- Nsus AM's sNr� }-------- -0}opEw } u.uaE NI'aEaao Gpa E'wo A,Eo wren s ,All�5 opEw a a ;z } o a a E;; }Fu.uRE o IN, =PARE°' osE ---------ro} REwER =E owwAwoo a A ,; 1 u.uaE o IEV'E o A:Eo o"° oMRo PA E`o A, DOI-2 PI re' sap .Erew�w�reEo�k i a,a�:_ }1EoaaFu.uaEaE a ou.uaE �sw..Ea o� O EEEEF© aE Scs .-waNA.E FIVE a Eu.uaEoICNDoELa.. _ a DOI-6a" 1NEsp ( W) MMallo NOTES BY SYMBOLD Vt _ COMMAND O spaaE a'eiz }info aIle �rz }EunaE - - �E aLVE RTO U LL�L�µ��� LLLy��� aric) a Q o� E01-8 R44 11 RE �" 1 woo �' 1 p oP ww�re (NEW) �a CO o - owwEa w u� DRAWINGS�w TIE o a s 1z 1 ND R12B 1 Eu.ureE � E nreE U U, re,3a�-I w� �}' rnrnnNo pm's © cowwa o(NEW) ��F-o (N co FITIIE cowwawo MEW) a a E— }u o ai e I�_II-o� }ruruaE UQ ® mwwaw a OL a, Ly' FI- wwrwo Q o Q S sW EUTuaE52 6uZMEw) ea E�: }uu as '----------ro}(NEW)cPMP su J w Od r Fol_ L��,°, - ® ru*uaE ozMEw) a a " "�2 }UA a�e�-I H,a }ru.uaE o o y d �-LF-a LLy E Q O ® A �° MEw)5 as o O Q O FvnaEWE] 'EC u°sE'o wb}p Esq. 0 CDC O Q — o aTa1 VIC Igo a„a E;� 1 Eu,uaE w ® w o VR 481 11- .e z R ON— EE7 IANI 7EG7No5�o 51Mao7 V1.iVI.i. --�'—.— LP.—J- - - - — - - - L[—- - - - —�—- - -`- - - - - - - - - — — — — — — — — - - r - - 4— - -� —"r— _ -a III " l ■O �°reP�"� ,SPP«, — aosE— S, ' ia 0o�re1ss°re�—° _ P,,PP ryo P„ — . E — B.— U Ao-P wrrouw �I s,re s� s,° o Y c I h �, III a P ATM Q m � olu� x w I I I I I I � _ ow R oMaoc , °res,reu p I I �,«.wncre cc.z°s.00 0 45�n,n"�f f II t II t II f II 'i 'i 'i II II 'i f I I I I I i I I I f --- —IL 1 Y I I I L a o a I O a w— I f I I I a I Z 570, sore s�os s„o ' e ,rs muP�c urvc � � Y or mow nre, � z re°re°ire � L z �Q a�X sueP�� swPic L\HY no\ e.o nix � � O o Z W W {so 30 ug ws w orencr nw,nm, owcnr nw, i ow°,.nw, °wur u,u n x 2armcru °.c aerssuree uw c,P� areessuree ,owr° ,o S SHEET 47 re/ ]2 VR 481 mre z - SUL W 5 SHEET l�4I£z zo M[ CON -RM-2 YA �M 1 0 ZSC YAFYA-] ,51 151 751 751 75�R— I& 1& 5761 5761 5(761 5761 5761 5761 5761 5761 5 61 5 5755(EiSING) QqQqS Y®Y®tl � 17 111-17 L PLC 57 �o---- - - --- — -- - - - - - - - ----- ----- - - - - - ----------- -—- —----- I I I I I I I I I I I I I I I I rlocanorl Taste PUMP a SVV v d , "TIL ub ab 3b a�J�Q� o ,�rw,o= MEEK �ro ores - vawEE M I far I I I I � a yr III 0 0 I ~ c�r.O-M� —El EL RAND M x—EEnP. wP,ER=soR�E.�ED v o Y Q z Q O J Q w ao �aETA- a AJ-- o Oy �Q s E << �o 0 TNG ,/2.10 5 i Z Q d Q O I'M J o Sv51EM va�/2' L—— LJ 3/a" —NJ Q d nos P I--—ICEa.E o vw s�y�-5's, za-eu-o,PI W w o-au-oi aEoucEa - - iq-Pw-oil ,aPw-s ie-eu-oi p g SHEET 4B of �� T� �a � ,.-<w-oz R � roreWIR-487�ro. NSULi 5 SICES No C—Am—1 ¢ IS WALE / m 'I��� /•� =_��'\_— - „i` moi" i� El SIGN if ExNi� o rR}�zQ= slo 1 I, CEAS _� Ex SI - - -��� �- - x SSALE 'A WIS TANG RL 4ab I RL ., HE ISO GO LAT a - a Ex F m S, WING F �H off NTI, w VIII o —';% I'I E =%E sEHVI°EEPo�E Ex SIGN 'y % _ --- oRA�'rl'lll III III Ex FENNE 11 A- x FINE -- --- _— — — F SILT FENCE E TRANCE - HANo SroHAGE EIVIIE ROLE 'E"E ROLE T D ��s �El TAN'EN LINE El SALE nnoH A z a EA TANG ACCESS ROAD u - ----------- �r GENERAL NOTES o F, �r i y HANIGAL DHA G1 FOR ALL ABoxE FLOODEl EA� o z qj �� IIII GHoBND ARE NFo'MATIGN. r o I CAM r IT FIPOLE R EA P ACUNIT FANI '�_�-��?If __ 2, of FENCE.PROPOSED SITE PLAN FOR NEW LOCATION R 51ILT FENCE 11 1,El CDNCPETE TE THIA o"FAP°EPp ENI TEA ED ENA — — -- --- -------------- i.SPLAW ';%' GNE A BE Jz .a'P -- --_—_-- —_------_—_---- 4. ITT PER DENTIF v'Y ExA" "AVE ALL wUl _ L YG_ __________ ____________ T AND BACu DGWN TO THE w X —--—------------—--------- SOUTHEAST COPENER D FROM TIE If � NT PGI �yCSDUTPEAST CORNER OF TIE RAND MORGAN PRDPERTI � CABIGN FEE AND CONTOOL POINTS — —— $ 49 _ D E CRIPTION SHEa I RAND MORGAN ELEVATED STORAGE TANK EXISTING SITE PLAN P 11-717 s/e"IRON HCEE OD "I""Na �E IN FEF, - WTR-481 mre z �SC-5 SwET rv'oC—RM-2 FENCE CQORGINRFE POINTS NICE lNN �RENP�MARu v �;, � C"pap /° � Z�'"' vDEADENS CAR SNE, NO I GO 66,5G 171 89B-70 —2299 79 �� \oa s � o \ ZEN 'TO 66,67 171 191CIA7 1292302 29 WFADWAl COORDINATE POIII TO NO q i R ahFl- ' LINE W AS PROPOSED FENG 213 gull a !pIL/� / _— i��i � � \Fp, 0 6480 189890- 2923504 —7 d —e° PRP e ° Y 2�PO °ROA ~O oE 21 F MA 6120 2111 IZ WE, NO �,RE U 212 05°° 1715PP2O.a0 ,2922T0TN ° -5 00,° 0909000 ,2922400 0 GAS L —s �� �- PROPo9ENE OTHERS ---- ------- _ ---_� 2„ 02° Pa02.OT ,292zA0T0 IENIPAL NOTES -- -- --- -�- - E'EAEET P-s°-, RRo°N°PPE INFORMATIONHANICAL , FOR�R ao� UNDER oNnRACTON r RAN CE j °MORGAN E�EAATEE z r RA STORAGE IN' � = � , TEIAS STATE PLANE Eo°TR ZONE 42°s a�/NAwea Q w Q z �P ' IDI _E - -_ II REFER TO nR°GTAR SHEETS F°R°ETA LS o w Q w s METER IN,RAONDITIO S. LISTED �- HEO BE ELECTRICAL R° ^.sRE °Ns�DEPARTMENT, oY oo T TENT WIT' °RSP GAS °P TRE IN A ANF � �Lo�NG�- � xln�N000N° ' ° D o CONTRACTOR STALLED t I �I --- � o a iExTN _ qp, CHING 25C LINEAR FEET FOR GAS IT �< Noo la li'� 3P / Jo Sao UTILITYPPIOPTO w oo J� -- NG IT IS I —EAS METER Rr R° w UNDERGR EL—TI OTTERS,SEE NOTE 5 �MOAEo�FN°'T"oEME"ERo�°R°FON"�EGENERATOR)T IIII%III --- ---------------------=" S LL BE PE E AN 1111 TO El COORDINATED MANUFA CUT OR w AS DEPARTMENT AND oENERA p - s 5B,sO Ar 72 MAR'S AND CONTROL POINTS CONTROL NOR�E ELEAGION °RED AT�oN ��o AG RAND MORGAN ELEVATED STORAGE TANK PROPOSED S - S IDEAL PLAN s/e'IRON Roo 1—E IN FEET - WIR-481 S—c, z NOTES BY SYMBOL(B) tZ� >fz rv'o"A"FMs s E[E PRECA7 CONCRETE O WALL 6EHLIE SS'WIEEFLERoANNERT WWUl NG BOND PEOCNCRETE ROOF I34 �N NE 3, A D DOUBLE OD LARE BUILDING PERE � MANCIV RL e—e.B—e ERR DOORS EE-BB BP - �EB�B� �NR P�_REE e, = awe o z 1101, c z o EEAUNIT FPDA ScE osi _ ■ ■o uPPPFVID vB1% P 000 V DOES GLEE OT,AEN, EEou of Ro.E sue. AE V LL C, ELE—CAL uiPMENE-REE L RAND MORGAN RAND MORGAN REE 2 FLOOR PLAN — ELECTRICAL BUILDING ROOF PLAN — ELECTRICAL BUILDING Rcc nrvo iNsuLnoN10 EPo u ;III a GO Q IGNE IN FEEL IGALE IN FEEL PRPA/ ONNFPM ETC CCNIE1 o C i ED w w e OP oCAEIeN W�,R � E U u O QT O O Q a N Q Z O E �¢ 0o Z Z z LOPE J29 -nw ¢ O _ 9 H Q— -1 A 0 0 0 R EAST ELEVATION n SOUTReELEVATION n WEST ELEVATION n NORTRELEVATiON U U w s—E IN FEEL 11—IN FEE' IGILE FEEL 11VLl IN FIE' SSEET sr a VR 481 cr8 z C�oNA-p ms S2HCEl E PECKED MADE SOALL OF LING TOUGH 8 ILEOISOAL I C. 95E CONCRETE ALTO Ee OSTILE) NIEPOP S= se gm6l °E'RM—z °AE'RM— °E'RMNONE I SS I AS 55 HS-1 11 DIN —� I EGG S-WIRE55 G� OeDED P ID NOES IEE INDICATED IS DDDR SIZE ADJUST AS REQUIRED WIND LOADING AND GAUGE As eEaGIeED Dr CODE 2;'�ROG°aFIFI��EpooE Fo EISES o MATERIALS(TIP) HL =N� EALED. ENIEaEeEFEEL PERNEI ME v — LL' UP MEAID —76 E ORlDe ADIEED S<PA,E BO1.1FA-0 PANEL � RIMEAFTE, D — IA IMM FE 'AT AT OSEDDEAL ED PEI ME �eEeEo SO 7 U EXTERIOR SILL DETAIL >� BLOQK1NG _ AFE GO FFLL PED OF ED III a Q &Ns GGE PANEL nIEEENER=PER MER �� D DGIEDING M� C �IIi o w w U TYPICAL ROOF AT RIDGE STIFFENER BEAMS MFI ELDIA SEE NEsNIOLATEA PlElll 11-WALL o PATTERN FINIDI WIT' G R � 'ASEALA's E Proses awNE allo AS ENT ND RE P R PR U u s� EAS ATERIDR SIDE sEUED* EN G RE PER SEAreEE onUA P Ews FEE TYPICAL ROOF OVERHANG AND LIP-EDGE w `P"s`.P"" scPEDOEE a, z (DNS 0 D EeED z w O ME7�E��IN Ea — B N EXTERIOR HEAD DETAILS z� NO,E Q UP ALL OFF INTO CROU=EAAAN = APP MA° Ex sE a o NDS o d Q w reox.a H CMU PATTERN FINISH �<w FEE MFReDEO ND MEe —ENDED EEEo s~E s 0 0 a AS 5EALANT NmGe TO WALL EP REE GIEALAN FOOD FRAME POOL FEE FIT ANOAND o 0 �1SEE �Q a� 1C ANC DIED ao I e 3 MIN, oNG ADPEeDEINo O o w� PRECA" NTANANIDND-INEA WOOD NAILED AND DOOR� WALL PUJEL REE DELA a EUIS NG w w ERNAE PUN*ED ON�NE ON(rcPE SF'HFEUES*MEEPL ttaSUR H EITEPIEFF SIDE w Z RGUGU OPENING REE PL _ U OVERALL rUICIM Q ONEXTERIOR JAMB DETAIL ON s TYPICAL ROOF AT OVERHANG AND LIP INSGu*ICN s ��NDRAINING PERIMETER EDGE METAL 's s7fE[r ss 1 sz (DINT mea arwwrnc AS VR 481 cre z - WTu4 B 9 A Cl— PRECAST WALL PANEL ExzEND SUPONADE PREP 5-O BEYOND no0 3 - INPUT W"°R PANEL _ -11 � aB� PROPOSED oD, BE ®�` PUMP PAD �Rz45@1z"DCEW LIFE SEL Cg3 oAPE ENT 6-IN 5 FF=Bs. 112RIDGE L OBMB ExrEB,oB cE.ry '^o FARM ExrER,oR FACE,ry �� 044 Nx� Qo12 o.c. D H5.=C12 o.C. 0 M �'-H5 MID. UP A TICTo NEAR FN GRADE FOUN zloty �_NS MID. o NEAR d V GL ET E l LIAUN DATION 75-F F' GRANULAR CUSITION OR OLEAN ON,A SIAB Az CD2 GRANULAR CIS"IoNNTRACTOR 5 ION O CONTRACTOR UPGRADE PEEP PEP E, 1 SECTION SlA,.IADAETIoPNRIP w,GL ALL I ClOs NIGL REPOPT SECTION &GGENEOFECIA R CAL POB NI REI UN s�cpLF IN FFF�i FE 1-1 IN FEET MENT PAD Az NEW - �3' PUMP AND M E FIN GRADE NLz A IN 5 PLA U ,W/SEALANz 3D D -- geEa�2"oc[w z&B �OB LocnnO z SO c RAND MORGANED FOUNDATION PLANE- ELECTRICAL BUILDING & PUMP PAD U I- MIS ------------ 1L o c DEPT �p BASE PLATE AND SEALANT z z E MY Eou,P MFR FORM ExrER,DR cE DREF.ELEC BLDG EzaL zws sREEz U N Hs.�®�2' cGRANULAR C—ION OF �'-qs MID. Rs ovn OF TURN oN®�2rU `GTo RAczO ON - WMoN AeHCRo/ _ ER cENERu NOZEs, INT R E GRANULAR CUSITION ORAT o FORME ERO TLY EA LEEVE SP nDNA.&OFOFECTN,CAL BEPOB mNFRAczoR s oPz,oN Z IRE z FACE Rou- m s E P EBu B o T BG PUMP SECTION - DIN Hove 2C. NO PEC,FICA Y~ -SEE NOTE 5 @'S D Z U 6"MIN GEO zR F p L———————————— M, MAI zRAN,rt,ON AS SRUWN Q LJ LD"MIN 45@12 EW WISTE IN FEET 4 SECTION �w ru' W � Z O O a Q Z —LE IN FEEL Q a E �s ooAT A RE SUPPORT, BE PLATE I E ALL CONNECTIO US ARE To BE �¢ �rZ Q E P B D R,sEB P,PE ED MANY" F. a1 a LL Q� SEE NOTE 4 SE NOTE 3 e-de zRAW NIS PE - O o w W w U NOTES_ EEA,�'ID 1. REFER TO MECHANICAL OR ELECTRICAL SHEETS FOR PAD DIMENSIONS AND LOCATI-S. w z. PAD TwcuNEss s MINIMUM OR GREATER IF BEDu,BED BY EQUIPMENT MANUFACTURER. CORNER BAB,TVP.ALL 3. 54o w/STD TION 1 2-D MAAIMUM SPACING WIT'A MINIMUM of z DOWELS FACT AN 4, 45 DOWEL,W/12 MIN LEO,®12 AROUND TRE PERIMETER, A-GS SHEET 53 0/5, ALL ANC 01 BOLTS TO BE Ill A ISE PLATE.AN C ]2 NUMBER&LOG ON AS REOU RED B 'EU PMEN MANUFM UBoLTRER. OR LEAN CONCBE AT CONTRACTOR A OPr ON WIR-481 O EQUIPMENT PAD AT NEW SLAB O YARD PIPING SUPPORT FOUNDATION w T C11gz NOTES BY SYMBOL DvunNl5A- O NaN MD-RM-1 30"30 TEE S p§ 5, ADJUSTABLE PIPE SUPPORT 3 e A CONCRCP��PADI� OEMOLIsFEO CLECTRI AT 22 5 ROOM w;EAPVALV aw AND RELOCATE 4 M �OL �e_P CONTRACTOR SIALL C i~o VALVE AC IAT'I WIT, ALL m' . TIE PLANS AND SECTIONS U1 2 -5" \ U ;III a Q o C��IIi o w w U I. � o � E U RAND MORGAN ELEVATED STORAGE TANK PLAN ,1-� I Z muc ry rc[T Q H Z _ O Q U O a O OVEaaow PI FT oa �� oZ Q SEE NOTE L a Qj Q vQ w0 OVERFLOW w/ELaP VALVE J o Z 0 O o r CONCRETE SPLASH PaO 10� 00 w DO Z 3 Q O �i� SECTION S Sif oEE�sa 1 �z �J111E IN FEET OF N7R-487 e NOTES BY SYMBOL DN ARGAM5H 5 0,M-RM-1 E[E TEND x244 3a4L SS ER $ q3 a� tt�tt TE BE LPROP05ED 24F RA C2 BUTTERFLY � 'b�<tg 4� V @@6C¢ ��' � AA SUPPORT,TIP E OF U 2 pp o P OF 1 1 14::1340 304L SO TEE 21'FLANGE 14 14 112 04L VE CHECK i o REDUCER., TIP OF P SPLIT CASE PUMP C ELECTRICAL SP R Q PL NO TIP PE ORT NOTE - 24L 55 REDUCER`T v F, N SEE NOTE I ePe P OF LBONTROL 2 3S4L SO TEE E,GV V 22 04L 9A BEND23 11 VTAL'V OF DTE PC EIETIND OVERFLOW P _ _ U NOTE 1 \ rE r,s TAPPING vDDLE SEE NOTE TE SEE NOTE s \ TEE NOTE,O oVIuII,i a Q wom { -1 E115TING CONCRETE 5PLASN PAD z CONCRETE 2 12 B D ARD PIPING TIP 2 s - _ I— AM U \ 0 Q \ SECTION 112 LE E NOTES TITLE � Z MECHANICAL PLANS AND SECTIONS. RTENnrvc[s As INDIcnTE2 ON TRE o Y O SEE NOTE 9 AA/ 2 DIMENSIONS ELEVATIONS,AND LOCATIONS a Q? r1V� w \ Q PRIOR TO FABRICATION OF NEW rtEMNTE2 WATER FROM THE ELECTRONIC O a Q w O CONTROL VALVE To FLOOR DRN N. U'U'Z Z Q Q SEE NOTE LE o O Z B EER s eaPROvu.suPPORT TYPES B E, O Z Q ELECT SHE a BUILDING N ®e NOTE SEE NOTE a 0 BROWN INDICATE surT14 A ER FITnNcsCEAs NECEssARr FOR EASE of msuunoN < Q Jo Z O AND MAINTENANDCEO QHIT CONT 'SHALL FELD OF N' ORDINATE WTH EST CD wo BE El WALL REINFIR ED IAN EA LL GARY =GAE ED PEOGIMNA GENEERIGNPIESION1w 0 AS PROVIDE N W DI BIMI A METALS Ro DEE BE I2oaTIDN KITS AT LOCATION2 of w 8CONTRACTOR SHALL PPRAIDE A PORTABLE EPECTASHEP PROVIDE SUBMITTAL FOP ENG NEEDS REVEW ACCEPTABLE DA NAGE1CONTRACTOR SHALL AREA E PIMP SEAL WATER FROM THE PUMP TO AN SE,EEE 55 AL 72 RAND MORGAN ELEVATED STORAGE TANK PLAN 10,CONTRACTOR SHALL PROSIDE AN NY CONNECTION FOR A PRESSURE SWITCH, ASOVAO Drwwrnc nro. 0CONTRACTOR SHALL REPLACE Qmreu ICATI IN FEET APPURTENANCES'E.OVER DO, NscnoN To ITS oRlcwu coNDmD VR 481 Eg z NOTES BY SYMBOL DN S" CAAW5 �vaM-ECM-2 4 144 DI 90-BEND DEDUCED E[T �,I::ABII VALVE VALE WING FARE wALL G '� _ A T� EE NOTE 2 E ED .oa S SADDLE �4 3o'u�6"AAPPSUPPORT Q z PIPE SUPPORT So Z SA IZ Nr DLE PE NG CASE PUMP W U _ o PL SADDLE 68 13FE _ az a V aSECTION 2 RAND U MORG ITEM E STA 'm rEVIII S,3 MAI NOMINAL Q m 2 NUMBER AT UNITS 2 oC ��ioww ED(RPM) U ` 7r I FFLSIZE LIP)PE o AR(Ero E gSTAKIFF OF,11, UPSIA ON(FT) S- AD" PPRT ZE(INU NT(FIRM CA ACITh 3 0 PUMPS OPERATION (Mj RE EU(GPM) SECTON _MINIMUM PUMP EIRGION11 AT RATED DUTY NT STABLEIGALE IN FET 9 MINIMUM FLOW CONDITION UMP uRD(GPM) (� o Yz TOTAL DYNAMIC FEAR(FT) GO GO a z MINIMUM PIMP r(G) wo �� Qu 010 RUNOUT FLOW �- FLOW PEI PUMPCONDITION D(GPM) AIRo o O 0o rF, TOTAL DYNAMIC FEAR(FT) 7 MINIMUM PIMP EFFICIENCY(1) — Sao TAF MOTOR SAUL RAVE A sFRwcF FACTOR of w >>s AS PER SECTION eB so oe_ C)o a NADJUSTABLE OTES Fc.ss.a N . w PIPE SUPPORT 1 CROP NTIA' LL ON A FIELD ITEMS. n ALL DIMENSIONS.ELI—IONS,AND La CATIONS PRIOR TO p. 2 CONTRACTOR STAFF FIELD ROUTE PUMP SEAL WATER FROM TIE PUMP TO AN ACCEPTABLE - DRANAGE AREA s S SHEET ss of 10 3 REFER TO MACIANICAL DETAILS FOP PIPE SUPPORT SPACING AND POSSIBLE STO BE USED CODICES. WITR ENGINEERS APPROVAL.SUPPORT TYPE ALOWN INDICATE SUITABLE a ECTION mea arwwrnc Na. aFOR OTREA FITTNAS As NECESSARY FOR EASE of INSTALLATION AND MAINTENANCE. G.AND - WIR-481 cr B NOTES BY SYMBOLDvunn75 1111T rvoN E-RM-1 LE,METER, reenkere allo �$ �g�d �g ""ITORIFEEPLACE PANEL 2REMOVE AND z4xo 111211V P, All AIP T�, I�R INo _ IAIP METEP U ;III a Q o C��IIi o w w -2 C,3H1/0,1#4 END c � E NEMA PA a/zP U C,3H1/0.1#4 GNo PANEL Y P Z Q? Q� Q O a Q 0o ONE-LINE DIAGRAM e <` ��z NTs o - `y,a Q� � �Qz >O 00 S SHEET n or z2 WIR-481 - crB z N07ES BY SYMBOL ��-NEs SHE[i �v0�E-RM-2 NEW 2/0 CONDUCIOR 10 END 04BO EPERGE y 3Rm CIRE WrR�M N IGNERIF SE I 11111E 11"EITTERY gas IBLE AILL 2.= Ro.SsEoNSIN'IEFOR EaREERR FRIKOUaEP.111 'ED E. (" R �ING Lo�,ION of ROHR.R EUSTING.� GROUND 2,0 W N.RANCE R.Eo LOCKOUT of o a w SI CIISNIN GENERAL NOTES 1, #A/o %— '- 4RoIT .ROINA.E LATH�.ILL�2oMPA a FOR INE.ALL.ION OF NEw �. _ 3m sURIL�E.o ANI 2 .A L ELE2.RI2AL EERv2E PER o — E25Rw„s65-A o PTIEEO IREMENSoMPANv --- I EENE'A REOUIREMENs FP CCNII soA P l� #2/0 R2 COUNTERPOISE E „2/0. oRIC I DRIP COUNTERPOISE U 400OR, a sRA Q oLlo NE�, o C��IIi o w w PANEL BE,22]/480V.400A MLD,3P.4W,42 KAIC aRRa U NEMA i O ESE IRONIC - LE IS s TP p )LL[crRaNlc )3P )iR oNlc )ILEcrRONlc )ESE NlcJI o Q RIP F Y Z PC Z Z I I E as OODIED "Op] w Z O I�§o aaa-Ea/zaov,im ©0 ©O qa0-Ea/zaav,im al E QIPU, LAQ �Q0 o0 0 0 EY EY _� P P PMP-5751 POP 5752 S SHEET 5B of ]2 M O RwR—aa�� NTI PROPOSED ONE—LINE DIAGRAM R qz �7 va TIT, 11 I'll T_ T.T, I'M PANEL MP PANEL LP NTI NTI EM r�m 0O 1 E 1 ISLE I I I 1 1 2 Dun <¢ NN: "T EXISTING PANEL "P" NTI W R-481 T_'ITIll B rvoaEiRM 4E[/ mxourtcn� mxourtszz mxoucran z¢c —MENT Va U1 U �us�< vuaixu cxo 3��� �Q U i- 0 � E U Y� /numn rounoa-ttu O Z w au/wtc iaunox usTm Q? QZ r V Oa Q r — �s OHO �¢ Z W O � U �V ZQQ O o W m w V CABLE AND CONDUIT SCHEDULE s 5rEET so a �z NTI WIR-481 rvoH ELiRM 5CEi 2eg66 �z4xo v� U ;III a Q C �IIi o w w TIPE Fa.aE —1 Ma A,AEAooE RE oE=R P.a U T,w E P. M- oP aEo.P E Y� Z� Q? Q w Z O a Q U �� ZQV1 Y O E �o Q a ��Z wr X vQ ZQ Ow Jo QCT )Z 0o JZ w0 S SHEET E, a ]2 WTR-481 - cre z GENERAL NOTES NOTES BY SYMBOL(DCON—AS ss^ OP E-RM-6E[i NY llElICIP 2. % ON - -ND DO - -g r AN'I NEI LE ems. ppppkg ®7 3. L CONouir PENETNETIONs T NO "NIE CAPER ASPFiuARv unun .SEE AEP oErAa ON STEEL I7I 4€ .. N R. ORi4aoA im g °oERREAF sER E PROP.o AREA ROLAN,E wrR gas ERP�CE ESRRA— o7eAOE RE.wEEN RERAR REo FEo oNo 0 DUST 4a�DE°INSTALL A N PAN OLE AR EE NT"L U" 5 CORE DELL NTO TO AS A_FEE c mEA gE P MOVED WALL AND AS PES,RED o GO o Q oC ��iCOww o E U 4 IE --- — — _ to _ Qo QQ �LIIII ❑ TOw O ry o 'm [Ej ❑ �� QCCw P-AFMRI o, FI Q �< QL GE FIC 125 �� RA.A wJ AEN 1 l /� SREET RAND MORGAN ELEVATED STORAGE TANK ELECTRICAL SITE PLAN oim Orw.1 ti'o.Az IN PEES VR 481 SCALE Sl R z GENERAL NOTES NOTES BY SYMBOL CON—W5 C^ RM-JE[F ANN LR — — TO LOCALE REINFORCING 4 4, CONTRACTORS AT / \ / a o OnL�OII'N oa�cwcAs EEM By ITG ACC PROTECT g,pbd eEFwCINTEEry aEeaa nsF REouAia�o iF PE�CONDUTT.ND L PROTEC.ONIN o RAMP, �Z---Al- CONCRETE AousEAEEPINc PAD A \E'STNO o oaw� SPaSR PA - - -CAN - N RRMER CONTROLLER R,o, FORMER CCNTPC -_ d✓ aP-svA'ARE _ _ PANEL P Rv s - - L PRv SFA, c Tos Hv-nos SPR_ P _5T5= PEA G PR�pG, � o o P R, G��- 5 PSR 5 � _ 5 T55 0 -xFMR,R, --0-10111 L RE VR 571 �ns 1/SZB II I II �F���G o ARE m IL U \ / \ 4 P PARE / - I I \ IIIFR-5751B 2scENErV / I5w RnoR E \ -- 52 PMI sP-- -IFMRIDI - D-5752�5[51 z SPARE s]-575 HF C C-A's--TC --� P--PM P/-ST L RN / / TO L-A / aOo YZQr0 0 EN101C aQ - 000Z IT 1111 r�� -- PMP 5 w _ �Q Qoz _-- �QQ PC wVE 0o J� L-POP - 0 a s s+rcr ea or �z RAND MORGAN ELEVATED STORAGE TANK POWER PLAN RAND MORGAN ELEVATED STORAGE TANK CONTROL PLAN mea Arwwrnc�. WIR-481 mrB z NOTES BY SYMBOL(S) OT swAUYs sa uo�E-FM-8 1, 3/4"x NDO STAINLESS STEEL C2U 'CD'ORDER To EU LDING TPO,s wir 4210 TINNED coPPa 00aP 2. I '6 2rv,ERPosE"NLEoPENEF°2R°°Esoi"A ,oei° 9�m R � 4, NEW AEP METER C —AND DETAIL ON SlEE`T ROMV� M I I � I � U S � / Q m ;1113 \\ _ ��IU U ti \ 0 0 Lim i U � / I I I I z I FQ Y Z rz +— ffia Q 5 Z Z ON 0 z <a o z QZ O Z 0 J0 zQz -------- ------ --- ----------------1 \`U^ 0 0 0 W S SHEET ea or I RAND MORGAN ELEVATED STORAGE TANK GROUNDING PLAN coax oanunmc uo. I'll,481 cr p z NOTES BY SYMBOL u tZ� tZ� uaE/AFM cEr 9 av/,m, sER 'LILLY/E AEiI°,o, 6EE GENERA\6 OPiI A° °P�c°A CoUNIT ANEEiw°RUBONar oA,o�ED 4EA]°o°6 g'g9allell, PNEN � �'a$ GGNGER6ArE�Gp6 - - GN Ns�NG UNIT,z>GAi,m, `:'� "TLA6ANEiMpis°6SH 115 PAN, PANLIL LP °°IT I CUP6 roN 6EiE P o E°6°N, L=I c °°, ;8 PMP-5752 P (PAM - "" GENE'AL NOTES - 6POOR PANEL M °E ��G c°N,6G NO ❑' MANUFACTURER, �1EL P_MPRMRs o ❑ ❑ _ D .°PMP-s]s, a RD VFD-5751 V CENERA,oT BY P E°-s] ° � °-s]sz GEI Lpp AT EB, w U (\/���;'��1113 o �IU O W A U o RAND MORGAN ELECTRICAL BUILDING - POWER PLAN RAND MORGAN ELECTRICAL BUILDING - CONTROL PLAN o � E scue IN ree* scue IN vee* U TO PEE EP� E�EP- o Y Z a Z Q LP U Q Z To PANEL -E A-EL O a Q Z U Y Z Om� c iEF W mm m o �Q Q�Q -EL JB mQU w� 0o Jw B IIIIED FAA 11NIT—I. C w SHEET 65 a/ ]2 RAND MORGAN ELECTRICAL BUILDING - LIGHTING PLAN cxo 6renunmc ua. WR-481 IYELE IN FEET d C�oN'uLiRAM'S'NCEI TERIAL O ® ❑ ITEM OlY DESCRIPTION MA S' GR. CAT.No. NOTES a N re 1 w 1 re PPEL JI A 11-1 IN-1111 = 8� NI I U111 11 L 3=„s IBLre� c ® E, = I A, P;,ao�_s11 11 1 rzE,E� _ — ALLEN SUBILE1 „E ALLEN SUBILE1 NAT `�ua: Nz=xo NP=EErvrvNP= uNAT a;=rvNP .Ery oN � oEw �,_, — RANRJU --l w,.��RMASA, ,A A��sno,E1 �rrzN, �rrzN, S1.1-- re re „-.lre, a a P P11RUIre w/nre wuEZNEreI - _ _ U GO 11——imure PN ENAILEI stei�rz G IS Pl.lElUAl SRS GENERAL NOTES El �@e CONTRACTOR TO PEI IY TIESE DRAW LOS WITI TIE U ti p wwJUS BENT TO PROVIDE U TE RED NCT GO 2PROVIDE UPDATED PLC AS-BUILT Ll r ® ® ® ® MANUOLRAWIN A ANALOG SUTPUTS ANO OIG'AL INPONIN OWNER E uss uss z II II I O I II II I I I � cory*reouEre Y II II I�I oiswauroUA rvNE sc-zoo ccry ¢ Q II II �vn*Ea Z z Qw r0 '+n-noe P^Na O a Q w Q p 11 rvErviorex env uis C re LL” Q J m�se cu sr O sxmcx C p iry*EiAEN� O C Eire[wuE S O y o K J _________`J__________`_ res-aes scnon sEc C E Zz ��oZ � d w� O o U J� ELEVATED TANK SCADA PANEL SCADA NETWORK w INTERIOR LAYOUT r COMMUNICATIONS DIAGRAM UJ _E rvrervE ��E mNE NONE S SHEET es or �2 OPIGIN-L-LR 00 W R-481 LEGEND FOR SCHEMATIC DIAGRAMSIEE N'utiRaM's2N[[i T ®g®g LES _c o� rvuMacre RorcP°Les irv°iu*co ° � 8� 6���� 8 © o a Lo77 111111L°�.Eo°ry L�11111L 111L © - o 11.10 IILL - L�ry U wrc.-rer.�z E aL � aarLns - Y U << Z D oozirvvut .�a Z O O -D�reuz i'OO Jo �Qd 00 � wZ v b ozg°s z SHEET 67 0( 72 IEE 1-1 VR 481 T4 z C�oN'uLiRAM'S3NCEl LEGEND FOR SCHEMATIC DIAGRAMS AI-1 (NOTE 1) AI-2 (NOTE 1) ---- 11E11'"'�'"° o) x°maEa or Parrs *P,OVIIDE,E s ° o 0 111111 o 0 AN"000°'o L o `o °R lAIS Ll ------ oIL Al - ®� �°lE° -11 °�°� �EE �ILI ryI'D�° All o DroM °°ro�E d LED 11- o = °21 sPo All a as°m" 1P;� .-2 — ---------- NOTES BY SYMBOL(D ® E s ~ © 1p, 2 ZIE IPAP Pu. Lo — C �IIi o w w U 0 AI-3 NOTE 1) AO-1 U ® ® Q E —1y-J (rvE s>>svcco ria-1111 IPEEI sETP—(NGG � sao --° _--- J z s=1P11°111P°�M�rvE� IPMP-1111 sPEEI o - - -- � Rry-11°1 P°=I.I°ry NAP°IM(rv ) <�o 000 ory ALZ �Q zo ® z © -- - ,P,T Q AoNALIE a— 01POT 'oT'IE AA ® _ ® ------- NPrv. a AT ® a s SGEET se If �z VR 481 LEGEND FOR 52�MATIC DIAGRAMS OIL.mairvc - -------------------------- ITIII 1— = ` .= ,R�Ul AI III AALII C) M-U AT T ----------- 10'1101 1. L—L AT 1. ll.ITI A NOTES BY SYMBOLO 1-1-LAA I-L IT- I.NTI ------------ IIEIE TO I I"EET E'nr - ALUP A N�ITEER`INPUT5 APE NOT ATOWN ON EO T"E,�IIIIINPI,56,1�IENTMI�AEITOIOTO TALI E, 'E,,To , N,0 PANEL 'N'5""'N ULF PLO Al 11 LT I—NO5 N T,E OWNER M-A MANUAL, --------------------- ------------ IITIIE ---------- ----------- IITIIE AA C, _---- ------ AT <-I --------------------- IITIRE A o �o 1,21 <=< C, <- T 211MI Q%D�,X�Ao ToS�I%�110.,DLO VR 481 C�oN'uLiRAM'S SVE[z DI-2 LEGEND FOR SCHEMATIC DIAGRAMS p ® NOTES BY SYMBOLE) nE�O mairvc ® auus�w @8 o� °NM°E°°�P°�°°�G.EA b 6 _ — — -- a P REMPLE 1E1 DooR of1, LITILL AN ALLEN PW o �M op e °°�° 112-11 - -- ----------- -�� PMP-ss,RDNN�N°,NE„ D AND PMRATCE AT �s��DNA o oEN Ll III MN 11 IINHa°°INIL _°P IS FROM PLC D�L IIF EreM rw az°c _ _ - � MP-ns,Fw F MEw, q s°Lcrvoo wvEIIIIENT IlD —E czosPU ME�noN 0` corv,m°arecasL mere.a-z°mn az- El ® 1 - - - - ---------- ----- I AEND E mEun L,un°svn� IPD © - - ---——----------- L PMP-s,°I R°NNIN° P MP-s,°I EwE,(NEw( � - � m P - �APLAUPN III a Q m PUD - 3 os — ADJUSTMENT RS,�=s ----- ------ — Ps_5FEE D, U i- T ISEssuRE wcu(l RESET _ o IVAI � TDI (FROM MAPRC Do) E PAH 11Ma c MsM ~ U aP o o — ———— °PEN 1N 1 © - - —�� P —s,�°E°s HAFR` T ED frvz� ( D> R Z W __________________ Q S svD TO � _ Z z Z u/ IPD Q W- - W Q 4 Diz i,z •�P'g� ____________________� j EN-1111 CENEaATOR VVALVE ttSED o D RUNNiNCMw) 15105) z OYZ — o o CR2 Z ----- - -- Y - w..Da .M a o 0 D�z 111 ,� °EN°,,,aNE PwE. ro �Qa -�� R w �� Jo T L-ENE(DEN w..o �R� I IDI WJ AT IN ® w a ® IIEITISI (TD F�o 'VALVoE�° osi° HVpsoEPLosDA(,oN (.o"PMPIV S°s°A�D( Ro"PMPN TV 55°s��D e VALVE HV-5705 CONTROL SCHEMATIC s OIEET 70 RECORD DOWING W R-48NOUNALF 1 4 DI-3 LEGEND FOR 5!�!MATIC DIAGRAMS gg --,"o -------------------- ----------- IID - --- ------------ IID SPD ------------------- I—IILL ---I-PD----------------------- ---------- IID ------------------ ---------------------------- --------------------- -------------- -- ------------- "0 ---LJ IPD -------------------- << - ------------ IDI SHEET a —DI W17111 "o I MVO�F�T L12 D DO-1(NOTE 1) cNON'uuRaMs,NrET LEGEND FOR SCHEMATIC DIAGRAMS p@p@ 'gill I PEN R H —_– nEED vnrewa �8a89 ®� _ "'L wR rvc 666666 99 _----------5 wP en .a } o� NuueEx or Pons irvoimTsolm65�$�C HD-=TD=-DEEM D „ }�sED a ;z }EDTDDE o ,�RN�N�ROATID��LIoTH�NP HON—TOR ° s 1 ° PAz-----------�} } o } =w ° M ` a(IA5 R eo}o°Pa E°o E;sEMT T aE E-SooE RE ° =PE Ds-STOP }EDTDDE �NTENoI-11 E,o ° sP E �}naE }EDTDDE � I.—I�N o��,�DE-To �' �" v ------------0. .z N1 DET A —lE o E o.o �a } QED as .z }RDTIIE µo-o_�o 1-1 sEAL A arzE NOTES BY SYMBOLD – sEaree a H S�oEp a, �' b} CO )NEI.c.MMANRLllL –�osM vl _ 5 IT TV 1AIE IT 1711 IINTNIL – sEareE EUTIIE nTic) }u sEaaE " VIII a Q.� D R, �:a oP MMAND - RAW�NO,�N THE - C ��ioxw (NEW) sPE } �� �-----------�} O NER M �� �D ° FILL R41 E-„ }UPED 112S E,z }EDTDDE o U IE caNuua NSTART (NEW) asa : }u�EO ",A 5cauuallo D(NEW) U PMP 17 mmmallo MEW) ... }uEEO ru.uaE _ Q L Y� o Q= FlrtuRF , _ E COM ® IAIT DZ(NEW) P �° SED APAI-O P IAPNo D'w U .� M}D (NEW) O a AA w Wr © FTUwalloc(NEw) a e �rz }N& H'z }NTURE E < U O r A7 I ® L��0 PRO T REMEw)�p Esu-5]S5 `M< EL O L I�-LF-a (ONPWERESEI J O Q Q w PAI Oo J� O 0 PIC ® oRTD ;z 1 NsED 8158 ; 1 TDTDRE PAR e S,EE) �z W R-481 crB z 00 72 00 GENERAL CONDITIONS Table of Contents Page Article 1—Definitions and Terminology.....................................................................................................10 1.01 Defined Terms.............................................................................................................................10 1.02 Terminology................................................................................................................................15 Article 2—Preliminary Matters...................................................................................................................16 2.01 Delivery of Bonds and Evidence of Insurance.............................................................................16 2.02 Copies of Documents..................................................................................................................16 2.03 Project Management System......................................................................................................16 2.04 Before Starting Construction ......................................................................................................17 2.05 Preconstruction Conference; Designation of Authorized Representatives................................17 Article 3—Contract Documents: Intent, Requirements, Reuse.................................................................17 3.01 Intent...........................................................................................................................................17 3.02 Reference Standards...................................................................................................................18 3.03 Reporting and Resolving Discrepancies......................................................................................19 3.04 Interpretation of the Contract Documents.................................................................................20 3.05 Reuse of Documents...................................................................................................................20 Article 4—Commencement and Progress of the Work..............................................................................20 4.01 Commencement of Contract Times; Notice to Proceed.............................................................20 4.02 Starting the Work........................................................................................................................20 4.03 Progress Schedule.......................................................................................................................21 4.04 Delays in Contractor's Progress..................................................................................................21 Article 5—Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions...................................................................................................................................................22 5.01 Availability of Lands ....................................................................................................................22 5.02 Use of Site and Other Areas........................................................................................................22 5.03 Subsurface and Physical Conditions............................................................................................23 5.04 Differing Subsurface or Physical Conditions...............................................................................24 5.05 Underground Facilities................................................................................................................25 5.06 Hazardous Environmental Conditions at Site.............................................................................26 Article 6—Bonds and Insurance .................................................................................................................28 6.01 Performance, Payment, and Other Bonds..................................................................................28 General Conditions 007200- 1 Corpus Christi Standards Rev 12/2020 6.02 Licensed Sureties ........................................................................................................................29 6.03 Required Minimum Insurance Coverage....................................................................................29 6.04 General Insurance Provisions......................................................................................................29 6.05 Contractor's Insurance................................................................................................................30 6.06 Property Insurance......................................................................................................................33 6.07 Waiver of Rights..........................................................................................................................34 6.08 Owner's Insurance for Project....................................................................................................34 6.09 Acceptable Evidence of Insurance..............................................................................................35 6.10 Certificate of Insurance...............................................................................................................35 6.11 Insurance Policies........................................................................................................................35 6.12 Continuing Evidence of Coverage...............................................................................................35 6.13 Notices Regarding Insurance ......................................................................................................35 6.14 Texas Workers' Compensation Insurance Required Notice .......................................................36 Article 7-Contractor's Responsibilities.....................................................................................................38 7.01 Supervision and Superintendence..............................................................................................38 7.02 Labor; Working Hours.................................................................................................................38 7.03 Services, Materials, and Equipment ...........................................................................................39 7.04 Concerning Subcontractors, Suppliers, and Others....................................................................39 7.05 Patent Fees and Royalties...........................................................................................................40 7.06 Permits........................................................................................................................................41 7.07 Taxes ...........................................................................................................................................41 7.08 Laws and Regulations..................................................................................................................41 7.09 Safety and Protection .................................................................................................................42 7.10 Safety Representative.................................................................................................................43 7.11 Hazard Communication Programs..............................................................................................43 7.12 Emergencies................................................................................................................................43 7.13 Contractor's General Warranty and Guarantee .........................................................................43 7.14 INDEMNIFICATION......................................................................................................................44 7.15 Delegation of Professional Design Services................................................................................45 Article 8-Other Work at the Site...............................................................................................................46 8.01 Other Work.................................................................................................................................46 8.02 Coordination ...............................................................................................................................47 8.03 Legal Relationships......................................................................................................................47 General Conditions 007200- 2 Corpus Christi Standards Rev 12/2020 Article 9—Owner's and OPT's Responsibilities...........................................................................................48 9.01 Communications to Contractor ..................................................................................................48 9.02 Replacement of Owner's Project Team Members......................................................................48 9.03 Furnish Data................................................................................................................................48 9.04 Pay When Due.............................................................................................................................48 9.05 Lands and Easements; Reports and Tests...................................................................................48 9.06 Insurance.....................................................................................................................................48 9.07 Modifications..............................................................................................................................48 9.08 Inspections,Tests, and Approvals...............................................................................................48 9.09 Limitations on OPT's Responsibilities .........................................................................................48 9.10 Undisclosed Hazardous Environmental Condition......................................................................49 9.11 Compliance with Safety Program................................................................................................49 Article 10—OAR's and Designer's Status During Construction ..................................................................49 10.01 Owner's Representative..........................................................................................................49 10.02 Visits to Site.............................................................................................................................49 10.03 Resident Project Representatives...........................................................................................49 10.04 Rejecting Defective Work........................................................................................................49 10.05 Shop Drawings, Modifications and Payments.........................................................................50 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work...................50 10.07 Limitations on OAR's and Designer's Authority and Responsibilities.....................................50 Article 11—Amending the Contract Documents; Changes in the Work ....................................................50 11.01 Amending and Supplementing the Contract Documents.......................................................50 11.02 Owner-Authorized Changes in the Work................................................................................51 11.03 Unauthorized Changes in the Work........................................................................................51 11.04 Change of Contract Price ........................................................................................................52 11.05 Change of Contract Times.......................................................................................................52 11.06 Change Proposals....................................................................................................................52 11.07 Execution of Change Orders ...................................................................................................53 11.08 Notice to Surety......................................................................................................................54 Article 12—Change Management ..............................................................................................................54 12.01 Requests for Change Proposal................................................................................................54 12.02 Change Proposals....................................................................................................................54 12.03 Designer Will Evaluate Request for Modification...................................................................55 General Conditions 007200- 3 Corpus Christi Standards Rev 12/2020 12.04 Substitutions...........................................................................................................................55 Article13—Claims.......................................................................................................................................56 13.01 Claims......................................................................................................................................56 13.02 Claims Process.........................................................................................................................57 Article 14—Prevailing Wage Rate Requirements.......................................................................................58 14.01 Payment of Prevailing Wage Rates.........................................................................................58 14.02 Records....................................................................................................................................58 14.03 Liability; Penalty; Criminal Offense.........................................................................................59 14.04 Prevailing Wage Rates.............................................................................................................59 Article 15—Cost of the Work; Allowances; Unit Price Work......................................................................59 15.01 Cost of the Work.....................................................................................................................59 15.02 Allowances..............................................................................................................................63 15.03 Unit Price Work.......................................................................................................................63 15.04 Contingencies..........................................................................................................................64 Article 16—Tests and Inspections; Correction, Removal, or Acceptance of Defective Work....................65 16.01 Access to Work........................................................................................................................65 16.02 Tests, Inspections and Approvals............................................................................................65 16.03 Defective Work.......................................................................................................................65 16.04 Acceptance of Defective Work................................................................................................66 16.05 Uncovering Work....................................................................................................................66 16.06 Owner May Stop the Work.....................................................................................................67 16.07 Owner May Correct Defective Work.......................................................................................67 Article 17—Payments to Contractor; Set-Offs; Completion; Correction Period........................................67 17.01 Progress Payments..................................................................................................................67 17.02 Application for Payment.........................................................................................................69 17.03 Schedule of Values..................................................................................................................71 17.04 Schedule of Anticipated Payments and Earned Value............................................................72 17.05 Basis for Payments..................................................................................................................73 17.06 Payment for Stored Materials and Equipment.......................................................................73 17.07 Retainage and Set-Offs ...........................................................................................................74 17.08 Procedures for Submitting an Application for Payment.........................................................74 17.09 Responsibility of Owner's Authorized Representative...........................................................75 17.10 Contractor's Warranty of Title................................................................................................76 General Conditions 007200-4 Corpus Christi Standards Rev 12/2020 17.11 Substantial Completion...........................................................................................................76 17.12 Partial Utilization.....................................................................................................................77 17.13 Final Inspection.......................................................................................................................77 17.14 Final Application for Payment.................................................................................................77 17.15 Final Payment..........................................................................................................................78 17.16 Waiver of Claims.....................................................................................................................78 17.17 Correction Period....................................................................................................................78 Article 18-Suspension of Work and Termination.....................................................................................79 18.01 Owner May Suspend Work.....................................................................................................79 18.02 Owner May Terminate for Cause............................................................................................79 18.03 Owner May Terminate For Convenience................................................................................80 Article 19-Project Management...............................................................................................................81 19.01 Work Included.........................................................................................................................81 19.02 Quality Assurance ...................................................................................................................81 19.03 Document Submittal...............................................................................................................81 19.04 Required Permits ....................................................................................................................81 19.05 Safety Requirements...............................................................................................................82 19.06 Access to the Site....................................................................................................................82 19.07 Contractor's Use of Site..........................................................................................................82 19.08 Protection of Existing Structures and Utilities........................................................................83 19.09 Pre-Construction Exploratory Excavations..............................................................................83 19.10 Disruption of Services/Continued Operations........................................................................84 19.11 Field Measurements ...............................................................................................................84 19.12 Reference Data and Control Points.........................................................................................84 19.13 Delivery and Storage...............................................................................................................85 19.14 Cleaning During Construction.................................................................................................86 19.15 Maintenance of Roads, Driveways, and Access......................................................................86 19.16 Area Access and Traffic Control..............................................................................................87 19.17 Overhead Electrical Wires.......................................................................................................87 19.18 Blasting....................................................................................................................................87 19.19 Archeological Requirements...................................................................................................87 19.20 Endangered Species Resources...............................................................................................88 19.21 Cooperation with Public Agencies..........................................................................................88 General Conditions 007200-5 Corpus Christi Standards Rev 12/2020 Article 20—Project Coordination................................................................................................................88 20.01 Work Included.........................................................................................................................88 20.02 Document Submittal...............................................................................................................88 20.03 Communication During Project...............................................................................................89 20.04 Project Meetings.....................................................................................................................89 20.05 Requests for Information........................................................................................................91 20.06 Decision and Action Item Log..................................................................................................91 20.07 Notification By Contractor......................................................................................................92 20.08 Record Documents..................................................................................................................92 Article 21—Quality Management...............................................................................................................94 21.01 Contractor's Responsibilities ..................................................................................................94 21.02 Quality Management Activities by OPT..................................................................................95 21.03 Contractor's Use of OPT's Test Reports..................................................................................96 21.04 Documentation.......................................................................................................................96 21.05 Standards ................................................................................................................................97 21.06 Delivery and Storage...............................................................................................................97 21.07 Verification Testing for Corrected Defects..............................................................................97 21.08 Test Reports............................................................................................................................97 21.09 Defective Work.......................................................................................................................98 21.10 Limitation of Authority of Testing Laboratory........................................................................98 21.11 Quality Control Plan................................................................................................................98 21.12 Implement Contractor's Quality Control Plan ......................................................................100 Article 22—Final Resolution of Disputes..................................................................................................101 22.01 Senior Level Negotiations .....................................................................................................101 22.02 Mediation..............................................................................................................................101 Article 23—Minority/MBE/DBE Participation Policy................................................................................102 23.01 Policy.....................................................................................................................................102 23.02 Definitions.............................................................................................................................102 23.03 Goals......................................................................................................................................103 23.04 Compliance............................................................................................................................104 Article 24—Document Management........................................................................................................104 24.01 Work Included.......................................................................................................................104 24.02 Quality Assurance .................................................................................................................104 General Conditions 007200-6 Corpus Christi Standards Rev 12/2020 24.03 Contractor's Responsibilities ................................................................................................104 24.04 Document Submittal.............................................................................................................105 24.05 Document Numbering ..........................................................................................................105 24.06 Document Requirements......................................................................................................106 Article25—Shop Drawings.......................................................................................................................107 25.01 Work Included.......................................................................................................................107 25.02 Quality Assurance .................................................................................................................107 25.03 Contractor's Responsibilities ................................................................................................107 25.04 Shop Drawing Requirements ................................................................................................109 25.05 Special Certifications and Reports........................................................................................109 25.06 Warranties and Guarantees..................................................................................................110 25.07 Shop Drawing Submittal Procedures....................................................................................110 25.08 Sample and Mockup Submittal Procedures..........................................................................112 25.09 Equal Non Specified Products...............................................................................................113 25.10 Requests for Deviation..........................................................................................................113 25.11 Designer Responsibilities ......................................................................................................114 25.12 Resubmission Requirements.................................................................................................116 Article26—Record Data ...........................................................................................................................117 26.01 Work Included.......................................................................................................................117 26.02 Quality Assurance .................................................................................................................117 26.03 Contractor's Responsibilities ................................................................................................117 26.04 Record Data Requirements...................................................................................................118 26.05 Special Certifications and Reports........................................................................................118 26.06 Warranties and Guarantees..................................................................................................119 26.07 Record Data Submittal Procedures.......................................................................................119 26.08 Designer's Responsibilities....................................................................................................120 Article 27—Construction Progress Schedule............................................................................................121 27.01 Requirements........................................................................................................................121 27.02 Document Submittal.............................................................................................................121 27.03 Schedule Requirements........................................................................................................121 27.04 Schedule Revisions................................................................................................................123 27.05 Float Time..............................................................................................................................123 Article 28—Video and Photographic documentation ..............................................................................124 General Conditions 007200-7 Corpus Christi Standards Rev 12/2020 28.01 Work Included.......................................................................................................................124 28.02 Quality Assurance .................................................................................................................124 28.03 Document Submittal.............................................................................................................124 28.04 Photographs..........................................................................................................................125 28.05 Video Recording....................................................................................................................125 Article 29-Execution and Closeout.........................................................................................................125 29.01 Substantial Completion.........................................................................................................125 29.02 Final Inspections....................................................................................................................126 29.03 Reinspection Fees .................................................................................................................126 29.04 Closeout Documents Submittal ............................................................................................127 29.05 Transfer of Utilities ...............................................................................................................127 29.06 Warranties, Bonds and Service Agreements.........................................................................127 Article30-Miscellaneous........................................................................................................................128 30.01 Computation of Times...........................................................................................................128 30.02 Owner's Right to Audit Contractor's Records.......................................................................128 30.03 Independent Contractor.......................................................................................................129 30.04 Cumulative Remedies ...........................................................................................................129 30.05 Limitation of Damages..........................................................................................................129 30.06 No Waiver.............................................................................................................................129 30.07 Severability............................................................................................................................129 30.08 Survival of Obligations ..........................................................................................................129 30.09 No Third Party Beneficiaries .................................................................................................130 30.10 Assignment of Contract.........................................................................................................130 30.11 No Waiver of Sovereign Immunity........................................................................................130 30.12 Controlling Law.....................................................................................................................130 30.13 Conditions Precedent to Right to Sue...................................................................................130 30.14 Waiver of Trial by Jury...........................................................................................................130 30.15 Attorney Fees........................................................................................................................130 30.16 Compliance with Laws...........................................................................................................130 30.17 Enforcement..........................................................................................................................131 30.18 Subject to Appropriation.......................................................................................................131 30.19 Contract Sum.........................................................................................................................131 30.20 Contractor's Guarantee as Additional Remedy....................................................................131 General Conditions 007200-8 Corpus Christi Standards Rev 12/2020 30.21 Notices. .................................................................................................................................131 General Conditions 007200-9 Corpus Christi Standards Rev 12/2020 ARTICLE 1—DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Terms with initial capital letters, including the term's singular and plural forms, have the meanings 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 Documents. 7. Bidding Documents — The solicitation documents, the proposed Contract Documents and Addenda. 8. Bidder—An individual or entity that submits a Bid to Owner. 9. Bonds - Performance Bond, Payment Bond, Maintenance Bond, and other Surety instruments executed by Surety. When in singular form, refers to individual instrument. 10. Change Order-A document issued on or after the Effective Date of the Contract,which modifies the Work, Contract Price, Contract Times, or terms and conditions of the Contract. 11. 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. 12. City Engineer - The Corpus Christi City Engineer and/or designee as identified at the preconstruction conference or in the Notice to Proceed. General Conditions 007200- 10 Corpus Christi Standards Rev 12/2020 13. 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. Claims must be initiated by written notice, signed and sworn to be an authorized corporate officer, verifying the truth and accuracy of the Claim. 14. 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. §§5101 et seq.; c. The Resource Conservation and Recovery Act, 42 U.S.C. §§6901 et seq. ("RCRA"); d. The Toxic Substances Control Act, 15 U.S.C. §§2601 et seq.; e. The Clean Water Act, 33 U.S.C. §§1251 et seq.; f. The Clean Air Act, 42 U.S.C. §§7401 et seq.; or g. Any other Laws or Regulations regulating, relating to, or imposing liability or standards of conduct concerning hazardous, toxic, or dangerous waste, substance, or material. 15. Contract -The entire integrated set of documents concerning the Work and describing the relationship between the Owner and Contractor. 16. 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. 17. Contract Documents - Those items designated as Contract Documents in the Agreement. 18. 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. 19. 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. 20. Contractor-The individual or entity with which Owner has contracted for performance of the Work. General Conditions 007200- 11 Corpus Christi Standards Rev 12/2020 21. 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. 22. Cost of the Work - The sum of costs incurred for the proper performance of the Work as allowed by Article 15. 23. Defective - When applied to Work, refers to Work that is unsatisfactory, faulty, or deficient in that it: a. Does not conform to the Contract Documents; b. Does not meet the requirements of applicable inspections, reference standards, tests, or approvals referred to in the Contract Documents; or C. Has been damaged or stolen prior to OAR's recommendation of final payment unless responsibility for the protection of the Work has been assumed by Owner at Substantial Completion 24. 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, Registered Architects or Registered Landscape Architects qualified to practice their profession in the State of Texas. 25. 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. 26. Effective Date of the Contract -The date indicated in the Agreement on which the City Manager or designee has signed the Contract. 27. 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. 28. 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. 29. Indemnified Costs-All costs, losses,damages,and legal or other dispute resolution costs resulting from claims or demands against Owner. These costs include fees for engineers, architects, attorneys, and other professionals. 30. 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. 31. Liens - Charges, security interests, or encumbrances upon Contract related funds, real property, or personal property. General Conditions 007200- 12 Corpus Christi Standards Rev 12/2020 32. 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. 33. 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. 34. Notice of Award-The notice of Owner's intent to enter into a contract with the Selected Bidder. 35. Notice to Proceed - A notice to Contractor of the Contract Times and the date Work is to begin. 36. 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 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. 37. 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. 38. 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. 39. 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. 40. 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. The Progress Schedule must be a Critical Path Method (CPM) Schedule. 41. Project - The total undertaking to be accomplished for Owner under the Contract Documents. 42. Project Manual — That portion of the Contract Documents that may include the following: introductory information,solicitation requirements and responses, proposal, Contract forms and General and Supplementary Conditions, General Requirements, Specification, Drawings, Project Safety Manual and Addenda. 43. 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. General Conditions 007200- 13 Corpus Christi Standards Rev 12/2020 44. 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. 45. Schedule of Documents -A schedule of required documents, prepared and maintained by Contractor. 46. 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. 47. 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. 48. 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. 49. 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. 50. 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. 51. 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. 52. Supplementary Conditions - The part of the Contract that amends or supplements the General Conditions. 53. 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. 54. Technical Data-Those items expressly identified as Technical Data in the Supplementary Conditions with respect to either: a. Subsurface conditions at the Site; b. Physical conditions relating to existing surface or subsurface structures at the Site, except Underground Facilities; or C. Hazardous Environmental Conditions at the Site. 55. 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. 56. Unit Price Work- Work to be paid for on the basis of unit prices. General Conditions 007200- 14 Corpus Christi Standards Rev 12/2020 57. Work - The construction of the Project or its component parts as required by the Contract Documents. 58. 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. 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 General Conditions 007200- 15 Corpus Christi Standards Rev 12/2020 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. 2.02 Copies of Documents A. OPT is to furnish one fully executed Agreement (either electronic or printed) and one copy of the executed Contract Documents in electronic portable document format (PDF). This document is the Project Record Copy of the Contract Documents. 2.03 Project Management System A. Owner shall administer its design and construction management through an internet-based project management system known as e-Builder. B. Contractor shall conduct all communication through and perform all project-related functions utilizing this project management system. This includes all correspondence, General Conditions 007200- 16 Corpus Christi Standards Rev 12/2020 submittals, requests for information, payment requests and processing, contract amendments, change orders, delivery orders and other administrative activities. C. Owner shall administer the software and provide training to Contractor's Team. 2.04 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, which must be a Critical Path Method (CPM) Schedule; 2. Schedule of Documents; and 3. Schedule of Values and projected cash flow information. 2.05 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 and Supplementary Conditions 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 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. General Conditions 007200- 17 Corpus Christi Standards Rev 12/2020 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. 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. General Conditions 007200- 18 Corpus Christi Standards Rev 12/2020 2. No provision of referenced standard specifications, manuals, reference standards, codes, or instructions of a Supplier changes the duties or responsibilities of OPT or Contractor from those described in the Contract Documents or assigns a duty to or gives authority to the OPT to supervise or direct the performance of the Work or undertake responsibilities inconsistent with the Contract Documents. 3. The provisions of the Contract Documents take precedence over standard specifications, manuals, reference standards, codes, or instructions of a Supplier unless specifically stated otherwise in the Contract Documents. B. Comply with applicable construction industry standards, whether referenced or not. 1. Standards referenced in the Contract Documents govern over standards not referenced but recognized as applicable in the construction industry. 2. Comply with the requirements of the Contract Documents if they produce a higher quality of Work than the applicable construction industry standards. 3. Designer determines whether a code or standard is applicable, which of several are applicable, or if the Contract Documents produce a higher quality of Work. C. Make copies of reference standards available if requested by OAR. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Carefully study the Drawings and verify pertinent figures and dimensions with respect to actual field measurements before undertaking the Work. Immediately report conflicts, errors, ambiguities, or discrepancies that Contractor discovers or has actual knowledge of to the OAR. Do not proceed with affected Work until the conflict, error, ambiguity, or discrepancy is resolved by a clarification or interpretation from the OAR or by a Modification to the Contract Documents issued pursuant to Paragraph 11.01. 2. The exactness of existing grades, elevations, dimensions or locations given on any Drawings issued by Designer, or the work installed by other contractors, is not guaranteed by Owner. Contractor shall,therefore, satisfy itself as to the accuracy of all grades, elevations, dimensions and locations. Any errors due to Contractor's failure to verify at the site all such grades, elevations, dimensions or locations relating to such existing or other work shall be rectified by Contractor without any additional cost to Owner. 3. Immediately notify the OAR of conflicts, errors, ambiguities, or discrepancies in the Contract Documents or discrepancies between the Contract Documents and: a. Applicable Laws or Regulations; b. Actual field conditions; c. Standard specifications, manuals, reference standards, or codes; or d. Instructions of Suppliers. 4. Do not proceed with affected Work until the conflict,error, ambiguity, or discrepancy is resolved by a clarification or interpretation from the OAR or by a Modification to the General Conditions 007200- 19 Corpus Christi Standards Rev 12/2020 Contract Documents issued pursuant to Paragraph 11.01, except in an emergency as required by Paragraph 7.12. 5. 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. 6. Contractor is deemed to have included the most expensive item, system, procedure, etc. in the Contract Price if a conflict, error, ambiguity, or discrepancy in components of the Contract Documents was known, but not reported prior to submitting the Bid or when Contractor negotiates the Contract Price. 3.04 Interpretation of the Contract Documents A. Submit questions concerning the non-technical or contractual/administrative requirements of the Contract Documents to the OAR immediately after those questions arise. OAR is to provide an interpretation of the Contract Documents regarding these questions and will coordinate the response of the OPT to Contractor. B. Submit questions regarding the design of the Project described in the Contract Documents to the OAR immediately after those questions arise. OAR is to request an interpretation of the Contract Documents from the Designer. Designer is to respond to these questions by providing an interpretation of the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OPT may initiate a Modification to the Contract Documents through the OAR if a response to the question indicates that a change in the Contract Documents is required. Contractor may appeal Designer's or OAR's interpretation by submitting a Change Proposal. 3.05 Reuse of Documents A. Contractor's Team has no rights to the Contract Documents and may not use the Contract Documents, or copies or electronic media editions of the Contract Documents, other than for the construction of this Project. This provision survives final payment or termination of the Contract. B. Contractor is allowed to retain a copy of the Contract Documents for record purposes, unless specifically prohibited by the Owner for security reasons. Surrender paper and digital copies of the Contract Documents and other related documents and remove these documents from computer equipment or storage devices as a condition of final payment if the Owner so directs. ARTICLE 4—COMMENCEMENT AND PROGRESS OF THE WORK 4.01 Commencement of Contract Times; Notice to Proceed A. The Contract Times commence to run on the date indicated in the Notice to Proceed. 4.02 Starting the Work A. Begin performing the Work on the date indicated in the Notice to Proceed. Do not begin Work prior to having the insurance required in Article 6 in force or before the date indicated in the Notice to Proceed. General Conditions 007200- 20 Corpus Christi Standards Rev 12/2020 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. 4.04 Delays in Contractor's Progress A. No Damages for Delay: Contractor shall receive no compensation for delays or hindrances to the Work,except in the case of direct interference with means and methods by the Owner. In no event shall the Contractor be entitled to any compensation or recovery of any special damages in connection with any delays, including without limitation: consequential damages, lost opportunity costs, impact damages, or other similar damages. Owner's exercise of any of its rights or remedies under the Contract Documents (including without limitation ordering changes in the Work, or directing suspension, rescheduling, or correction of the Work), regardless of the extent or frequency of Owner's exercise of such rights or remedies, shall not be construed as active interference in the Contractor's performance of the Work. An extension of Contract Time, to the extent permitted, shall be the sole remedy of the Contractor for any acknowledged delays.Contractor 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, 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 adjustments in Contract Times are the Contractor's sole and exclusive remedy for the delays, disruption, and interference described in this paragraph. 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 performing other work at or adjacent to the Site; 3. Acts of war or terrorism; and 4. Rain days in excess of the number specified in a calendar year. General Conditions 007200- 21 Corpus Christi Standards Rev 12/2020 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 3. Hazardous Environmental Conditions. 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. Claims for adjustment to the Contract Price or Contract Times that do not comply with Article 13 are waived. 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 General Conditions 007200- 22 Corpus Christi Standards Rev 12/2020 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 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 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. General Conditions 007200- 23 Corpus Christi Standards Rev 12/2020 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 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 to the subsurface or physical condition; 3. Determine if the subsurface or physical condition falls within one or more of the differing Site condition categories in Paragraph 5.04.A; 4. Prepare recommendations to OPT regarding the Contractor's resumption of Work in connection with the subsurface or physical condition in question; 5. Determine the need for changes in the Drawings or Specifications; and 6. Advise OPT of Designer's findings, conclusions, and recommendations. C. OAR is to issue a statement to Contractor regarding the subsurface or physical condition in question and recommend action as appropriate after review of Designer's findings, conclusions, and recommendations. D. Possible Contract Price and Contract Times Adjustments: 1. Contractor is entitled to an equitable adjustment in Contract Price or Contract Times to the extent that a differing subsurface or physical condition causes a change in Contractor's cost or time to perform the Work provided the condition falls within one or more of the categories described in Paragraph 5.04.A. Any adjustment in Contract Price for Work that is paid for on a unit price basis is subject to the provisions of Paragraph 15.03. General Conditions 007200- 24 Corpus Christi Standards Rev 12/2020 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. 4. A Change Order is to be issued by the OAR if Owner and Contractor agree that Contractor is entitled to an adjustment in the Contract Price or Contract Times and agree to the amount or extent of adjustments in the Contract Price or Contract Times. 5.05 Underground Facilities A. The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or adjacent to the Site is based on information and data furnished to OPT by the owners of these Underground Facilities or by others. OPT is not responsible for the accuracy or completeness of information or data provided by others that OPT makes available to Contractor. The Contractor is responsible for: 1. Investigating and field-verifying the location of underground facilities before beginning Work; 2. Reviewing and checking available information and data regarding existing Underground Facilities at the Site; 3. Complying with Laws and Regulations related to locating Underground Facilities before beginning Work; 4. Locating Underground Facilities shown or indicated in the Contract Documents; 5. Coordinating the Work with the owners, including Owner, of Underground Facilities during construction; and 6. 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, but in no event later than 3 days, 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. General Conditions 007200- 25 Corpus Christi Standards Rev 12/2020 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 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 15.03. 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 5.05.8. G. Contractor may submit a Change Proposal regarding its entitlement to or the amount or extent of adjustments in the Contract Price or Contract Times no later than 30 days after OAR's issuance of OPT's statement to Contractor regarding the Underground Facility. 5.06 Hazardous Environmental Conditions at Site A. The Supplementary Conditions identify: 1. Those reports and drawings known to OPT relating to Hazardous Environmental Conditions that have been identified at or adjacent to the Site; and 2. Technical Data contained in these reports and drawings. B. Contractor may rely upon the accuracy of the Technical Data contained in reports and drawings relating to Hazardous Environmental Conditions identified in the Supplementary General Conditions 007200- 26 Corpus Christi Standards Rev 12/2020 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 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 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. General Conditions 007200- 27 Corpus Christi Standards Rev 12/2020 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. 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. General Conditions 007200- 28 Corpus Christi Standards Rev 12/2020 G. Owner may exclude the Contractor from the Site and exercise Owner's termination rights under Article 18 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. 6.03 Required Minimum Insurance Coverage A. Obtain and maintain insurance as required in this Article and in the Supplementary Conditions. B. Deliver evidence of insurance in accordance with the Supplementary Conditions 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. 6.04 General Insurance Provisions A. Provide insurance coverages and limits meeting the requirements for insurance in accordance with this Article 6 and the Supplementary Conditions. B. Provide endorsements to the policies as outlined in this Article. 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 General Conditions 007200- 29 Corpus Christi Standards Rev 12/2020 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 18 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 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. 6.05 Contractor's Insurance A. Purchase and maintain workers' compensation and employer's liability insurance for: 1. Claims under workers' compensation, disability benefits, and other similar employee benefit acts. Obtain workers' compensation coverage through a licensed insurance company in accordance with Texas law and written on a policy and endorsements approved by the Texas Department of Insurance. Provide insurance in amounts to meet all workers' compensation obligations. Provide an "All Other States" endorsement if Contractor is not domiciled in Texas and policy is not written in accordance with Texas Department of Insurance rules. 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 General Conditions 007200-30 Corpus Christi Standards Rev 12/2020 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 Article and the Supplementary Conditions. Insurance is to remain in effect 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 the Supplementary Conditions, provide and maintain Installation Floater insurance for property under the care, custody, or control of Contractor. Provide Installation Floater insurance that is a broad form or "All Peril" policy providing coverage for all materials, supplies, machinery, fixtures, and equipment which will be incorporated into the Work. 1) Provide coverage under the Contractor's Installation Floater that includes: a) Faulty or Defective workmanship, materials, maintenance, or construction; b) Cost to remove Defective or damaged Work from the Site or to protect it from loss or damage; c) Cost to cleanup and remove pollutants; d) Coverage for testing and startup; e) Any loss to property while in transit; f) Any loss at the Site; 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, fixtures, 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, 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. General Conditions 007200-31 Corpus Christi Standards Rev 12/2020 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 Owner as defined in Article 1; and 4. Provide primary coverage for all claims covered by the policies, including those arising from both ongoing and completed operations. G. Purchase and maintain insurance coverage for third-party injury and property damage claims, including clean-up costs that result from Hazardous Environmental Conditions which result from Contractor's operations and completed operations. Provide Contractor's pollution liability insurance that includes long-term environmental impacts for the disposal of pollutants/contaminants and is not limited to sudden and accidental discharge. The completed operations coverage is to remain in effect for 3 years after final payment. The 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 Article must: 1. Include at least the specific coverages and be written for not less than the limits of liability provided in this Article or the Supplementary Conditions 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, General Conditions 007200-32 Corpus Christi Standards Rev 12/2020 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. 6.06 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 Article and the Supplementary Conditions or those required by Laws and Regulations and must comply with the requirements of Paragraph 6.09. This insurance shall: 1. Include the OPT,Contractor,and all Subcontractors,and any other individuals or entities identified in the Supplementary Conditions, as named insureds. 2. Be written on a builder's risk "all risk" policy form that includes insurance for physical loss or damage to the Work, temporary buildings, falsework, and materials and equipment in transit, and insures against at least the following perils or causes of loss: fire; lightning; windstorm; riot; civil commotion; terrorism; vehicle impact; aircraft; smoke; theft; vandalism and malicious mischief; mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; flood; collapse; explosion; debris removal; demolition occasioned by enforcement of Laws and Regulations; water damage (other than that caused by flood); and such other perils or causes of loss as may be specifically required by this Section. If insurance against mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; or flood, are not commercially available under builder's risk, by endorsement or otherwise, this insurance may be provided through other insurance policies acceptable to Owner and Contractor. 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. General Conditions 007200-33 Corpus Christi Standards Rev 12/2020 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. 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 Article and the Supplementary Conditions. 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. 6.07 Waiver of Rights A. Insurance shall include a waiver of subrogation in favor of the additional insureds identified in the Supplementary Conditions. B. All policies purchased in accordance with this Article are to contain provisions to the effect that the insurers have no rights of recovery against OPT, named insureds or additional insureds in the event of a payment for loss or damage. Contractor and insurers waive all rights against the Owner's Indemnities for losses and damages created by or resulting from any of the perils or causes of loss covered by these policies and any other applicable property insurance. None of these waivers extend to the rights Contractor has to the proceeds of insurance as trustee. C. Contractor is responsible for assuring that agreements with Subcontractors contain provisions that the Subcontractor waive all rights against Owner,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. 6.08 Owner's Insurance for 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. General Conditions 007200-34 Corpus Christi Standards Rev 12/2020 6.09 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. 6.10 Certificate of Insurance A. Submit Certificates of Insurance meeting the following requirements: 1. Form has been filed with and approved by the Texas Department of Insurance under Texas Insurance Code §1811.101; or 2. Form is a standard form deemed approved by the Department under Texas Insurance Code §1811.101. 3. No requirements of this Contract may be interpreted as requiring the issuance of a certificate of insurance on a certificate of insurance form that has not first been filed with and approved by the Texas Department of Insurance. B. Include the name of the Project in the description of operations box on the certificate of insurance. 6.11 Insurance Policies A. If requested by the Owner, make available for viewing 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. 6.12 Continuing Evidence of Coverage A. Provide updated, revised, or new evidence of insurance in accordance this Article and the Supplementary Conditions prior to the expiration of existing policies. B. Provide evidence of continuation of insurance coverage at final payment and for the following 3 years. 6.13 Notices Regarding Insurance A. Notices regarding insurance are to be sent to the Owner at the following address: General Conditions 007200-35 Corpus Christi Standards Rev 12/2020 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. 6.14 Texas Workers' Compensation Insurance Required Notice A. Definitions: 1. Certificate of coverage ("certificate") -A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC- 81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the Project. 2. Duration of the Project-includes the time from the beginning of the Work on the Project until the Contractor's/person's Work on the Project has been completed and accepted by the governmental entity. 3. Persons providing services on the Project ("Subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the Project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the Project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the Project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the Project, for the duration of the Project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the Contract. D. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the Project,the Contractor must, prior to the end of the coverage period,file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: 1. A certificate of coverage, prior to that person beginning Work on the Project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the Project; and General Conditions 007200-36 Corpus Christi Standards Rev 12/2020 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; 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 this section, 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 General Conditions 007200-37 Corpus Christi Standards Rev 12/2020 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. 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. Regular working hours are between sunrise and sundown Monday through Saturday unless other times are specifically authorized in writing by OAR. C. Do not perform Work on a 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 Martin Luther King Jr Day Third Monday in January Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Thanksgiving Day Fourth Thursday in November General Conditions 007200-38 Corpus Christi Standards Rev 12/2020 Holiday Date Observed Friday after Thanksgiving Friday after Thanksgiving Christmas Day December 25 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 17.01.13 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 Documents. 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. Under no circumstances shall any Subcontractor debarred under Chapter 41 of The Code of Ordinances, City of Corpus Christi, be deemed acceptable to Owner. 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. General Conditions 007200-39 Corpus Christi Standards Rev 12/2020 F. Contractor maybe 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 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, General Conditions 007200-40 Corpus Christi Standards Rev 12/2020 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. B. Contractor's obligation to indemnify Owner 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. This Project is not exempt from City permits and fees unless expressly stated otherwise. 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. General Conditions 007200-41 Corpus Christi Standards Rev 12/2020 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. D. Contractor may submit a Change Proposal or Owner may initiate a Claim within 30 days of this notice if Owner and Contractor are unable to agree on entitlement to or on the amount or extent of adjustments in Contract Price or Contract Times resulting from these changes. 7.09 Safety and Protection A. Contractor is solely responsible for initiating, maintaining,and supervising safety precautions and programs in connection with the Work. This responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. B. Take necessary precautions for the safety of persons on the Site or who may be affected by the Work, and provide the necessary protection to prevent damage, injury, or loss to: 1. Work and materials and equipment to be incorporated in the Work, whether stored on or off Site; and 2. Other property at or adjacent to the Site, including trees, shrubs, lawns, walks, pavements, roadways, structures, other work in progress, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. C. Comply with applicable Laws and Regulations relating to the safety and protection of persons or property. Erect and maintain necessary safeguards for safety and protection. Notify Owner; the owners of adjacent property, Underground Facilities, and other utilities; and other contractors and utility owners performing work at or adjacent to the Site when prosecution of the Work may affect them. Cooperate with them in the protection, removal, relocation, and replacement of their property or work in progress. 1. Comply with requirements of Underground Facility Damage Prevention and Safety Act, Texas Utilities Code Chapter 251. 2. Comply with all applicable safety rules and regulations of the Federal Occupational Health and Safety Act of 1970 and subsequent amendments (OSHA). D. Remedy damage, injury, or loss to property referred to in Paragraph 7.09.B caused by Contractor's Team. Pay remediation costs unless the damage or loss is: 1. Attributable to the fault of the Contract Documents; 2. Attributable to acts or omissions of OPT; or 3. Not attributable to the actions or failure to act of the Contractor's Team. E. Contractor's duties and responsibilities for safety and protection of persons or the Work or property at or adjacent to the Site continues until Work is completed and resumes whenever Contractor's Team returns to the Site to fulfill warranty or correction obligations or to conduct other tasks. General Conditions 007200-42 Corpus Christi Standards Rev 12/2020 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. 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 to pay 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 General Conditions 007200-43 Corpus Christi Standards Rev 12/2020 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 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, Contractor shall indemnify, defend, and hold harmless the Owner 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 and/or failure to comply with the terms and conditions of the contract, violations of Laws or Regulations, or bodily injury, death or destruction of tangible property caused by the acts, omissions or negligence of the Contractor's Team, regardless of whether such claim, damage, loss or expense is alleged to be caused in part by an Owner 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 against a claim, loss, damage or expense caused by the sole negligence of an Owner. B. To the fullest extent permitted by law, Contractor shall indemnify, defend, and hold harmless the Owner 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 from the consequences of the Owner's sole negligence. c. To the fullest extent permitted by law, Contractor shall indemnify, defend, and hold harmless the Owner from and against Indemnified Costs resulting from infringement on patent rights or copyrights by Contractor's Team. General Conditions 007200-44 Corpus Christi Standards Rev 12/2020 D. The indemnification obligations of this Paragraph 7.14 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 by an employee or the survivor or personal representative of employee of Contractor's Team. The indemnification obligations of this Paragraph 7.14 shall not be deemed to be released,waived or modified in any respect by reason of any surety or insurance provided by Contractor. 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 from later asserting a different basis for indemnification or a different amount of indemnified loss than that indicated in the initial notice. Owner does 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 as to its defense of the claim within 10 days after being notified of the indemnification request. Owner may assume and control the defense if Contractor does not assume the defense. Pay all defense expenses of the Owner as an indemnified loss. 2. Owner 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 to comply with restrictions or limitations that adversely affect Owner; b. Would require Owner to pay amounts that Contractor does not fund in full; or c. Would not result in Owner's 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 General Conditions 007200-45 Corpus Christi Standards Rev 12/2020 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. 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. General Conditions 007200-46 Corpus Christi Standards Rev 12/2020 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 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 or other contractor retained by the City: 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 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 if damages, delays, disruptions, or interference occur. General Conditions 007200-47 Corpus Christi Standards Rev 12/2020 E. Contractor's obligation to indemnify Owner for claims arising out of or related to 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 Article 17. 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 16.02. 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 007200-48 Corpus Christi Standards Rev 12/2020 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. 9.12 Plans and Specifications A. Owner does not warrant the plans and specification. 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 16. OAR is to issue a Defective Work Notice to Contractor and document when Defective Work has been corrected or accepted in accordance with Article 16. General Conditions 007200-49 Corpus Christi Standards Rev 12/2020 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. C. OAR and Designer's authority related to Modifications is described in Article 11. D. OAR's authority related to Applications for Payment is described in Articles 15 and 17. 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 16.04 if Work does not conform to the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. 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 007200-50 Corpus Christi Standards Rev 12/2020 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 will be incorporated in a subsequently issued Change Order following negotiations on the Contract Price and Contract Times. If negotiations under the terms of the Contract Documents governing adjustments, expressly including Paragraphs 11.04 and 11.05 are unsuccessful, 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. 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 16.05. General Conditions 007200-51 Corpus Christi Standards Rev 12/2020 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 for authorized Work 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 13. 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 15.03, 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 15.01 plus a Contractor's fee for overhead and profit determined as provided in Paragraph 15.05 when the Work involved is not covered by unit prices in the Contract Documents and 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, whichever is greater. Owner may decrease the Work by up to 25 percent of the Contract Price. 11.05 Change of Contract Times A. The Contract Times for authorized Work 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 13. 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 in accordance with Article 12 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. General Conditions 007200-52 Corpus Christi Standards Rev 12/2020 B. Notify the OAR within 3 days 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. 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; 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 16.04 or Owner's correction of Defective Work under Paragraph 16.07, 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 13. B. Acceptance of a Change Order by Contractor constitutes a full accord and satisfaction for any and all claims and costs of any kind, whether direct or indirect, including but not limited to impact, delay or acceleration damages arising from the subject matter of the Change Order. Each Change Order must be specific and final as to prices and extensions of time, with no reservations or other provisions allowing for future additional money or time as a result of the particular changes identified and fully compensated in the Change Order. The execution of a Change Order by Contractor constitutes conclusive evidence of Contractor's agreement to the ordered changes in the Work. This Contract, as amended, forever releases any claim against Owner for additional time or compensation for matters relating to or arising out of or resulting from the Work included within or affected by the executed Change Order. This release applies to claims related to the cumulative impact of all Change Orders and to any claim related to the effect of a change on unchanged Work. C. All Change Orders require approval by either the City Council or Owner by administrative action. The approval process requires a minimum of 45 days after submission in final form with all supporting data. Receipt of Contractor's submission by Owner constitutes neither acceptance nor approval of a Change Order, nor a warranty that the Change Order 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. If the Contractor refuses to execute a Change Order that is required to be executed under the terms of this Paragraph 11.07, the Change Order is deemed to be in full force as if executed by Contractor. Contractor may file a Claim for payment and/or time, pursuant to Article 13. General Conditions 007200-53 Corpus Christi Standards Rev 12/2020 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. ARTICLE 12—CHANGE MANAGEMENT 12.01 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 12.02 to the Designer for evaluation by the OPT. 12.02 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. A Change Proposal must be submitted to the OAR no later than 30 days after the event initiating the Change Proposal. 1. Use the Change Proposal form provided. 2. Assign a number to the Change Proposal when issued. 3. Include with the Change Proposal: a. A complete description of the proposed Modification if Contractor initiated or proposed changes to the OPT's description of the proposed Modification. b. The reason the Modification is requested, if not in response to a Request for a Change Proposal. c. A detailed breakdown of the cost of the change if the Modification requires a change in Contract Price. The itemized breakdown is to include: 1) List of materials and equipment to be installed; 2) Man hours for 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; and 9) Other items of cost. General Conditions 007200-54 Corpus Christi Standards Rev 12/2020 d. Provide the level of detail outlined 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 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 15 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 OAR 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 Article 25. 12.03 Designer Will Evaluate Request for Modification A. 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 13. 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. 12.04 Substitutions 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 these procedures for a substitution. B. 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 12.02 along with a Shop Drawing as required by Article 25 to request approval of a substitution. General Conditions 007200-55 Corpus Christi Standards Rev 12/2020 C. 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. D. 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. 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. E. Pay for review of substitutions in accordance with Article 25. ARTICLE 13—CLAIMS 13.01 Claims A. Follow the Claims process described in this Article for the following disputes between Owner and Contractor: 1. Seeking an adjustment of Contract Price or Contract Times; 2. Contesting an initial decision by OAR concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; 3. Appealing OAR's decision regarding a Change Proposal; 4. Seeking resolution of a contractual issue that OAR has declined to address; or 5. Seeking other relief with respect to the terms of the Contract. B. Contractor shall be entitled to an extension of Contract Time for delays or disruptions due to unusually severe weather in excess of weather normally experienced at the job site, as determined from climatological data set forth by the National Weather Service and which affects the Project's critical path. Contractor shall bear the entire economic risk of all weather delays and disruptions. Contractor shall not be entitled to any increase in the Contract Price by reason of such delays or disruptions. Upon Contractor reaching Substantial Completion, Owner and Contractor shall look back at the entire duration of the calendar day Project and review the totality of what Contractor claims were unusually severe weather disruptions. If the Project was delayed or disrupted due to unusually severe weather in General Conditions 007200-56 Corpus Christi Standards Rev 12/2020 excess of weather normally experienced over the entire duration of the Project, Contractor may make a Claim for an extension of the Contract Time for delays or disruptions due to unusually severe weather in excess of weather normally experienced at the job site, as determined from climatological data set forth by the National Weather Service and which affects the Project's critical path. Anytime extension granted shall be non-compensatory. 13.02 Claims Process A. Claims must be initiated by written notice. Notice must conspicuously state that it is a notice of a Claim in the subject line or first sentence. Notice must also list the date of first occurrence of the claimed event. B. Except for Claims resulting from unusually severe weather, notice of a Claim by Contractor must be in writing and delivered to the Owner, Designer and the OAR within 14 days after the start of the event giving rise to the Claim. Failure by Contractor to submit written notice of a Claim within 14 days shall constitute a waiver of such Claim. C. Submit the complete Claim with supporting documentation to Owner no later than 60 days after the start of the event giving rise to the Claim (unless Designer allows additional time for claimant to submit additional or more accurate data in support of such Claim). The Claim must be signed and sworn to by Contractor, certifying 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 relief requested accurately reflects the full compensation to which Contractor is entitled. Failure by Contractor to submit the Claim within 60 days shall constitute a waiver of such Claim. D. Any Claims by Contractor that are not brought within 90 days following the termination of the Contract are waived and shall be automatically deemed denied. E. Claims by Owner must be submitted by written notice to Contractor. F. The responsibility to substantiate a Claim rests with the entity making the Claim. Claims must contain sufficient detail to allow the other party to fully review the Claim. 1. Claims seeking an adjustment of Contract Price must include the Contractor's job cost report. Provide additional documentation as requested by OAR or Designer. 2. Claims seeking an adjustment of Contract Time must include a Time Impact Analysis and native schedule files in Primavera or MS Project digital format. Provide additional documentation as requested by OAR or Designer. G. Claims by Contractor against Owner and Claims by Owner against Contractor, including those alleging an error or omission by Designer but excluding those arising under Section 7.12,shall be referred initially to Designer for consideration and recommendation. H. Designer will review a Claim by Contractor within 30 days of receipt of the Claim and take one or more of the following actions: 1. Request additional supporting data from the party who made the Claim; 2. Issue a recommendation; 3. Suggest a compromise; or General Conditions 007200-57 Corpus Christi Standards Rev 12/2020 4. Advise the parties that Designer is not able to make a recommendation due to insufficient information or a conflict of interest. I. If the Designer does not take any action, the Claim shall be deemed denied 30 days after receipt of the Claim. J. Following receipt of Designer's initial recommendation regarding a Claim,the Contractor and the Owner shall seek to resolve the Claim through the exchange of information and direct negotiations. If no agreement is reached within 90 days, the Claim shall be deemed denied. The Owner and Contractor may extend the time for resolving the Claim by mutual agreement. Notify OAR of any actions taken on a Claim. K. If the entity receiving a Claim approves the Claim in whole or in part or denies it in whole or in part, this action is final and binding unless the other entity invokes the procedure described in Article 22 for final resolution of disputes by filing a notice of appeal within 30 days after this action. L. If the Owner and Contractor reach a mutual agreement regarding a Claim, the results of the agreement or action on the Claim will be incorporated in a Change Order by the OAR to the extent they affect the Contract Documents, the Contract Price, or the Contract Times. M. Both parties shall continue to perform all obligations under the Agreement during the pendency of any dispute or disagreement relating to this Agreement, unless performance would be impracticable or impossible under the circumstances. N. Any failure of Contractor to comply with any of the foregoing conditions precedent with regard to any such Claim shall constitute a waiver of any entitlement to submit or pursue such Claim. O. Receipt and review of a Claim by City shall not be construed as a waiver of any defenses to the Claim available to the City under the Contract Documents or at law. ARTICLE 14—PREVAILING WAGE RATE REQUIREMENTS 14.01 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 and its Subcontractors are required to pay Davis-Bacon Wage Rates. C. Contractor and its Subcontractors are required to pay laborers and mechanics an overtime rate of not less than one and one-half times the basic rate for all hours worked in excess of forty hours in a given workweek. 14.02 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. General Conditions 007200-58 Corpus Christi Standards Rev 12/2020 B. The record shall be open at all reasonable hours to inspection by the officers and agents of the Owner. 14.03 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 §2258.023(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 on 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. 14.04 Prevailing Wage Rates A. Use the Prevailing Wage Rates specified in the Supplementary Conditions. ARTICLE 15—COST OF THE WORK;ALLOWANCES; UNIT PRICE WORK 15.01 Cost of the Work A. The Cost of the Work is the sum of costs described in this Paragraph 15.01, except those excluded in Paragraph 15.01.D, necessary for the proper performance of the Work. The provisions of this Paragraph 15.01 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. General Conditions 007200-59 Corpus Christi Standards Rev 12/2020 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 15.01.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, 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 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 15.01 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; General Conditions 007200-60 Corpus Christi Standards Rev 12/2020 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. For Contractor-and Subcontractor-owned machinery,trucks, power tools or other equipment, use the FHWA rental rates found in the Rental Rate Blue Book ("Blue Book") multiplied by the regional adjustment factor and the rate adjustment factor to establish hourly rates. Use the rates in effect for each section of the Blue Book at the time of use. Payment will be made for the actual hours used in the Work. 1) Standby costs will be paid at 50% of the FHWA rental rates found in the Blue Book if Contractor is directed by Owner in writing to standby. Standby costs will not be allowed during periods when the equipment would otherwise have been idle. For a six-day work week, no more than eight hours per a 24-hour day, no more than 48 hours per week and no more than 208 hours per month shall be paid of standby time. Operating costs shall not be charged by Contractor. e. 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; 1) The hourly rate shall be determined by dividing the actual invoice cost by the actual number of hours the equipment is involved in the Work. Owner reserves the right to limit the hourly rate to comparable Blue Book rates. 2) If Contractor is directed to standby in writing by Owner, standby costs will be paid at the invoice daily rate excluding operating costs, which includes fuel, lubricants, repairs and servicing. f. 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; g. Deposits lost for causes other than negligence of Contractor's Team; h. Royalty payments and fees for permits and licenses; i. Cost of additional utilities, fuel, and sanitary facilities at the Site; j. Minor expense items directly required by the Work; and k. 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 General Conditions 007200-61 Corpus Christi Standards Rev 12/2020 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 15.01.C.1 or specifically covered by Paragraph 15.01.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. 7. Other overhead or general expense costs and the costs of items not described in Paragraphs 15.01.C. E. The Contractor's fee for profit and overhead is determined as follows: 1. In accordance with the Agreement when the Work is performed on a cost-plus basis; 2. A mutually acceptable fixed fee; or 3. 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 15.01.C.1, 15.01.C.2 and 15.01.C.4; b. The Contractor's fee is 5 percent for costs incurred under Paragraph 15.01.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 15.01.C.1 and 15.01.C.2 for the Subcontractor that actually performs the Work at whatever tier; 2) The Subcontractor's fee is 5 percent for costs incurred under Paragraph 15.01.C.4 for the Subcontractor that actually performs the Work at whatever tier; and 3) 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 Paragraph 15.01.D; General Conditions 007200-62 Corpus Christi Standards Rev 12/2020 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 4. The adjustment in Contractor's fee is based on the net change in accordance with Paragraphs 15.05.13.1 through 15.05.13.5, inclusive when both additions and credits are involved in any one change. F. Establish and maintain records in accordance with generally accepted accounting practices and submit these records, including an itemized cost breakdown together with supporting data, in a form and at intervals acceptable to OAR whenever the Cost of the Work is to be determined pursuant to this Paragraph 15.01. 15.02 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 15.02.13.1 and 15.02.13.2 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. 15.03 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 Contract. 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 15.03.E. General Conditions 007200-63 Corpus Christi Standards Rev 12/2020 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 15.03.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 Contract; 2. There is no corresponding adjustment with respect to other items of Work; and 3. Contractor believes it has incurred additional expense as a result of this condition or Owner believes that the quantity variation entitles Owner to an adjustment in the Contract Price. 15.04 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 Contract. 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 15.01. 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 Contract. 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. General Conditions 007200-64 Corpus Christi Standards Rev 12/2020 ARTICLE 16—TESTS AND INSPECTIONS;CORRECTION,REMOVAL,OR ACCEPTANCE OF DEFECTIVE WORK 16.01 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. 16.02 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 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. ork;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. 16.03 Defective Work A. It is Contractor's obligation to ensure 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. General Conditions 007200-65 Corpus Christi Standards Rev 12/2020 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. 16.04 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 17 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 17 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. 16.05 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 resulting from the Defective Work if it is found that the uncovered Work is Defective. General Conditions 007200-66 Corpus Christi Standards Rev 12/2020 16.06 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 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. 16.07 Owner May Correct Defective Work A. Owner may remedy deficiencies in the Work 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 16.07. D. All claims, costs, losses, and damages incurred or sustained by Owner in exercising the rights and remedies under this Paragraph 16.07 are to be charged against Contractor as a set-off against payments due under Article 17. 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 16.07. ARTICLE 17—PAYMENTS TO CONTRACTOR; SET-OFFS;COMPLETION; CORRECTION PERIOD 17.01 Progress Payments A. Progress payment requests are to be submitted to the OAR on the Application for Payment form provided by the OAR following procedures in this Article 17. General Conditions 007200-67 Corpus Christi Standards Rev 12/2020 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 17.03. 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 15.03. 3. Progress payments for Work to be paid on the basis of the Cost of the Work per Paragraphs 15.01, 15.02 and 15.04 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 16.07; e. The Contract Price has been reduced by Change Orders; f. Events have occurred that would constitute a default by Contractor justifying a termination for cause; g. Liquidated damages have accrued as a result of Contractor's failure to achieve Milestones, Substantial Completion, or completion of the Work; h. Liens have been filed in connection with the Work, except where Contractor has delivered a specific Bond satisfactory to Owner to secure the satisfaction and discharge of these Liens; i. Failure to submit up-to-date record documents as required by the Contract Documents; j. Failure to submit monthly Progress Schedule updates or revised schedules as requested by the OAR; k. Failure to provide Project photographs required by the Contract Documents; I. Failure to provide Certified Payroll required by the Contract Documents; General Conditions 007200-68 Corpus Christi Standards Rev 12/2020 m. 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; n. Costs for tests performed by the Owner to verify that Work previously tested and found to be Defective has been corrected; o. 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. Other items entitling Owner to a set-off against the amount recommended; or q. 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. 17.02 Application for Payment A. Submit Applications for Payment for completed Work and for materials and equipment in accordance with the Supplementary Conditions, the Agreement, and this Article 17. 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; General Conditions 007200-69 Corpus Christi Standards Rev 12/2020 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; 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; General Conditions 007200-70 Corpus Christi Standards Rev 12/2020 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. 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. Record Documents per Article 20. 2. Progress Schedule per Article 27. 3. Project photographs per Article 28. 4. Documentation required to comply with Owner's Minority / MBE / DBE Participation Policy. 5. Documentation required to substantiate any approved Project deviation, including overruns of Designer's estimated quantity. 6. Documentation required by funding agency, if applicable. 17.03 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 attached to the Application for Payment - 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. If unit prices are included in the Contract, use each unit price line item in the Contract 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. General Conditions 007200-71 Corpus Christi Standards Rev 12/2020 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 costs associated with the item in the Contract. 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. 17.04 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. General Conditions 007200-72 Corpus Christi Standards Rev 12/2020 17.05 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 17.03 will be made for the measured number of units. 4. Payment for stored materials and equipment will be made per Paragraph 17.06. 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 Contract. b. Payment for stored materials and equipment will be made per Paragraph 17.06. 2. Measure the Work described in the Contract 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. 17.06 Payment for Stored Materials and Equipment A. Store materials and equipment properly at the Site. 1. Payment will be made for the invoice amount less the specified retainage. 2. Payment for materials and equipment shown in the Application for Payment and attachments will be made for the invoice amount, up to the value shown 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 the Application for Payment and attachments. Include invoice numbers so that a comparison can be made between invoices and amounts included on the Application for Payment and attachments. 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 General Conditions 007200-73 Corpus Christi Standards Rev 12/2020 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 that Contractor provides 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. 17.07 Retainage and Set-Offs A. Retainage will be withheld from each Application for Payment per the Agreement. Retainage will be released per the General Conditions. B. Reduce payments for set-offs per the General Conditions. Include the appropriate attachment to the Application for Payment. 17.08 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 Contract 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. General Conditions 007200-74 Corpus Christi Standards Rev 12/2020 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 items 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. 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. 17.09 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. General Conditions 007200-75 Corpus Christi Standards Rev 12/2020 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; 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. 17.10 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. 17.11 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 within 30 days after Contractor's notification to determine if the Work is substantially complete. OAR, within 120 days after receipt of Contractor's notification, 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 007200-76 Corpus Christi Standards Rev 12/2020 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. 17.12 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 17.11 forthis part ofthe 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. 17.13 Final Inspection A. OPT is to make a final inspection upon notice from Contractor that the entire Work or portion to be accepted 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. 17.14 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. General Conditions 007200-77 Corpus Christi Standards Rev 12/2020 17.15 Final Payment A. Make final Application for 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. 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. 17.16 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; 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 22 and specifically noted in the Certificate of Final Completion. 17.17 Correction Period A. Promptly correct Defective Work without cost to Owner for 1 year after the date of Substantial Completion or, in the event of a latent defect, within 1 year after discovery thereof by City. 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 17.17.A and 17.17.B corrected if Contractor does not comply with the terms of OAR's instructions, or in an emergency where delay would cause serious risk of loss or damage. General Conditions 007200-78 Corpus Christi Standards Rev 12/2020 D. Contractor's obligation to indemnify Owner 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 system is 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. Contractor's obligations under this Paragraph 17.17 are in addition to other obligations or warranties. The provisions of this Paragraph 17.17 are not a substitute for, or a waiver of, the provisions of applicable statutes of limitation or repose. ARTICLE 18—SUSPENSION OF WORK AND TERMINATION 18.01 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. 18.02 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; 6. Contractor's repeated disregard of the authority of OPT; 7. Contractor's failure to prosecute the work with diligence; or General Conditions 007200-79 Corpus Christi Standards Rev 12/2020 8. Contractor's other material breach of the contract. 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 18.02.A.4. Owner may terminate Contractor's performance under this Contract if Contractor and surety fail to provide adequate documentation satisfactory to Owner within 10 days of OAR's request for this information. C. Owner may declare Contractor to be in default, give notice to Contractor and surety that Contractor's performance under 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 18.02.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 Contractor's performance under the Contract for cause. E. Owner may elect not to proceed with termination of Contractor's performance under the Contract under this Paragraph 18.02 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 18.02. 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. The 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. Owner is not required to obtain the lowest price for the Work performed when exercising its rights or remedies under this paragraph. G. Termination of Contractor's performance 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. H. In the event the Owner terminates the contract for cause, and it is later determined that cause for termination was lacking, the termination will be deemed a termination without cause under Paragraph 18.03. 18.03 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 15.05; and 3. Reasonable expenses directly attributable to termination, including costs incurred to prepare a termination for convenience cost proposal. General Conditions 007200-80 Corpus Christi Standards Rev 12/2020 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. ARTICLE 19— PROJECT MANAGEMENT 19.01 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. 19.02 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. 19.03 Document Submittal A. Provide documents in accordance with Article 24. 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 Data. 19.04 Required 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. General Conditions 007200-81 Corpus Christi Standards Rev 12/2020 19.05 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 Article 26. 19.06 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. 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 Article 26. 19.07 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. 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. General Conditions 007200-82 Corpus Christi Standards Rev 12/2020 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. 19.08 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 and coordinate Work with local utility companies 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. 19.09 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. General Conditions 007200-83 Corpus Christi Standards Rev 12/2020 C. Prepare a Plan of Action 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 OAR. E. Unless specifically indicated otherwise in the Bid Form, no separate payment will be made for pre-construction exploratory excavations. Include the cost for pre-construction exploratory excavations in the unit price for the pipe construction or other applicable feature. When necessary, pavement repairs associated with exploratory excavations that are beyond the limits of the new pavement will be paid for at the unit prices for pavement repair when an item is included in the Bid Form. When an item for pavement repair is not included in the Bid Form, the cost should be included in the unit price for the pipe construction or other applicable feature. 19.10 Disruption of Services/Continued Operations A. Existing facilities are to continue in service as usual during the construction unless noted otherwise. Owner of 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 if facilities must be taken out of operation. 19.11 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 Data as required in Article 26. 19.12 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. General Conditions 007200-84 Corpus Christi Standards Rev 12/2020 Notify OAR when the reference point is lost, destroyed, or requires relocation. Replace Project control points on the basis of the original survey. C. Provide complete engineering layout of the Work needed for construction. 1. Provide competent personnel. Provide equipment including accurate surveying instruments, stakes, platforms,tools, and materials. 2. Provide surveying with accuracy meeting the requirements established for Category 5 Construction Surveying as established in the Manual of Practice of Land Surveying in Texas published by the Texas Society of Professional Surveyors, latest revision. 3. Record Data and measurements per standards. 19.13 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 precautionsto preventthe pipefrom 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. General Conditions 007200-85 Corpus Christi Standards Rev 12/2020 4. Provide surface drainage to prevent erosion and ponding of water. 5. Prevent mixing of refuse or chemically injurious materials or liquids with stored materials. 6. Pipes and conduits stored outdoors are to have open ends sealed to prevent the entrance of dirt, moisture, and other injurious materials. Protect PVC pipe from ultraviolet light exposure. 7. Store light weight products to prevent wind damage. I. Maintain storage facilities. Inspect stored products on a weekly basis and after periods of severe weather to verify that: 1. Storage facilities continue to meet specified requirements; 2. Supplier's required environmental conditions are continually maintained; and 3. Products that can be damaged by exposure to the elements are not adversely affected. J. Replace any stored item damaged by inadequate protection or environmental controls. K. Payment may be withheld for any products not properly stored. 19.14 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. 19.15 Maintenance of Roads, Driveways, and Access A. Maintain roads and streets in a manner that is suitable for safe operations of public vehicles during all phases of construction unless the Owner approves a street closing. Do not close public roads overnight. B. Submit a Notification by Contractor for Owner's approval of a street closing. The request shall state: General Conditions 007200-86 Corpus Christi Standards Rev 12/2020 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. 19.16 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. 19.17 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. 19.18 Blasting A. Blasting is not allowed for any purpose. 19.19 Archeological Requirements A. Cease operations immediately and contact the Owner for instructions if historical or archaeological artifacts are found during construction. B. Conduct all construction activities to avoid adverse impact on the Sites where significant historical or archaeological artifacts are found or identified as an area where other artifacts could be found. 1. Obtain details for Working in these areas. 2. Maintain confidentiality regarding the Site. General Conditions 007200-87 Corpus Christi Standards Rev 12/2020 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. 19.20 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. 19.21 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. ARTICLE 20—PROJECT COORDINATION 20.01 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. 20.02 Document Submittal A. Provide documents in accordance with Article 24. General Conditions 007200-88 Corpus Christi Standards Rev 12/2020 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. 20.03 Communication During Project A. The OAR is to be the first point of contact for all parties on matters concerning this Project. B. The OAR 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. 20.04 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 Article 27. b. Schedule of Values and anticipated Schedule of Payments per Article 17. C. List of Subcontractors and Suppliers. General Conditions 007200-89 Corpus Christi Standards Rev 12/2020 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. 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 20.07 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. General Conditions 007200-90 Corpus Christi Standards Rev 12/2020 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. 20.05 Requests for Information A. Submit Request for Information (RFI) to the OAR 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. OAR 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 Article 12 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 20.06. E. Use the Action Item Log to document assignments for actions to be taken in accordance with Paragraph 20.06. 20.06 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 20.04 to allow OAR to update the log prior to the Progress meetings. 3. Be prepared to discuss the status at each meeting. General Conditions 007200-91 Corpus Christi Standards Rev 12/2020 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 item if appropriate. The Contract Documents can only be changed by a Modification. 20.07 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. 20.08 Record Documents A. Maintain at the Site one complete set of printed Record Documents including: 1. Drawings. 2. Specifications. 3. Addenda. 4. Modifications. 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. General Conditions 007200-92 Corpus Christi Standards Rev 12/2020 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. 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. General Conditions 007200-93 Corpus Christi Standards Rev 12/2020 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. ARTICLE 21—QUALITY MANAGEMENT 21.01 Contractor's Responsibilities A. Review the OPT's Quality Management Program and prepare and submit the Contractor's Quality Control Plan. B. Implementthe 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; General Conditions 007200-94 Corpus Christi Standards Rev 12/2020 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; 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 through 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 OAR and the Designer. F. Provide an update on quality control activities at monthly progress meetings. 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. Owner will withhold payment for additional testing fees incurred due to Contractor noncompliance with OPT's Quality Control Program, including retesting fees, standby time, cancellation charges, and trip fees for retesting or cancellations. I. 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. 21.02 Quality Management Activities by 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 21.01. B. Quality assurance testing performed by the OPT will be paid for by the Owner, except for verification testing required per Paragraph 21.07. 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: General Conditions 007200-95 Corpus Christi Standards Rev 12/2020 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; 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. 21.03 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 test 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 implement the Contractor's Quality Control Plan resulting from these deviations. 21.04 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 Article 25. 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, General Conditions 007200-96 Corpus Christi Standards Rev 12/2020 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 Documents and why it does not comply. Submit these test reports as part of a Shop Drawings submitted per Article 25. 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 and why it does not comply. Submit these test reports on forms provided per Article 24. 21.05 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. 21.06 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, and processing test specimens as required by test standard to maintain the integrity of Samples. 21.07 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. 21.08 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; General Conditions 007200-97 Corpus Christi Standards Rev 12/2020 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; 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 sample 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. 21.09 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. 21.10 Limitation of Authority of 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. 21.11 Quality Control Plan A. Submit the Contractor's Quality Control Plan for approval as a Shop Drawing per Article 25. Use Contractor's Quality Control Plan Checklist provided to review the document before General Conditions 007200-98 Corpus Christi Standards Rev 12/2020 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 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 21.11.13.5 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 21.04. 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. General Conditions 007200-99 Corpus Christi Standards Rev 12/2020 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. 21.12 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. Include the following phases for each definable Work task. A definable Work task is one which is separate and distinct from other tasks, has separate control requirements, may be provided by different trades or disciplines, or may be Work by the same trade in a different environment. 1. Planning Phase: Perform the following before beginning each definable Work task: a. Review the Contract Drawings. b. Review documents and determine that they are complete in accordance with the Contract Documents. c. Check to assure that all materials and/or equipment have been tested, submitted, and approved. d. Examine the work area to assure that all required preliminary Work has been completed and complies with the Contract Documents. e. Examine required materials, equipment, and Sample Work to assure that they are on hand, conform to Shop Drawings and Record Data, and are properly stored. f. Review requirements for quality control inspection and testing. g. Discuss procedures for controlling quality of the Work. Document construction tolerances and workmanship standards for the Work task. h. Check that the portion of the plan for the Work to be performed incorporates document review comments. i. Discuss results of planning phase with the OAR. Conduct a meeting attended by the Quality Control Manager, the OAR, superintendent, other quality control personnel as applicable, and the foreman responsible for the Work task. Instruct applicable workers as to the acceptable level of workmanship required in order to meet the requirements of the Contract Documents. Document the results of the preparatory phase actions by separate meeting minutes prepared by the Quality Control Manager and attached to the quality control report. j. Do not move to the next phase unless results of investigations required for the planning phase indicate that requirements have been met. 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. General Conditions 007200- 100 Corpus Christi Standards Rev 12/2020 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 with the OPT one month prior to the expiration of the correction period. 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. ARTICLE 22—FINAL RESOLUTION OF DISPUTES 22.01 Senior Level Negotiations A. Each party is required to continue to perform its obligations under the Contract pending the final resolution of any dispute arising out of or relating to the Contract, unless it would be impossible or impracticable under the circumstances then present. B. All negotiations pursuant to Article 22 are confidential and shall be treated as compromise and settlement negotiations for purposes of applicable rules of evidence. C. Before invoking mediation, Owner and Contractor agree that they first shall try to resolve any dispute arising out of or related to this Contract through discussions directly between those senior management representatives within their respective organizations who have overall managerial responsibility for similar projects. Both Owner and Contractor agree that this step shall be a condition precedent to use of any other alternative dispute resolution process. If the parties' senior management representatives cannot resolve the dispute within 45 calendar days after a party delivers a written notice of such dispute to the other, then the parties shall proceed with mediation. 22.02 Mediation A. In the event that Owner and/or Contractor contend that the other has committed a material breach of the Contract or the parties cannot reach a resolution of a claim or dispute pursuant General Conditions 007200- 101 Corpus Christi Standards Rev 12/2020 to Article 13, as a condition precedent to filing a lawsuit, either party shall request mediation of the dispute with the following requirements: 1. The request for mediation shall be in writing and shall request that the mediation commence not less than 30 calendar days or more than 90 calendar days following the date of the request, except upon agreement of the parties. 2. In the event Owner and Contractor are unable to agree to a date for the mediation or to the identity of the mediator within 30 calendar days following the date of the request for mediation, all conditions precedent shall be deemed to have occurred. 3. Owner and Contractor are to each pay one-half of the mediator's fees and costs. Venue for any mediation or lawsuit filed under this Contract shall be in Nueces County, Texas. Any agreement reached in mediation shall be enforceable as a settlement in any court having jurisdiction thereof. 4. Nothing in this Contract shall be construed as consent to a lawsuit. No provision of the Contract shall waive any immunity or defense. ARTICLE 23—MINORITY/MBE/DBE PARTICIPATION POLICY 23.01 Policy A. It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women, low income persons and Minority/Disadvantaged Business Enterprises (M/DBE) to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives. 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. 23.02 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 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/Disadvantaged Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s) or socially and economically disadvantaged individual(s). Minority/Disadvantaged 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). General Conditions 007200- 102 Corpus Christi Standards Rev 12/2020 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. 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. Socially and economically disadvantaged individual: Any individual who is a citizen (or lawfully admitted permanent resident) of the United States and who has been subjected to racial or ethnic prejudice or cultural bias within American society because of his or her identity as a member of a group and without regard to his or her individual qualities. The social disadvantage must stem from circumstances beyond the individual's control. F. 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. G. 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. 23.03 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 1. Minority participation goal is 45%. 2. Minority Business Enterprise participation goal is 15%. 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 General Conditions 007200- 103 Corpus Christi Standards Rev 12/2020 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. 23.04 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. ARTICLE 24—DOCUMENT MANAGEMENT 24.01 Work Included A. Submit documentation as required by the Contract Documents and as reasonably requested by the OPT. 24.02 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. 24.03 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 Article 27. 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. General Conditions 007200- 104 Corpus Christi Standards Rev 12/2020 24.04 Document Submittal 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). a. Create PDF documents from native format files unless files are only available from scanned documents. b. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. c. 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. d. Submit color PDF documents where color is required to interpret the document. e. 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. f. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. g. Use software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. h. Add footers to each document with the Project name. 24.05 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 General Conditions 007200- 105 Corpus Christi Standards Rev 12/2020 Prefix Description Originator RCP Request for a Change Proposal OAR RD Record Data Contractor RFI Request for Information Contractor SD Shop Drawing Contractor SCH Schedule of Progress Contractor 2. Issue sequence numbers in chronological order for each type of document. 3. Issue numbers for resubmittals that have the same number as the original document followed by an alphabetical suffix indicating the number of times the same document has been sent to the Designer for processing. For example: SD 025 A represents Shop Drawing number 25 and the letter "A" designates that this is the second time this document has been sent for review. 4. Clearly note the document number on each page or sheet of the document. 5. Correct assignment of numbers is essential since different document types are processed in different ways. B. Include reference to 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. 24.06 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 Section Application for Payment Article 17 Change Proposal Article 12 Certified Test Report Article 25 for approval of product Article 21 to demonstrate compliance Notification by Contractor Article 20 Photographic Documentation Article 28 Progress Schedules Article 27 Record Data Article 26 Request for Information Article 20 Shop Drawing Article 25 Schedule of Values Article 17 Substitutions Article 12 General Conditions 007200- 106 Corpus Christi Standards Rev 12/2020 Document Type Section Suppliers and Subcontractors Articles 20 and 26 ARTICLE 25—SHOP DRAWINGS 25.01 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. 25.02 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 25.10 are approved. C. Furnish and install products that fully comply with the information included in the document submittal. 25.03 Contractor's Responsibilities A. Provide Shop Drawings as required by Paragraph 25.03 of the Supplementary Conditions. B. Include Shop Drawings in the Schedule of Documents required by Article 24 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 Article 27. 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 General Conditions 007200- 107 Corpus Christi Standards Rev 12/2020 a Shop Drawing is submitted for review unless a longer period of time is indicated in the Contract Documents. 3. Schedule document submittals to provide all information for interrelated Work at one time. 4. Allow adequate time for ordering, fabricating, delivering, and installing product so construction of the Project is not delayed. D. Complete the following before submitting a Shop Drawing or Sample: 1. Prepare Shop Drawing Review and coordinate the Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials,catalog numbers,and similar information with respect to Shop Drawings and Samples; 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and 4. Determine and verify information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. E. Determine and verify: 1. Accurate field measurements, quantities, and dimensions are shown on the Shop Drawings; 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 Drawings are complete for their intended purpose; and 5. Conflicts between the Shop Drawings 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 25.09. 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. General Conditions 007200- 108 Corpus Christi Standards Rev 12/2020 25.04 Shop Drawing Requirements A. Provide adequate information in Shop Drawings and Samples so Designer can: 1. Assist the Owner in selecting colors, textures, or other aesthetic features. 2. Compare the proposed features of the product with the specified features and advise Owner that the product does, in general, conform to the Contract Documents. 3. Compare the performance features of the proposed product with those specified and advise the Owner that the product does, in general,conform to the performance criteria specified in the Contract Documents. 4. Review required certifications, guarantees, warranties, and service agreements for compliance with the Contract Documents. B. Include a complete description of the product to be furnished, including: 1. Type, dimensions, size, arrangement, and operational characteristics of the product; 2. Weights,gauges, materials of construction,external connections,anchors,and supports required; 3. All applicable standards such as ASTM or Federal specification numbers; 4. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 5. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 6. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document submittal that the measurements represent actual dimensions obtained at the Site. C. Submit Shop Drawings that require coordination with other Shop Drawings at the same time. Shop Drawings requiring coordination with other Shop Drawings will be rejected until a complete package is submitted. 25.05 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 General Conditions 007200- 109 Corpus Christi Standards Rev 12/2020 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. 25.06 Warranties and Guarantees A. Provide all required warranties, guarantees, and related documents with the Shop Drawing. The effective date of warranties and guarantees will be the date of acceptance of the Work by the Owner. B. Identify all Extended Warranties, defined as any guarantee of performance for the product or system beyond the 1-year correction period described in the General Conditions. Issue the warranty certificate in the name of the Owner. Provide a Warranty Bond for Extended Warranties if required by Specification Sections. C. Provide a copy of all warranties in a separate document in accordance with Article 29. 25.07 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 documents from native format files unless files are only available from scanned documents. b. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. c. 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. d. Submit color PDF documents where color is required to interpret the Shop Drawing. Submit Samples and color charts per Paragraph 25.08.A. e. 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. f. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. g. Use software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. h. Add footers to each document with the Project name. General Conditions 007200- 110 Corpus Christi Standards Rev 12/2020 3. Submit each specific product or class of material separately so these can be tracked and processed independently. Do not submit Shop Drawings for more than one product in the same Shop Drawing. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Shop Drawings. a. Use terms and symbols in Shop Drawings consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Shop Drawings. C. Provide a legend for symbols used on Shop Drawings. 6. Mark Shop Drawings to reference: a. Related Specification Sections, b. Drawing number and detail designation, C. Product designation or name, d. Schedule references, e. System into which the product is incorporated, and f. Location where the product is incorporated into the Project. B. Use the following conventions to markup Shop Drawings for review: 1. Make comments and corrections in the color blue. Add explanatory comments to the markup. 2. Highlight items in black that are not being furnished when the Supplier's standard drawings or information sheets are provided so that only the products to be provided are in their original color. 3. Make comments in the color yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. 4. Make comments in the color orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Include explanatory comments in the Shop Drawing Deviation Request form. 5. Mark dimensions with the prefix FD to indicate field verified dimensions on the Shop Drawings. C. Submit a Change Proposal per Article 12 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 General Conditions 007200- 111 Corpus Christi Standards Rev 12/2020 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 25.03. 25.08 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. General Conditions 007200- 112 Corpus Christi Standards Rev 12/2020 7. Dispose of mockups when related Work has been completed and disposal is approved by the Designer. 25.09 Equal Non Specified Products A. 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 this article 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. 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. 25.10 Requests for Deviation A. Submit requests for deviation from the Contract Documents for any product that does not fully comply with the Contract Documents. B. Submit requests for deviation using the Shop Drawing Deviation Request form provided. Identify each deviation request as a separate item. Include all requested deviations that must be approved as a group together and identify them as a single item. C. Include a description of why the deviation is required and the impact on Contract Price or Contract Times. Include the amount of any cost savings to the Owner for deviations that result in a reduction in cost. D. Submit as a Change Proposal prior to submitting the Shop Drawing if the deviation will result in a change in Contract Price or Contract Times. General Conditions 007200- 113 Corpus Christi Standards Rev 12/2020 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. 25.11 Designer Responsibilities A. Shop Drawings will be received by the Designer. Designer will log the documents and review per this Article for general conformance with the Contract Documents. 1. Designer's review and approval will be only to determine if the products described in the Shop Drawing or Sample will, after installation or incorporation into the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. Designer's review and approval will not extend to means, methods, techniques, sequences, or procedures of construction or to safety precautions or programs incident thereto. 3. Designer's review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. B. Comments will be made on items called to the attention of the Designer for review and comment. Any marks made by the Designer do not constitute a blanket review of the document submittal or relieve the Contractor from responsibility for errors or deviations from the Contract requirements. 1. Designer will respond to Contractor's markups by either making markups directly in the Shop Drawings file using the color green or by attaching a Document Review Comments form with review comments. 2. Shop Drawings that are reviewed will be returned with one or more of the following status designations: a. Approved: Shop Drawing is found to be acceptable as submitted. b. Approved as Noted: Shop Drawing is Approved so long as corrections or notations made by Designer are incorporated into the Show Drawing. C. Not Approved: Shop Drawing or products described are not acceptable. 3. Shop Drawing will also be designated for one of the following actions: a. Final distribution: Shop Drawing is acceptable without further action and has been filed as a record document. b. Shop Drawing not required: A Shop Drawing was not required by the Contract Documents. Resubmit the document per Article 26. c. Cancelled: This action indicates that for some reason, the Shop Drawing is to be removed from consideration and all efforts regarding the processing of that document are to cease. General Conditions 007200- 114 Corpus Christi Standards Rev 12/2020 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. 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 a change in Contract Price or Contract Times as a Change Proposal for approval prior to resubmitting the Shop Drawing. General Conditions 007200- 115 Corpus Christi Standards Rev 12/2020 E. Contractor is to resubmit the Shop Drawing until it is acceptable and marked Approved or Approved as Noted and is assigned an action per Paragraph 25.11 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. 25.12 Resubmission Requirements A. Make all corrections or changes in the documents required by the Designer and resubmit to the Designer until approved. 1. Revise initial drawings or data and resubmit as specified for the original document. 2. Highlight or cloud in green those revisions which have been made in response to the previous reviews by the Designer. This will include changes previously highlighted or clouded in yellow to direct attention to Designer to items requiring selections or decisions by the Designer or highlighted or clouded in orange for a requested deviation from the Contract Documents. 3. Highlight and cloud new items in yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. 4. Highlight and cloud new items in orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Numbering for these new items is to start with the next number following the last Shop Drawing deviation requested. Include explanatory comments in the Shop Drawing Deviation Request form. B. Pay for excessive review of Shop Drawings. 1. Excessive review of Shop Drawings is defined as any review required after the original review has been made and the first resubmittal has been checked to see that corrections have been made. 2. Review of Shop Drawings or Samples will be an additional service requiring payment by the Contractor if the Contractor submits a substitution for a product for which a Shop Drawing or Sample has previously been approved, unless the need for such change is beyond the control of Contractor. 3. Cost for additional review time will be billed to the Owner by the Designer for the actual hours required for the review of Shop Drawings by Designer and in accordance with the rates listed in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. 4. A Set-off will be included in each Application for Payment to pay costs 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. General Conditions 007200- 116 Corpus Christi Standards Rev 12/2020 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. ARTICLE 26—RECORD DATA 26.01 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 require for record purposes. 26.02 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. 26.03 Contractor's Responsibilities A. Submit Record Data in accordance with SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. B. Include Record Data in the Schedule of Documents required by Article 24 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 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. General Conditions 007200- 117 Corpus Christi Standards Rev 12/2020 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. 26.04 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. 26.05 Special Certifications and Reports A. Provide all required certifications with the Record Data as specified in the individual Specification Sections: 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product when installed will meet the requirements and is part of the Record Data. Field tests may be performed by the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Record Data. General Conditions 007200- 118 Corpus Christi Standards Rev 12/2020 26.06 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. C. Provide a copy of all warranties in a separate document in accordance with Article 29. 26.07 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 documents from native format files unless files are only available from scanned documents. b. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. c. 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. d. Submit color PDF documents where color is required to interpret the Record Data. e. 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. f. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. g. Use software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. h. 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. General Conditions 007200- 119 Corpus Christi Standards Rev 12/2020 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 Article 12 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 26.03. 26.08 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 26.02 may be rejected as unacceptable. 2. Record Data is not reviewed for compliance with the Contract Documents. Comments may be returned if deviations from the Contract Documents are noted during the cursory review performed to see that the information is adequate. 3. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the review of Record Data. Contract modifications can only be approved by a Modification. B. Designer may take the following action in processing Record Data: 1. File Record Data as received if the cursory review indicates that the document meets the requirements of Paragraph 26.02. Document will be given the status of "Filed as Received" and no 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 Article 25. General Conditions 007200- 120 Corpus Christi Standards Rev 12/2020 b. The cursory review indicates that the document does not meet the requirements of Paragraph 26.02. 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 the Record Data 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." ARTICLE 27—CONSTRUCTION PROGRESS SCHEDULE 27.01 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. Schedule Work based upon a six day work week. 27.02 Document Submittal A. Submit Progress Schedules in accordance with Article 24. 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 Schedule 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. 27.03 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 General Conditions 007200- 121 Corpus Christi Standards Rev 12/2020 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. 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 revised 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 Article 24 indicating: 1. Specific date each document is to be delivered to the Designer. 2. Specific date each document must be received in order to meet the proposed schedule. General Conditions 007200- 122 Corpus Christi Standards Rev 12/2020 3. Allow a reasonable time to review documents, taking into consideration the size and complexity of the document, other documents being processed, and other factors that may affect review time. 4. Allow time for re-submission of each document. Contractor is responsible for delays associated with additional time required to review incomplete or erroneous documents and for time lost when documents are submitted for products that do not meet Specification requirements. 27.04 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. 27.05 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. General Conditions 007200- 123 Corpus Christi Standards Rev 12/2020 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. ARTICLE 28—VIDEO AND PHOTOGRAPHIC DOCUMENTATION 28.01 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. 28.02 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. 28.03 Document Submittal A. Submit photographic documentation as Record Data in accordance with Article 24. B. Submit two DVDs of the video recording as Record Data in accordance with Article 24. General Conditions 007200- 124 Corpus Christi Standards Rev 12/2020 28.04 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 photographs 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. 28.05 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. H. Pipeline projects should be recorded linearly from beginning to end. ARTICLE 29—EXECUTION AND CLOSEOUT 29.01 Substantial Completion A. Notify the OAR 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. General Conditions 007200- 125 Corpus Christi Standards Rev 12/2020 B. OPT will visit the Site to observe the Work within 30 days after notification is received to determine the status of the Project. C. OAR will notify the Contractor, within 120 days after notification, that the Work is either substantially complete or that additional Work must be performed before the Project will be considered substantially complete. 1. OAR 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 OAR when the items of Work in the OAR's notice have been completed. 4. OPT will revisit the Site and repeat the process. 5. OAR 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 OAR of any objections to items on the list within 10 days after receiving the Certificate of Substantial Completion. 29.02 Final Inspections A. Notify the OAR 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 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 30 days 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 been corrected. OPT will visit the Site to determine if the Project is complete and the Work is acceptable. OAR 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 29.04 if notified that the Project is complete, and the Work is acceptable. 29.03 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. General Conditions 007200- 126 Corpus Christi Standards Rev 12/2020 29.04 Closeout Documents Submittal A. Record Documents per Article 20. 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 Article 28. 29.05 Transfer of Utilities A. If applicable to the Project,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. 29.06 Warranties, Bonds and Service Agreements A. Provide warranties, bonds, and service agreements required by the Contract Documents. B. The date for the start of warranties, bonds, and service agreements is established per the Contract Documents. C. Compile warranties, bonds, and service agreements and review these documents for compliance with the Contract Documents. 1. Provide a log of all equipment covered under the 1-year correction period specified in the Contract Documents 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 service agreement; e. Indicate the start date for the correction period specified in the Contract Documents 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; General Conditions 007200- 127 Corpus Christi Standards Rev 12/2020 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 service agreements within 10 days after equipment or components are placed in service. ARTICLE 30—MISCELLANEOUS 30.01 Computation of Times A. Exclude the first day and include the last day when determining dates for a period of time referred to in the Contract Documents by days. The last day of this period is to be omitted from the determination if it falls on a 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. 30.02 Owner's Right to Audit Contractor's Records A. By execution of the Contract, Contractor grants Owner the right to audit, examine, inspect and/or copy, at Owner's election at all reasonable times during the term of this Contract and for a period of four (4) years following the completion or termination of the Work, all of Contractor's written and electronically stored records and billings relating to the performance of the Work under the Contract Documents. The audit, examination or inspection may be performed by an Owner designee,which may include its internal auditors or an outside representative engaged by Owner. Contractor agrees to retain its records for a minimum of four(4)years following termination of the Contract, unless there is an ongoing dispute under the Contract,then, such retention period must extend until final resolution of the dispute. As used in these General Conditions, "Contractor written and electronically stored records" include any and all information, materials and data of every kind and character generated as a result of the work under this Contract. Examples of Contractor written and electronically stored records include, but are not limited to:accounting data and reports, billings, books, general ledgers, cost ledgers, invoices, production sheets, documents, correspondence, 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, have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any Contract 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 General Conditions 007200- 128 Corpus Christi Standards Rev 12/2020 appropriate work space necessary for Owner or its designees to conduct such audits, inspections or examinations. C. Contractor must include this Paragraph 30.02 in any Subcontractor, supplier or vendor contract. 30.03 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. 30.04 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 30.04 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. 30.05 Limitation of Damages A. Owner is not liable to Contractor for claims, costs, losses or damages sustained by Contractor's Team associated with other projects or anticipated projects. 30.06 No Waiver A. The failure of Owner or Contractor to enforce any provision of this Contract does not constitute a waiver of that provision or affect the enforceability of that provision or the remainder of this Contract. 30.07 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. 30.08 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. General Conditions 007200- 129 Corpus Christi Standards Rev 12/2020 30.09 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. 30.10 Assignment of Contract A. This Contract may not be assigned in whole or in part by the Contractor without the prior written consent of the Owner. 30.11 No Waiver of Sovereign Immunity A. The Owner has not waived its sovereign immunity by entering into and performing its obligations under this Contract. B. This Contract is to perform a governmental function solely for the public benefit. 30.12 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. Cases must be filed and tried in Nueces County and cannot be removed from Nueces County,Texas. 30.13 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. 30.14 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. 30.15 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. 30.16 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. B. No qualified person shall on the basis of race, color, religion, national origin, gender, age or disability be excluded from participation in, be denied the benefits of, or be subjected to General Conditions 007200- 130 Corpus Christi Standards Rev 12/2020 discrimination under any program or activity which receives or benefits from federal financial assistance. C. Comply with all applicable federal, state and city laws, rules and regulations. D. Each applicable provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein,and the Contract shall be read and enforced as though each were physically included herein. 30.17 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. 30.18 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 demo bilization/remobiIization 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. 30.19 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. 30.20 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. 30.21 Notices. A. Any notice required to be given to Owner under any provision in this Contract must include a copy to OAR by mail or e-mail. END OF SECTION General Conditions 007200- 131 Corpus Christi Standards Rev 12/2020 00 73 00 SUPPLEMENTARY CONDITIONS These Supplementary Conditions amend or supplement SECTION 00 72 00 GENERAL CONDITIONS and other provisions of the Contract Documents. All provisions not amended or supplemented in these Supplementary Conditions remain in effect. The terms used in these Supplementary Conditions have the meanings stated in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings stated below. ARTICLE 1—DEFINITIONS AND TERMINOLOGY SC-1.01 DEFINED TERMS A. The members of the OPT as defined in Paragraph 1.01.A.41 consists of the following organizations: City of Corpus Christi, Texas CP&Y, Inc. B. Paragraph 1.01.A.54"Substantial Completion" is more specifically defined for this Project as: 1. The following items are fully functional and suitable for operation in accordance with the Contract Documents: a. All project components included in the Plans and Specifications. 2. Only the following items not yet complete in accordance with the Contract Documents: a. Final Review punchlist items b. Site clean-up and seeding 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 Supplementary Conditions 007300- 1 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 2/2020 February 3 August 4 March 2 September 7 April 3 October 4 May 4 November 3 June 4 December 3 3. A total of 47-22 rain days have been set for this Project. An extension of time due to rain days will be considered only after 47-22 rain days have been exceeded within the project timeframe in a calendar year and the OAR has determined that a detrimental 3 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-5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.06 which describe Hazardous Environmental Conditions that have been identified at or adjacent to the Site. 1. Environmental Reports include the following: a. Radius Report — Target Property: Leopard at Rand Morgan, 9359 Leopard St., Corpus Christi, Nueces County, Texas 78409, Geosearch, January 27, 2015 - The Contractor may rely on the following Technical Data in using this document: 1) This document reports the findings of searches in numerous Federal,State and Tribal environmental databases. b. Radius Report—Target Property: Holly Pump Station, 4917 Holly Road., Corpus Christi,Nueces County,Texas 78411,Geosearch,August 15,2015 -The Contractor may rely on the following Technical Data in using this document: 1) This document reports the findings of searches in numerous Federal,State and Tribal environmental databases. 2. Drawings of physical conditions relating to known Hazardous Environmental Conditions at the Site include the following: None ARTICLE 6—BONDS AND INSURANCE SC-6.03 REQUIRED MINIMUM INSURANCE COVERAGE Supplementary Conditions 007300- 2 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 2/2020 INSURANCE REQUIREMENTS CONTRACTOR'S INSURANCE AMOUNTS 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 $1,000,000 Per Occurrence 6. Contractual Liability $2,000,000 Aggregate 7. Broad Form Property Damage 8. Independent Contractors 9. Personal &Advertising Injury Business Automobile Liability-Owned, Non- $1,000,000 Combined Single Limit Owned, Rented and Leased Workers' Compensation Statutory Employer's Liability $500,000/500,000/ 500,000 Excess Liability/Umbrella Liability $1,000,000 Per Occurrence Required if Contract Price>$5,000,000 Contractor's Pollution Liability / $1,000,000 Per Claim Environmental Impairment Coverage Not limited to sudden and accidental ❑ Required ✓❑ Not Required discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. Required if excavation>3 ft Builder's Risk(All Perils including Collapse) Equal to Full Replacement Cost of Structure and Contents Required for vertical structures and bridges ✓❑ Required ❑ Not Required Installation Floater Equal to Contract Price Required if installing city-owned equipment ❑ Required ✓❑ Not Required Supplementary Conditions 007300-3 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 2/2020 ARTICLE 7—CONTRACTOR'S RESPONSIBILITIES SC-7.02 LABOR; WORKING HOURS A. Perform Work at the Site during regular working hours except as otherwise required for the safety or protection of person or the Work or property at the Site or adjacent to the Site and except as otherwise stated in the Contract Documents. Regular working hours are between sunrise and sunset, unless other times are specifically authorized in writing by OAR. 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." ARTICLE 14— PREVAILING WAGE RATE REQUIREMENTS SC-14.04 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 TX21 Heavy Heavy Construction Projects (including Sewer and Water Line Construction and Drainage Projects) TX288 Building Building Construction Projects (does not include single family homes or apartments up to and including 4 stories) "General Decision Number: TX20210021 01/01/2021 Superseded General Decision Number: TX20200021 State: Texas Construction Type: Heavy Counties: Nueces and San Patricio Counties in Texas. HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line Construction and Drainage Projects) Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10. 95 for calendar year 2021 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded Supplementary Conditions 007300-4 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 2/2020 (and any 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 $10 . 95 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2021. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5 (a) (1) (ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate) . The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5. 1 (a) (2) - (60) . Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/01/2021 * SUTX1987-001 12/01/1987 Rates Fringes CARPENTER (Excluding Form Setting) . . . . . . . . . . . . . . . . . . . . . . . . .$ 9. 05 Concrete Finisher. . . . . . . . . . . . . . . .$ 7.56 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 13.37 2 .58 Laborers: Common. . . . . . . . . . . . . . . . . . . . . .$ 7 .25 Utility. . . . . . . . . . . . . . . . . . . . .$ 7 . 68 Power equipment operators: Backhoe. . . . . . . . . . . . . . . . . . . . .$ 9.21 Motor Grader. . . . . . . . . . . . . . . .$ 8. 72 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Supplementary Conditions 007300-5 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 2/2020 ---------------------------------------------------------------- Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii) ) . ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type (s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local) , a survey rate (weighted average rate) or a union average rate (weighted union average rate) . Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e. , Plumbers Local 0198 . The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the Supplementary Conditions 007300- 6 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 2/2020 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, 1000 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. Supplementary Conditions 007300-7 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 2/2020 * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2 . ) and 3. ) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2 . ) If the answer to the question in 1 . ) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1 .8 and 29 CFR Part 7) . Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party' s position and by any information (wage payment data, project description, area practice material, etc. ) that the requestor considers relevant to the issue. 3. ) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4 . ) All decisions by the Administrative Review Board are final. ---------------------------------------------------------------- Supplementary Conditions 007300-8 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 2/2020 END OF GENERAL DECISION if "General Decision Number: TX20210288 01/01/2021 Superseded General Decision Number: TX20200288 State: Texas Construction Type: Building Counties: Aransas, Nueces and San Patricio Counties in Texas. BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories) . Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10. 95 for calendar year 2021 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any 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 $10 . 95 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2021. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5 (a) (1) (ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate) . The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5. 1 (a) (2) - (60) . Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/01/2021 BOIL0074-003 01/01/2017 Rates Fringes Supplementary Conditions 007300-9 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 2/2020 BOILERMAKER. . . . . . . . . . . . . . . . . . . . . .$ 28. 00 22 .35 ---------------------------------------------------------------- * ELECO278-002 03/20/2020 Rates Fringes ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 26.25 8.24 ---------------------------------------------------------------- * ENGI0178-005 06/01/2020 Rates Fringes POWER EQUIPMENT OPERATOR (1) Tower Crane. . . . . . . . . . . . .$ 32 . 85 13. 10 (2) Cranes with Pile Driving or Caisson Attachment and Hydraulic Crane 60 tons and above. . . . .$ 28. 75 10. 60 (3) Hydraulic cranes 59 Tons and under. . . . . . . . . . . . . .$ 32 .35 13. 10 ---------------------------------------------------------------- * IRON0084-011 06/01/2020 Rates Fringes IRONWORKER, ORNAMENTAL. . . . . . . . . . .$ 25.26 7. 13 ---------------------------------------------------------------- SUTX2014-068 07/21/2014 Rates Fringes BRICKLAYER. . . . . . . . . . . . . . . . . . . . . . .$ 20. 04 0 . 00 CARPENTER. . . . . . . . . . . . . . . . . . . . . . . .$ 15.21 0 . 00 CEMENT MASON/CONCRETE FINISHER. . .$ 15.33 0. 00 INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation) . . . . . . . . . . . . . . .$ 19. 77 7. 13 IRONWORKER, REINFORCING. . . . . . . . . .$ 12 .27 0. 00 IRONWORKER, STRUCTURAL. . . . . . . . . . .$ 22 . 16 5.26 LABORER: Common or General. . . . . .$ 9. 68 0. 00 LABORER: Mason Tender - Brick. . .$ 11 . 36 0 . 00 LABORER: Mason Tender - Cement/Concrete. . . . . . . . . . . . . . . . . .$ 10.58 0. 00 Supplementary Conditions 007300- 10 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 2/2020 LABORER: Pipelayer. . . . . . . . . . . . . .$ 12 . 49 2 . 13 LABORER: Roof Tearoff. . . . . . . . . . .$ 11.28 0. 00 OPERATOR: Backhoe/Excavator/Trackhoe. . . . . . .$ 14.25 0 . 00 OPERATOR: Bobcat/Skid Steer/Skid Loader. . . . . . . . . . . . . . . .$ 13. 93 0. 00 OPERATOR: Bulldozer. . . . . . . . . . . . .$ 18.29 1.31 OPERATOR: Drill. . . . . . . . . . . . . . . . .$ 16.22 0.34 OPERATOR: Forklift. . . . . . . . . . . . . .$ 14. 83 0. 00 OPERATOR: Grader/Blade. . . . . . . . . .$ 13.37 0. 00 OPERATOR: Loader. . . . . . . . . . . . . . . .$ 13.55 0. 94 OPERATOR: Mechanic. . . . . . . . . . . . . .$ 17.52 3.33 OPERATOR: Paver (Asphalt, Aggregate, and Concrete) . . . . . . . . .$ 16. 03 0. 00 OPERATOR: Roller. . . . . . . . . . . . . . . .$ 12 . 70 0. 00 PAINTER (Brush, Roller, and Spray) . . . . . . . . . . . . . . . . . . . . . . . . . . .$ 14. 45 0 . 00 PIPEFITTER. . . . . . . . . . . . . . . . . . . . . . .$ 25. 80 8.55 PLUMBER. . . . . . . . . . . . . . . . . . . . . . . . . .$ 25. 64 8. 16 ROOFER. . . . . . . . . . . . . . . . . . . . . . . . . . .$ 13. 75 0. 00 SHEET METAL WORKER (HVAC Duct Installation Only) . . . . . . . . . . . . . . .$ 22 . 73 7.52 SHEET METAL WORKER, Excludes HVAC Duct Installation. . . . . . . . . . .$ 21. 13 6.53 TILE FINISHER. . . . . . . . . . . . . . . . . . . .$ 11.22 0. 00 TILE SETTER. . . . . . . . . . . . . . . . . . . . . .$ 14. 74 0. 00 TRUCK DRIVER: Dump Truck. . . . . . . .$ 12 .39 1. 18 TRUCK DRIVER: Flatbed Truck. . . . .$ 19. 65 8.57 TRUCK DRIVER: Semi-Trailer Truck. . . . . . . . . . . . . . . . . . . . . . . . . . . .$ 12 .50 0. 00 Supplementary Conditions 007300- 11 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 2/2020 TRUCK DRIVER: Water Truck. . . . . . .$ 12 . 00 4. 11 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii) ) . ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type (s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local) , a survey rate (weighted average rate) or a union average rate (weighted union average rate) . Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of Supplementary Conditions 007300- 12 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 2/2020 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, 1000 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. Supplementary Conditions 007300- 13 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 2/2020 ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1 . ) Has there been an initial decision in the matter? This can be. * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2 . ) and 3. ) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2 . ) If the answer to the question in 1 . ) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1 .8 and 29 CFR Part 7) . Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party' s position and by any information (wage payment data, project description, area practice material, etc. ) that the requestor considers relevant to the issue. 3. ) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: Administrative Review Board U.S. Department of Labor Supplementary Conditions 007300- 14 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 2/2020 200 Constitution Avenue, N.W. Washington, DC 20210 4 . ) All decisions by the Administrative Review Board are final. ---------------------------------------------------------------- END OF GENERAL DECISION ARTICLE 19—PROJECT MANAGEMENT AND COORDINATION SC-19.21 COOPERATION WITH PUBLIC AGENCIES Note to Specifier: The information in the table below should be reviewed and updated as necessary for each proiect. C. For the Contractor's convenience, the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 361-826-3500 CP&Y, Inc. 361-826-5860 S. Christopher Schmid 214-640-1768 Traffic Engineering 361-826-3547 Police Department 361-882-2600 361-826-1800 (361-826-1818 after Water/Wastewater/Stormwater hours) Gas Department 361-885-6900 (361-885-6942 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 IT Department (City Fiber) 361-826-1956 AEP 1-877-373-4858 AT&T 361-881-2511 (1-800-824-4424 after hours) Grande Communications 1-866-247-2633 Spectrum Communications 1-800-892-4357 Crown Castle Communications 1-888-632-0931 (Network Operations Center) Centuryl-ink 361-208-0730 W i ndstream 1-800-600-5050 Regional Transportation Authority 361-289-2712 Supplementary Conditions 007300- 15 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 2/2020 Public Agencies/Contacts Phone Number Port of Corpus Christi Authority Engr. 361-882-5633 TxDOT Area Office 361-808-2500 Corpus Christi ISD 361-695-7200 ARTICLE 26—RECORD DATA SC-26.03 CONTRACTOR'S RESPONSIBILITIES A. Submit Record Data for the following items: Specification Section Record Data Description As-built information on all construction improvements END OF SECTION Supplementary Conditions 007300- 16 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 2/2020 011100 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. Rand Morgan EST a. Demolition of pipe,valves and appurtenances as indicated in the drawings. b. Site/Civil work includes relocated the perimeter fence, a new flex-base drive, grading and drainage to accommodate the new work. C. Exterior work includes the installation of new by-pass pumps, pipe, valves, electrical building, foundation for the pumps and building. Work also includes the associated electrical, instrumentation, SCADA and integration. d. Interior work includes the installation of new electronic control valve, pipe, and valves. Work also includes the associated electrical, instrumentation, SCADA and integration. 2. Holly EST a. Demolition of pipe,valves and appurtenances as indicated in the drawings. b. Site/Civil work includes relocated the perimeter fence, a new flex-base drive, grading and drainage to accommodate the new work. C. Interior work includes the installation of new electronic control valve, by-pass pumps, pipe,valves, and modified layout of the existing electrical room. Work also includes the associated electrical, instrumentation, SCADA and integration. 1.03 WORK UNDER OTHER CONTRACTS A. The following items of work are not included in this Contract, but may impact construction scheduling and completion: 1. None. B. In the case of a disagreement between the above list and those specified elsewhere in the Contract Documents, the Contractor is to base his Proposal on the most expensive listing. Summary of Work 011100- 1 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 10/2018 C. Completion of the Work described in this Contract may impact the construction and testing of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. 1.04 WORK BY OWNER A. The Owner plans to perform the following items of work which are not included in this Contract, but may impact the construction scheduling and completion: 1. None. B. Completion of the Work described in this Contract may impact the construction of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. C. Owner will provide normal operation and maintenance of the existing facilities during construction, unless otherwise stated. 1.05 CONSTRUCTION OF UTILITIES A. Pay for temporary power, including but not limited to construction cost, meter connection fees, and permits. 1.06 USE PRIOR TO FINAL COMPLETION A. Owner has the right to use or operate any portion of the Project that is ready for use after notifying the Contractor of its intent to do so. B. The execution of Bonds is understood to indicate the consent of the surety to these provisions for use of the Project. C. Provide an endorsement from the insurance carrier permitting use of Project during the remaining period of construction. D. Conduct operations to insure the least inconvenience to the Owner and general public. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Summary of Work 011100- 2 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 10/2018 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. The Bid Items described as"Allowances" have been set as noted in Section 00 30 01 Bid Form and shall be included in the Total Base Bid of the Bid Form for each Bidder. These Allowances may be used at the Owner's discretion in the event that unforeseen conditions or conflicts are encountered during construction that warrants the use of the Allowance funds. If the use of Allowance funds becomes necessary, the OAR will provide written authorization at a cost negotiated between Owner and Contractor, using unit prices in the Bid Form when applicable. No work is to be performed under the Allowance items without written authorization from the OAR. There is no guarantee that any of these funds will need to be used during the course of the Work. 1.02 DOCUMENT SUBMITTALS A. Provide documents for materials furnished as part of the alternate in accordance with Article 24 of SECTION 00 72 00 GENERAL CONDITIONS. 1.03 DESCRIPTION OF ALTERNATES—NOT APPLICABLE 1.04 DESCRIPTION OF ALLOWANCES A. Allowance A-3— Bonds and Insurance 1. A maximum of 2%of the bid price to be used for the purchase of bonds and insurance required for the Project. Alternates and Allowances 012310- 1 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 5/2020 B. Allowance A-4-Allowances for Unanticipated Work: 1. The bid item described as "Allowance for Unanticipated Work" has been set as noted and shall be included in the Total Base Bid for each Bidder. This allocation may be used at the OAR's discretion should an unanticipated adjustment of a utility, unknown structure or similar situation warrant the use of the allocation funds. Should the use of funds from the "Allowance for Unanticipated Work" become necessary, the OAR will provide written authorization at a cost negotiated between the City and the Contractor. Payment shall be negotiated for each circumstance. There is no guarantee that any of these funds will need to be used throughout the course of the work. The sum of$92,000 to be used for the payment of Unanticipated Work. C. Allowance A-5- Permits: 1. The bid item described as "Permits" has been set as noted and shall be included in the Total Base Bid for each Bidder. This allocation may be used by the Contractor, with approval from the City to secure necessary permits for this project. The sum of$10,000 to be used for the payment of any permits required for this project. D. Allowance A-6—Demolition of Tower Crane Slab: 1. The bid item described as "Demolition of Tower Crane Slab" has been set as noted and shall be included in the Total Base Bid for each Bidder. This allocation may be used by the Contractor, with approval from the City, to remove the Tower Crane slab that resides under the tank slab.The sum of$20,000 to be used for the removal of the Tower Crane Slab. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances 012310- 2 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 5/2020 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 Article 17 of SECTION 00 72 00 GENERAL CONDITIONS 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 Article 17 of SECTION 00 72 00 GENERAL CONDITIONS. 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 Article 17 of SECTION 00 72 00 GENERAL CONDITIONS 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—Holly EST Mobilization (Maximum 5%of Part B Total): 1. Include the following costs in this Bid item: a. Transportation and setup for equipment; b. Transportation and/or erection of all field offices, sheds, and storage facilities; C. Salaries for preparation of documents required before the first Application for Payment; d. Salaries for field personnel assigned to the Project related to the mobilization of the Project; e. Demobilization; and f. Mobilization may not exceed 5 percent of the Part B Total. Measurement and Basis for Payment 01 29 01- 1 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 5/2020 2. Measurement for payment will be made per lump sum on the following basis: When at least 5% of the adjusted contract amount for construction is earned, 75% of the mobilization lump sum bid amount will be eligible for payment, minus retainage. Upon substantial completion of all work under this Contract and removal of all equipment and materials from the Project site, the remaining 25% of the mobilization lump sum bid amount will be eligible for payment, minus retainage. B. Bid Item A-2—Rand Morgan EST Mobilization (Maximum 5%of Part C Total): 1. Include the following costs in this Bid item: a. Transportation and setup for equipment; b. Transportation and/or erection of all field offices, sheds, and storage facilities; C. Salaries for preparation of documents required before the first Application for Payment; d. Salaries for field personnel assigned to the Project related to the mobilization of the Project; e. Demobilization; and f. Mobilization may not exceed 5 percent of the Part C Total. 2. Measurement for payment will be made per lump sum on the following basis: When at least 5% of the adjusted contract amount for construction is earned, 75% of the mobilization lump sum bid amount will be eligible for payment, minus retainage. Upon substantial completion of all work under this Contract and removal of all equipment and materials from the Project site, the remaining 25% of the mobilization lump sum bid amount will be eligible for payment, minus retainage. C. Bid Item B-1— Holly EST Demolition: 1. Lump Sum 2. This item shall be measured for payment by the lump sum and shall include but is not limited to all materials, labor, and equipment required to provide the demolition activities at the Holly EST. This item shall include all work required to complete the work that is not measured under another bid item as outlined in the plans and contract documents. D. Bid Item B-2— Holly EST Improvements 1. Lump Sum 2. This item shall be measured for payment by the lump sum and shall include but is not limited to all materials, labor, and equipment required to provide the Holly EST Improvements. This item shall include all work required to complete the work that is not measured under another bid item, complete in place, as outlined in the plans and contract documents. Contractor shall provide a detailed breakdown of this item after contract award to use for monthly payment requests. E. Bid Item C-1—Rand Morgan EST Site Work: 1. Lump Sum Measurement and Basis for Payment 01 29 01- 2 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 5/2020 2. This item shall be measured for payment by the lump sum and shall include but is not limited to all materials, labor, and equipment required to provide the Rand Morgan Site Improvements. This work includes the fence, paving, grading and drainage improvements. Other work on the site (pumps, pipe, electrical room, generator, etc.) are to be included in Bid Item C-3. This item shall include all work required to complete the work that is not measured under another bid item, complete in place, as outlined in the plans and contract documents. F. Bid Item C-2—Rand Morgan EST Demolition: 1. Lump Sum 2. This item shall be measured for payment by the lump sum and shall include but is not limited to all materials, labor, and equipment required to provide the demolition activities at the Rand Morgan EST. This item shall include all work required to complete the work that is not measured under another bid item as outlined in the plans and contract documents. G. Bid Item C-3—Rand Morgan EST Improvements: 1. Lump Sum 2. This item shall be measured for payment by the lump sum and shall include but is not limited to all materials, labor, and equipment required to provide the Rand Morgan EST Improvements. This item shall include all work required to complete the work that is not measured under another bid item, complete in place, as outlined in the plans and contract documents. Contractor shall provide a detailed breakdown of this item after contract award to use for monthly payment requests. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment 01 29 01-3 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 5/2020 *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** 0133 01 Submittal Register Specification Paragraph Types of Submittals Required Specification Description Operations Section No. Product Information Sample or Mockup Data 013500 Special Procedures 1.03 None None None 01 50 00 Temporary Facilities and Controls 1.03 None None None 01 57 00 Temporary Controls 1.03 Shop Drawing/Record Data None None 021040 Site Grading 1.03 02 21 00 Select Material 1.03 02 24 20 Silt Fence 1.03 02 5223 Crushed Limestone Flexible Base 1.03 02 62 10 Polyvinyl Cloride Pipe 1.03 028020 Seeding 1.03 03 1000 Concrete Formwork 1.03 Manufacturer's Product None Manufacturer's Data/Install Instructions Literature 03 1519 Cast-in Concrete Anchors 1.03 Samples/Shop Drawings None Manufacturer's Instructions 032000 Concrete Reinforcement 1.03 Manufacturer's None None Certificates/Shop Drawings/QC Submittals 03 30 00 Cast-in Place Concrete 1.03 Design Mix/Placement None Manufacturer's Data Drawings Sheet 03 60 00 Grout 1.03 Grout Design/Lab and None O&M Manual Strength Reports/Manufacturer's Certification and Specifications 055000 Miscellaneous Metal Fabrications 1.03 Shop Drawing/Product Sample O&M Manual Data 061000 Rough Carpentry 1.03 Shop Drawing/Product Sample O&M Manual Data 0722 16 Roof Board Insulation 1.03 Shop Drawing/Product Sample O&M Manual Data 07 54 23 Thermoplastic-Polyolefin Roofing 1.03 Shop Drawing/Product Sample O&M Manual Data 07 62 00 Sheet Metal Flashing and Trim 1.03 Shop Drawing/Product None O&M Manual Data 07 71 00 Roof Specialties 1.03 Shop Drawing/Product Sample O&M Manual Data 079200 Joint Sealants 1.03 Shop Drawing/Product O&M Manual Data 08 11 00 Metal Doors and Frames 1.03 Shop Drawing/Product None O&M Manual Data 08 71 00 Door Hardware 1.03 Shop Drawing/Product None O&M Manual Data 099000 Painting and Coating 1.03 Shop Drawing/Product None O&M Manual Data 101400 Signage 1.03 Shop Drawing/Product None O&M Manual Data 104400 Fire Protection Specialties 1.03 Shop Drawing/Product None O&M Manual Data 13 34 00 Fiabricated Engineered Structures 1.03 Shop Drawing/Product None O&M Manual Data 260000 Electrical General Provisions 1.03 Shop Drawing/Product None None Data 26 00 02 Electrical Safety Equipment 1.03 Product Data Sample None 26 05 02 Common Motor Requirements for Process 1.03 Shop Drawing None O&M Manual Equipment 26 05 19 Low-Volatage Electrical Power Conductors 1.03 Project Record None None and Cables Documents/Product Data Submittal Register 013301-1 20267-Holly and Rand Morgan Elevated Storage Tanks Implementation 10/2018 0133 01 Submittal Register Specification Paragraph Types of Submittals Required Specification Description Operations Section No. Product Information Sample or Mockup Data 26 05 26 Grounding and Bonding for Electical Systems 1.03 Product Data/Test None None Re ports/M a n ufa to re is Install Instructions/Manufacturer' s Certificate/Project Record Documents 26 05 29 Hangers and Supports for Electical Systems 1.03 Shop Drawing None None 26 05 33 Raceways 1.03 Shop Drawing None None 26 05 33.13 Conduit for Electrical Systems 1.03 Shop Drawing None None 26 05 33.16 Boxes for Electical Systems 1.03 Shop Drawing None None 26 05 43 Undergound System 1.03 Shop Drawing None None 26 05 53 Identification for Electical Systems 1.03 Product Data Sample None 26 05 73 Power System Studies 1.03 Shop Drawing None None 26 08 00 Commissioning of Electical Systems 1.03 Record Data None O&M Manual 26 22 13 Low-Volatage Trasformers 1.03 Shop Drawing None None 262416 Panelboards 1.03 Shop Drawing None O&M Manual 26 27 26 Wiring Devices 1.04 Product Data Sample None 26 29 23 Variable Frequency Motor Controllers(100 1.03 Shop Drawing None O&M Manual HP and Less) 26 43 13 Surge Protective Devices for Low-Voltage 1.03 Shop Drawing None O&M Manual Electical Power Circuit 26 50 00 Lighting 1.03 Shop Drawing Sample O&M Manual 32 31 13 Chain Link Fence and Gate 1.03 Shop Drawing None None 33 01 10.58 Disinfection of Water Utility Piping Systems 1.03 Record Data None None 40 05 00 Common Work Results for Process 1.03 Shop Drawing None O&M Manual Interconnections 40 05 06 Couplings,Adapters,and Specials for Process 1.03 Shop Drawing None O&M Manual Piping 40 05 07 Hangers and Supports for Process Piping 1.03 Shop Drawing None None 40 05 19 Ductile Iron Process Pipe 1.03 Shop Drawing None None 40 05 24.23 Stainless Steel Pipe and Fittings 1.03 Shop Drawing None None 40 05 51 Common Requirements for Process Valves 1.03 Shop Drawing None O&M Manual 40 05 57 Actuators for Process Valves and Gates 1.03 Shop Drawing None O&M Manual 40 05 57.23 Electric Valve Operators 1.03 Shop Drawing None None 40 OS 64 Butterfly Valves 1.03 Shop Drawing None O&M Manual 40 OS 65 Valves for Pump Control and Check Service 1.03 Shop Drawing None O&M Manual Submittal Register 01 33 01-2 20267-Holly and Rand Morgan Elevated Storage Tanks Implementation 10/2018 01 35 00 SPECIAL PROCEDURES 1.00 GENERAL 1.01 CONSTRUCTION SEQUENCE A. Perform the Work as required to complete the entire Project within the Contract Times and in the sequence stipulated below: 1. List as necessary. B. Work shall be completed within the specified time for these items: Description Time Substantial Completion of Entire Project 499100 3 Final Completion of Entire Project 4-39160 C. Consider the sequences, duration limitations, and governing factors outlined in this Section to prepare the schedule for the Work. D. Perform the Work not specifically described in this Section as required to complete the entire Project within the Contract Times. 1.02 PLAN OF ACTION A. Submit a written plan of action for approval for shutting down essential services. These include: 1. Electrical power, 2. Control power, 3. Pipelines or wastewater systems, 4. Communications equipment, and 5. Other designated functions. B. Describe the following in the plan of action: 1. Scheduled dates for construction; 2. Work to be performed; 3. Utilities, piping, or services affected; 4. Length of time the service or utility will be disturbed; 5. Procedures to be used to carry out the Work; 6. Plan of Action to handle emergencies; 7. List of manpower, equipment, and ancillary supplies; 8. Backups for key pieces of equipment and key personnel; Special Procedures 013500- 1 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 10/2018 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—NOT USED 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. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Special Procedures 013500- 2 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 10/2018 01 50 00 TEMPORARY FACILITIES AND CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide temporary facilities, including OPT's field office and the Contractor's field offices, storage sheds, and temporary utilities needed to complete the Work. B. Install and maintain temporary Project identification signs. Provide temporary on-site informational signs to identify key elements of the construction facilities. Do not allow other signs to be displayed. 1.02 QUALITY ASSURANCE A. Provide a total electrical heating and cooling system for the OPT's field office capable of maintaining the following conditions: 1. Heating: Minimum 75 degrees ID temp at 10 degrees ambient. 2. Cooling: Minimum 75 degrees ID temp at 105 degrees ambient. 3. Relative humidity: 48 to 54 percent. B. Inspect and test each service before placing temporary utilities in use. Arrange for all required inspections and tests by regulatory agencies, and obtain required certifications and permits for use. 1.03 DELIVERY AND STORAGE A. Arrange transportation, loading, and handling of temporary buildings and sheds. 1.04 JOB CONDITIONS A. Locate buildings and sheds at the Site as indicated or as approved by the OPT. B. Prepare the Site by removing trees, brush, or debris and performing demolition or grubbing needed to clear a space adequate for the structures. C. Pay for the utilities used by temporary facilities during construction. D. Provide each temporary service and facility ready for use at each location when the service or facility is first needed to avoid delay in the performance of the Work. Provide OPT's field office complete and ready for occupancy and use within 7 days of the Notice to Proceed. E. Maintain, expand as required, and modify temporary services and facilities as needed throughout the progress of the Work. F. Remove services and facilities when approved by the OAR. G. Operate temporary facilities in a safe and efficient manner. 1. Restrict loads on temporary services or facilities to within their designed or designated capacities. 2. Provide sanitary conditions. Prevent public nuisance or hazardous conditions from developing or existing at the Site. Temporary Facilities and Controls 015000- 1 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 8/2019 3. Prevent freezing of pipes, flooding, or the contamination of water. 4. Maintain Site security and protection of the facilities. 1.05 OPTIONS A. Construction offices may be prefabricated buildings on skids or mobile trailers. B. Storage sheds may be prefabricated buildings on skids or truck trailers. 2.00 PRODUCTS 2.01 TEMPORARY FIELD OFFICES— NOT APPLICABLE 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. Provide telephone service to the Site and install telephones inside the Contractor's and the OPT's field office. Temporary Facilities and Controls 015000- 2 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 8/2019 2.06 WATER FOR CONSTRUCTION A. Provide temporary water. Potable water may be purchased from the Owner by obtaining a water meter from the Owner and transporting water from a water hydrant. Non-potable water may be used for hydraulic testing of non-potable basins or pipelines. Include the cost of water in the Contract Price. B. Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan"). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre-construction meeting. The Contractor will keep a copy of the Plan on the Site throughout construction. 3.00 EXECUTION 3.01 LOCATION OF TEMPORARY FACILITIES A. Locate temporary facilities in areas approved by the OAR. Construct and install signs at locations approved by the OAR. Install informational signs so they are clearly visible. 3.02 PROJECT IDENTIFICATION AND SIGNS— NOT APPLICABLE 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—NOT APPLICABLE 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. Temporary Facilities and Controls 015000-3 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 8/2019 3.07 MAINTENANCE AND JANITORIAL SERVICE A. Provide janitorial service (sweeping/mopping) for the OPT's field office on a weekly basis or as requested. Empty trash receptacles daily or as needed. B. Maintain signs and supports in a neat, clean condition. Repair damage to structures, framings, or signs. C. Repair any damage to Work caused by placement or removal of temporary signage. D. Service, maintain, and replace, if necessary, the OPT's field office computer equipment throughout the Project as required by the OPT including replacement cartridges for all office equipment. END OF SECTION Temporary Facilities and Controls 015000-4 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 8/2019 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 as applicable to the nature and size of the Project. 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 Article 25 of SECTION 00 72 00 GENERAL CONDITIONS. B. Provide copies of notices, records, and reports required by the Contract Documents or Laws and Regulations as Record Data in accordance with Article 26 of SECTION 00 72 00 GENERAL CONDITIONS. 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. Temporary Controls 015700- 1 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 8/2019 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. 1.05 PERMITS A. As applicable, submit the following to the TCEQ and the Operator of any Municipal Separate Storm Sewer System (MS4) receiving stormwater discharges from the Site: 1. Notice of Intent (NOI) at least 48 hours prior to beginning construction activity. Construction activity may commence 24 hours after the submittal of an electronic NOI. 2. Notice of Change (NOC) letter when relevant facts or incorrect information was submitted in the NOI, or if relevant information in the NOI changes during the course of construction activity. 3. Notice of Termination (NOT) when the construction Project has been completed and stabilized. B. Post a copy of the NOI at the Site in a location where it is readily available for viewing by the general public and as required by Laws and Regulations prior to starting construction activities and maintain the posting until completion of the construction activities. C. Maintain copies of a schedule of major construction activities, inspection reports, and revision documentation with the SWPPP. 1.06 STORMWATER POLLUTION CONTROL A. Comply with the current requirements of TPDES General Permit No. TXR150000 as set forth by the TCEQ for the duration of the Project as applicable to the nature of the work and the total disturbed area: 1. Develop a SWPPP meeting all requirements of the TPDES General Permit. 2. Submit of a Notice of Intent to the TCEQ. 3. Develop and implement appropriate Best Management Practices as established by local agencies of jurisdiction. 4. Provide all monitoring and/or sampling required for reporting to the TCEQ. 5. Submit reports to the TCEQ as required as a condition of the TPDES General Permit. 6. Submit copies of the reports to the Designer as Record Data in accordance with Article 26 of SECTION 00 72 00 GENERAL CONDITIONS. 7. Retain copies of these documents at the Site at all times for review and inspection by the OPT or regulatory agencies. Post a copy of the permit as required by Laws and Regulations. 8. Assume sole responsibility for implementing, updating, and modifying the TPDES General Permit per Laws and Regulations for the SWPPP and Best Management Practices. B. Use forms required by the TCEQ to file the Notice of Intent. Submit the Notice of Intent at least 2 days prior to the start of construction. Develop the SWPPP prior to submitting the Temporary Controls 015700- 2 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 8/2019 Notice of Intent. Provided raft copies of the Notice of Intent,SWPPP,and any other pertinent TCEQ submittal documents to Owner for review prior to submittal to the TCEQ. C. Return any property disturbed by construction activities to either specified conditions or pre- construction conditions as set forth in the Contract Documents. Provide an overall erosion and sedimentation control system that will protect all undisturbed areas and soil stockpiles/spoil areas. Implement appropriate Best Management Practices and techniques to control erosion and sedimentation and maintain these practices and techniques in effective operating condition during construction. Permanently stabilize exposed soil and fill as soon as practical during the Work. D. Assume sole responsibility for the means, methods, techniques, sequences, and procedures for furnishing, installing, and maintaining erosion and sedimentation control structures and procedures and overall compliance with the TPDES General Permit. Modify the system as required to effectively control erosion and sediment. E. Retain copies of reports required by the TPDES General Permit for 3 years from date of Final Completion. 1.07 POLLUTION CONTROL A. Prevent the contamination of soil, water, or atmosphere by the discharge of noxious substances from construction operations. Provide adequate measures to prevent the creation of noxious air-borne pollutants. Prevent dispersal of pollutants into the atmosphere. Do not dump or otherwise discharge noxious or harmful fluids into drains or sewers, nor allow noxious liquids to contaminate public waterways in any manner. B. Provide equipment and personnel and perform emergency measures necessary to contain any spillage. 1. Contain chemicals in protective areas and do not dump on soil. Dispose of such materials at off-site locations in an acceptable manner. 2. Excavate contaminated soil and dispose at an off-site location if contamination of the soil does occur. Fill resulting excavations with suitable backfill and compact to the density of the surrounding undisturbed soil. 3. Provide documentation to the Owner which states the nature and strength of the contaminant, method of disposal, and the location of the disposal site. 4. Comply with Laws and Regulations regarding the disposal of pollutants. C. Groundwater or run-off water which has come into contact with noxious chemicals, sludge, or sludge-contaminated soil is considered contaminated. Contaminated water must not be allowed to enter streams or water courses, leave the Site in a non-contained form, or enter non-contaminated areas of the Site. 1. Pump contaminated water to holding ponds constructed by the Contractor for this purpose, or discharge to areas on the interior of the Site, as designated by the OAR. 2. Construct temporary earthen dikes or take other precautions and measures as required to contain the contaminated water and pump to a designated storage area. 3. Wash any equipment used for handling contaminated water or soil within contaminated areas three times with uncontaminated water prior to using such equipment in an Temporary Controls 015700-3 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 8/2019 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 OZONE ADVISORY DAYS A. Do not conduct roofing, priming, or hot-mix paving operations, except for repairs, on days the City Engineer has notified Contractor that an ozone advisory is in effect. An extension of time will be allowed for each day for which priming or hot mix paving was scheduled, crews were prepared to perform this Work and the City Engineer issued ozone alert prevents this Work. Contractor will be compensated at the unit price indicated in the Bid for each day for which an extension of time was granted due to an ozone alert. 1.10 MANAGEMENT OF WATER A. Manage water resulting from rains or ground water at the Site. Maintain trenches and excavations free of water at all times. B. Lower the water table in the construction area by acceptable means if necessary to maintain a dry and workable condition at all times. Provide drains, sumps, casings, well points, and other water control devices as necessary to remove excess water. C. Provide continuous operation of water management actions. Maintain standby equipment to provide proper and continuous operation for water management. D. Ensure that water drainage does not damage adjacent property. Divert water into the same natural watercourse in which its headwaters are located, or other natural stream or waterway as approved by the Owner. Assume responsibility for the discharge of water from the Site. E. Remove the temporary construction and restore the Site in a manner acceptable to the OAR and to match surrounding material at the conclusion of the Work. 1.11 DEWATERING A. This item is considered subsidiary for all dewatering methods other than "well pointing" to the appropriate bid items as described in the Bid Form where dewatering is needed to keep the excavation dry, as approved by the Designer, and shall include all costs to provide a dry foundation for the proposed improvements. B. Storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. Temporary Controls 015700-4 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 8/2019 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(Rand Morgan) and CC Ship Channel (Holly). 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 wastewater system. If discharging to temporary holding tanks and trucking to a wastewater 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 wastewater system the Contractor shall contact Wastewater Pre-treatment Coordinator at 826-1817 to obtain a "no cost" permit from the Owner's Waste Wate r De pa rtm e nt. Co ntracto r wi I I pay fo r a ny wate r q ua I ity testi ng or water analysis cost required. The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to sit overnight, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. 1.12 DISPOSAL OF CONTAMINATED GROUNDWATER—NOT APPLICABLE A. An allowance will be included in the Bid for the unanticipated disposal of contaminated groundwater. This allowance may not be needed but is provided in case contaminated groundwater is encountered during the course of the Project and does not meet the water quality requirements for discharge into the storm water or wastewater systems. This allowance includes all materials, tools, equipment, labor, transportation, hauling, coordination, and proper disposal of the contaminated water at an approved landfill, deep water injection well, or other site as agreed to by the Designer. Suggested disposal facilities would be [US Ecology (USET) in Robstown, Texas or Texas Molecular in Corpus Christi, Texas]. B. The payment for this Work will be based on the Contractor's actual costs and will be negotiated. Payment will not include costs associated with routine dewatering, which is considered subsidiary to the appropriate bid items as described in Paragraph 1.11. 1.13 DISPOSAL OF HIGHLY CHLORINATED WATER A. Dispose of water used for testing, disinfection, and line flushing. Comply with Owner's requirements and Laws and Regulation regarding the disposal of contaminated water, including water with levels of chlorine,which exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. Comply with the requirements of all regulatory Temporary Controls 015700-5 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 8/2019 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 wastewater system for disposal of contaminated water. 1.14 WINDSTORM CERTIFICATION A. All affected materials and installation shall comply with Texas Department of Insurance Requirements for windstorm resistant construction for design wind speed as required by the current version of the International Building Code (IBC). When applicable, 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 015700-6 20267- Holly and Rand Morgan Elevated Storage Tanks Implementation Rev 8/2019 SECTION 0164 00 OWNER-FURNISHED PRODUCTS PART 1 GENERAL 1.01 SCOPE OF WORK A. The Contractor shall provide the Services as specified in this Section for all equipment provided by the Owner. 1.02 RELATED WORK (NOT USED) 1.03 SUBMITTALS (NOT USED) 1.04 REFERENCE STANDARDS (NOT USED) 1.05 QUALITY ASSURANCE (NOT USED) 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE (NOT USED) 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 WARRANTY/EXTENDED WARRANTY (NOT USED) 1.10 WORK COVERED BY CONTRACT DOCUMENTS A. The Services covered by these Contract Documents includes unloading, storing and installation of the following items: 1. Variable Frequency Drives (total of 4) as specified in Section 26 29 23 — Variable Frequency Motor Controllers (100 HP and Less). 2. Diesel Generator (total of 2) as specified in Section 26 32 13.13 — Diesel Engine Driven Generator Sets. 3. Pressure Reducing Valve (total of 2) as specified in Section 40 05 67 — Specialized Pressure and Flow-Control Valves. 4. Pump and Motor Units (total of 4) as specified in Sections 43 23 21.13 — Between- Bearing Impeller, One- and Two-Stage, Axially-Split Centrifugal Pump and 26 05 02 — Common Motor Requirements for Process Equipment. B. The equipment shall be unloaded at Site, stored and installed as per manufacturer's instructions and per the drawings included in the Contract Documents. The listed equipment will be purchased under a separate contract by the Owner. This contract includes unloading, storing and installation of the equipment. C. The scope of the Services to be provided is defined by the Drawings and this Specification Section. In general terms the work consists of furnishing all labor, materials, equipment, tools and related items as required to provide the following Services. CORP2000479 01 64 00-1 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION OWNER-FURNISHED PRODUCTS 1. Coordinate with the equipment suppliers for the delivery, receiving, unloading, storing and installation instructions associated with the equipment. Receive from Supplier, unload, store, inspect at the site and install, the equipment as specified in the listed sections above and related sections located in the Contract Documents. 2. Contractor shall coordinate delivery of the Goods and installation procedures with the equipment suppliers. Product submittals shall be provided to the Contractor. Contractor shall coordinate the following: a. 0&M Manual b. Start up instructions c. Field testing d. Training the Owner Operators 1.11 LOCATION A. The project includes work at two locations. The Rand Morgan Elevated Storage Tank (EST) located at 9355 Leopard Street, Corpus Christi, TX, 78409. The Holly EST located at 4917 Holly Road, Corpus Christi, TX, 78411. 1.12 MEASUREMENT AND PAYMENT A. Payment shall constitute complete compensation for furnishing Goods and Services to execute this contract. Five (5) percent retainage of each progress payment amount will be held by the Owner until all work is completed and accepted by the Owner. 1. Payment for unloading, storing on site and inspection of the equipment at the site will be made upon delivery of the equipment to the site. Payment for this work will be 10% of the total contract amount minus retainage. 2. Payment for the installation and video will be made at the time when the equipment has been installed and the installation video has been reviewed by the Owner, Engineer and Supplier. Payment for this work will be 100% of the Contract amount minus the retainage and minus the previous payment. 3. Final Payment will be made upon acceptance of the work by the Owner. 1.13 COORDINATION WITH OTHER ENTITIES A. Installation Contractor shall limit his use of the premises to allow for: 1. Owner occupancy. B. Coordinate use of premises under direction of the Owner. C. Contractor shall coordinate equipment delivery and scheduling of manufacturer's representative services with the equipment Suppliers as specified in the individual equipment specifications and as specified below: 1. Supplier shall deliver the materials and Goods to the job site as specified in the Procurement Agreement. 2. Contractor shall coordinate with the equipment Suppliers regarding the specific timing of delivery of the materials and Goods. CORP2000479 01 64 00-2 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION OWNER-FURNISHED PRODUCTS 3. Contractor shall unload the delivered equipment and place it in an appropriate storage location in strict accordance with manufacturer's instructions and these specifications. 4. Contractor will accept delivery of the materials and goods by the equipment Suppliers at any time within the delivery window specified in the Procurement Agreement unless this window has been changed by a change order executed with the Owner. 5. Contractor shall provide a clean dry place for storage of the equipment and store it until it is to be installed in its permanently installed location. 6. Contractor and equipment Supplier's Representatives shall provide a certificate for Acceptable Delivery, Unloading and Storage to the Owner and Engineer. 7. The Contractor shall protect the equipment from damage during unloading, storage, removing from storage for installation or during installation of the equipment. If any equipment is damaged after delivery of the material and its removal from the freight hauler, the Contractor shall bear all costs for repair or replacement. 8. The Contractor shall promptly energized motor space heaters and after delivery of motors at the Site. The pumping units shall be housed in a weatherproof enclosures at all times during storage. The Contractor shall fill motor oil reservoirs with oil promptly after arrival. The Contractor shall rotate the motor shaft by hand three to four revolutions on a weekly basis until the units are installed. 1.14 OWNER OCCUPANCY A. Owner will occupy the premises during the entire period of the project for the conduct of his normal operations. The Contractor shall cooperate with the OWNER in providing all services to minimize conflict, and to facilitate Owner's usage. 1.15 PERMITS A. Contractor is responsible for obtaining all City or other regulatory permits required for installation of the equipment. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 INSTALLATION A. Provide as-built information to the Engineer. END OF SECTION CORP2000479 01 64 00-3 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION OWNER-FURNISHED PRODUCTS *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** SECTION 021040 SITE GRADING 1. DESCRIPTION This specification shall govern all work necessary for backfill and grading of the site to complete the project. 2. CONSTRUCTION METHODS Prior to site grading, the site shall be cleared in accordance with City Standard Specification Section 021020 "Site Clearing and Stripping". Unless specified otherwise on the drawings, the existing surface shall be loosened by scarifying or plowing to a depth of not less than six (6)inches. The loosened material shall be recompacted with fill required to bring the site to the required grades and elevations indicated on the plans. Fill shall be uniform as to material, density and moisture content. Fill shall be free of large clods, large rocks, organic matter, and other objectionable material. No fill that is placed by dumping in a pile or windrow shall be incorporated into a layer in that position; all such piles and windrows shall be moved by blading or similar method. All fill shall be placed in layers approximately parallel to the finish grade in layers not to exceed six (6) inches of uncompacted depth, unless indicated otherwise on drawings. The fill shall be compacted to a density which approximates that of natural ground unless indicated otherwise on drawings. The Engineer may order proof rolling to test the uniformity of compaction. All irregularities, depressions and soft spots that develop shall be corrected by the Contractor. Excess material from excavation, which is not incorporated into the site as fill, shall be become property of the Contractor and disposed of away from the job site, unless indicated otherwise on the drawings. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, site grading shall not be measured for pay,but shall be considered subsidiary to other work. 021040 Page 1 of 1 Rev.10-30-2014 *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** SECTION 022100 SELECT MATERIAL 1. DESCRIPTION This specification shall govern the use of Select Material to be used to treat designated sections of roadways, embankments, trenches, etc. Select material shall be non-expansive sandy clay (CL) or clayey sand (SC), in accordance with the Unified Soil Classification System (ASTM D2487). Select Material shall meet the following requirements: Free of vegetation, hard lumps,rock fragments, or other debris No clay lumps greater than 2" diameter Liquid Limit(L.L.): <35 Plasticity Index (P.I.)Range: 8 to 20 Moisture Content: as specified in the drawings 2. CONSTRUCTION METHODS Select material shall be mixed uniformly and placed in layers as indicated, not to exceed 10 inches loose depth (or 12 inches maximum for sanitary sewer trench backfill per City Standard Details for Sanitary Sewers). Unless otherwise specified, the material shall be compacted to a minimum of 95% Standard Proctor density. Each layer shall be complete before the succeeding layer is placed. The finished surface of the select material shall conform to the grade and section shown on the drawings. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, select material shall not be measured for pay, but shall be subsidiary to the appropriate bid item. 022100 Page 1 of 1 Rev.10-30-2014 *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** SECTION 022420 SILT FENCE 1. DESCRIPTION This specification shall govern all work necessary for providing and installing silt fencing required to control sedimentation and erosion during construction of the project. 2. MATERIAL REQUIREMENTS A. Geotextile shall meet the requirements for temporary silt fence per AASHTO M288. B. Fence Reinforcement Materials: Silt fence reinforcement shall be one of the following systems. Type 1: Self-Supported Fence - This system consists of fence posts, spaced no more than 8- 1/2 feet apart, and geotextile without net reinforcement. Fence posts shall be a minimum of 42 inches long, embedded at least one (1) foot into the ground, and constructed of either wood or steel. Soft wood posts shall be at least 3 inches in diameter or nominal 2 x 4 inches in cross section and essentially straight. Hardwood posts shall be a minimum of 1.5 x 1.5 inches in cross section. Fabric attachment may be by staples or locking plastic ties at least every 6 inches, or by sewn vertical pockets. Steel posts shall be T or L shaped with a minimum weight of 1.3 pounds per foot. Attachment shall be by pockets or by plastic ties if the posts have suitable projections. Type 2: Net-Reinforced Fence - This system consists of fence posts, spaced no more than 8-1/2 feet apart, and geotextile with an attached reinforcing net. Fence posts shall meet the requirements of Self-Supported Fence. Net reinforcement shall be galvanized welded wire mesh of at least 12.5-gauge wire with maximum opening size of 4 x 2 inches. The fabric shall be attached to the top of the net by crimping or cord at least every 2 feet, or as otherwise specified. Type 3: Triangular Filter Dike - This system consists of a rigid wire mesh, at least 6-gauge, formed into an equilateral triangle cross-sectional shape with sides measuring 18 inches, wrapped with geotextile silt fence fabric. The fabric shall be continuously wrapped around the dike,with a skirt extending at least 12 inches from its upslope corner. C. Packaging Requirements: Prior to installation, the fabric shall be protected from damage due to ultraviolet light and moisture by either wrappers or inside storage. 022420 Page 1 of 2 Rev.10-30-2014 D. Certification and Identification: Each lot or shipment shall be accompanied by a certification of conformance to this specification. The shipment must be identified by a ticket or by labels securely affixed to the fabric rolls. This ticket or label must list the following information: a. Name of manufacturer or supplier b. Brand name and style C. Manufacturer's lot number or control number d. Roll size (length and width) e. Chemical composition 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, silt fence shall be measured by the linear foot. Payment shall be at the bid price for the unit of measurement specified and shall be full compensation for furnishing all labor, materials, tools, equipment and incidentals necessary to complete the work. Payment shall include, but not be limited to, placing, maintaining and removing the silt fence. 022420 Page 2 of 2 Rev.10-30-2014 SECTION 025223 CRUSHED LIMESTONE FLEXIBLE BASE 1. DESCRIPTION This Specification shall govern all work for furnishing and placing Crushed Limestone Flexible Base required to complete the project. 2. MATERIAL Crushed Limestone Flexible Base shall consist of crushed limestone produced from oversize quarried aggregate, sized by crushing and produced from a naturally occurring single source, meeting the requirements for Type `A' material as specified in Texas Department of Transportation (TxDOT) Specification Item 247 "Flexible Base". Crushed gravel or uncrushed gravel shall not be acceptable. No blending of sources and/or additive materials will be allowed. The material shall be free of vegetation and shall be approved by the Engineer. All acceptable material shall be screened and the oversize shall be crushed and returned to the screened material in such a manner that a uniform product will be produced which meets all of the physical requirements for Grade 1-2 as specified in TxDOT Specification Item 247 "Flexible Base". 3. TESTING The City will engage a laboratory and pay for one test each gradation, liquid limit,plasticity index, modified proctor, moisture-density relation, CBR, and necessary field densities. The Engineer may call for additional tests at any time. The cost of all retests, in case of failure to meet specifications, will be deducted from the Contractor's payment. The City will pay for proctor and soil constants and abrasion tests at the rate described in the materials testing schedule. If material changes, the Contractor shall pay the cost of additional tests required by the Engineer. The Engineer may waive testing and/or lime admix for small amounts for unimportant uses. 4. CONSTRUCTION METHODS Prior to placement of flexible base, the surface of the previous underlying course shall be finished true to line and grade as established, and in conformity with the typical section shown on the drawings. Grade tolerance shall be generally 1/2 inch, and highs and lows must approximately balance. If called for in the drawings or elsewhere in the contract documents, geogrid, as specified in City Standard Specification Section 022040 "Street Excavation", shall be placed as indicated. Flexible base shall be delivered and spread the same day if possible(no later than the next day). Base shall be mixed as required to produce a uniform mixture with water. Base shall be placed in uniform lifts not to exceed 10 inch loose lifts or 8 inch compacted lifts. Moisture and density requirements shall be as indicated on the drawings, typical minimum 98% Modified Proctor 025223 Page 1 of 2 Rev.3-25-2015 (ASTM D1557) under flexible pavements or typical minimum 98% Standard Proctor (ASTM D698) under concrete pavement and to within + 2% of optimum moisture. The section may be accepted if no more than 1 of the 5 most recent moisture or density tests is outside of the specified limits, and the failed test is within+1%deviation from specified moisture or density requirements. The surface of the compacted base, after meeting moisture and density requirements, shall be primed in accordance with City Standard Specification Section 025412"Prime Coat". On completion of compaction and priming, the surface shall be smooth and conform to lines, grades, and sections shown on the drawings. Areas with any deviation in excess of 1/4 inch in cross-section and in lengths of 16 feet measured longitudinally shall be corrected by loosening, adding or removing material,reshaping, and recompacting by repriming and rolling. Moisture and density shall be maintained until the paving is complete. Excessive loss of moisture shall be prevented by sprinkling, sealing, or covering with a subsequent layer. Should the base, due to any reason or cause, lose the required stability, density, or moisture before it is protected by placement of the next layer, it shall be re-compacted, refinished, and retested at the expense of the Contractor until acceptable to the City. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, crushed limestone flexible base shall be measured by the square yard complete in place. Payment shall be full compensation for all materials, royalty, hauling, placing, compacting, labor, equipment, tools, and incidentals necessary for the completion of work. Prime shall be measured and paid under separate bid item if specified on the Bid Form. Geogrid shall be measured and paid under separate bid item if specified on the Bid Form. 025223 Page 2 of 2 Rev.3-25-2015 SECTION 026210 POLYVINYL CHLORIDE PIPE (AWWA C900 and C905 Pressure Pipe for Municipal Water Mains and Wastewater Force Mains) 1. DESCRIPTION This specification shall govern all work necessary for furnishing all PVC pipe (AWWA C900 and C905)required to complete the project. 2. MATERIAL PVC pipe shall be made of Class 12454-A or Class 12454-B virgin compounds, as defined in ASTM D1784 with an established hydrostatic-design-basis of 4000 psi for water at 73.4 degrees F. 3. DIMENSIONS Pipe shall be manufactured to ductile iron pipe equivalent outside diameters. 4. JOINT Pipe shall have a gasket bell end with a thickened wall section integral with the pipe barrel. The use of solvent weld pipe shall not be allowed. 5. GASKETS Gaskets for jointing pipe shall be in accordance with ASTM F477 (High Head). 6. PIPE PRESSURE CLASS AND DIMENSION RATIO Unless indicated otherwise on the drawings, pipe shall have a dimension ratio (DR) of 18 and in accordance with: Pipe Size Designation 4"to 12" AWWA C900 Over 12" AWWA C905 7. CAUSE FOR REJECTION Pipe shall be clearly marked in accordance with AWWA Requirements. Unmarked or scratched pipe shall be rejected. 026210 Page 1 of 2 Rev.3-25-2015 8. CERTIFICATION The contractor shall furnish in duplicate to the Engineer a copy of the manufacturer's affidavit of compliance with this specification, to include gaskets. Certification shall accompany each delivery of materials. 9. MEASUREMENT AND PAYMENT Unless otherwise specified in the Bid Form, PVC pipe (AWWA C900 or C905) will be measured by the linear foot along the centerline for each size of pipe installed. Measurement of pipe shall be up to,but not include,the fittings. Payment shall include all labor, materials, tools and equipment for the completed installation, backfilling and testing of the PVC pipe, together with all incidentals necessary to install the pipe complete in place,per linear foot. 026210 Page 2 of 2 Rev.3-25-2015 SECTION 028020 SEEDING 1. DESCRIPTION This specification shall govern all work necessary for tilling, fertilizing, planting seeds, mulching, watering and maintaining vegetation required to complete the project. 2. MATERIALS 2.1 FERTILIZER: All fertilizer shall be delivered in bags or clearly marked containers showing the analysis, name, trademark and warranty. The fertilizer is subject to testing by the State Chemist in accordance with the Texas fertilizer law. Fertilizer shall have an analysis of 12-12-12 (percent of nitrogen, phosphoric acid and potash) as determined by the Association of Official Agricultural Chemists. Fertilizer shall be free flowing and uniform in composition. 2.2 SEED: Seed shall be labeled and meet the requirements of the Texas Seed Law. Labels shall indicate purity, germination, name and type of seed. Seed furnished shall be of the previous season's crop, and the date of analysis shown on each bag shall be within twelve months of delivery to the project. The quantity of"Commercial Seed" required to equal the quantity of"Pure Live Seed" shall be computed by the following formula: Commercial Seed=Pure Live Seed x 10,000 %Purity x % Germination The quantity of pure live seed and type required are indicated below. Mixture A or C shall be used for this project, depending on the time of the year planting is performed. LB/ACRE OF PURE LIVE SEED FOR MIXTURES COMMON NAME SCIENTIFIC NAME A B C Green Sprangletop Leptochloa Dubia 1.4 1.4 - Sideoats Grama(premier) Bouteloua Curtipendula 0.6 - 0.6 Bermudagrass (Hulled) Cynodon Dactylon 7.0 7.4 - Bermudagrass (Unhulled) Cynodon Dactylon - - 30.0 K-R Bluestem Andropogon Ischaemum 1.2 1.2 1.5 Buffalograss Buchloe Dactyloides - 4.2 - Annual Ryegrass Lolium Multiflorum 5.0 5.0 20.0 Mixture-A: Recommended for clay or tight soil planted between December 1 thru May 1. Mixture-B: Recommended for sandy soil planted between December 1 thru May 1. Mixture- C: Recommended for all soils planted between May 2 thru November 30. 028020 Page 1 of 4 Rev.3-25-2015 2.3 MULCH: Mulch shall be either the straw type or wood cellulose fiber type. Straw Type mulch shall be of straw from stalks of domestic grain, Bermudagrass or cotton hulls, or other approved by the Engineer. Wood Cellulose Fiber Type mulch shall have no growth inhibiting ingredients and shall be dried with a moisture content less that 10% by weight. Fibers shall be dyed an appropriate color to facilitate visual metering and application of mulch. The cellulose fiber shall be manufactured so that after addition and agitation in slurry tank with fertilizers, seeds and other approved additives, the fibers in the material will become uniformly suspended to form a homogeneous slurry; when sprayed on the ground, the material shall form a uniform cover impregnated with seeds; the cover shall allow added water to percolate to the underlying soil. The fiber material shall be supplied in packages of not more than 100 lb. gross weight and shall be marked by the manufacturer to indicate the dry weight content. 2.4 EQUIPMENT: The fertilizing, seeding and/or mulching operations shall be accomplished with equipment suitable to the required function. It shall be of current design and in good operating condition. Special seeding and mulching equipment must also meet the following requirements: Seeder - Equipment for applying a seed-fertilizer mix shall be a hydraulic seeder designed to pump and discharge a waterborne, homogeneous slurry of seed and fertilizer. The seeder shall be equipped with a power driven agitator and capable of pressure discharge. Straw Mulch Spreader - Equipment used for straw mulch application shall be trailer mounted, equipped with a blower capable of 2000 r.p.m. operation, and that will discharge straw mulch material through a discharge boom with spout at speeds up to 220 feet per second. The mulch spreader shall be equipped with an asphalt supply and application system near the discharge end of the boom spout. The system shall apply asphalt adhesive in atomize form to the straw at a predetermined rate. The spreader shall be capable of blowing the asphalt-coated mulch, with a high velocity airstream, over the surface at a uniform rate, forming a porous, stable erosion-resistant cover. Wood Cellulose Fiber Mulch Spreader - Equipment used for this application of fertilizer, seeds, wood pulp, water and other additives shall have a built-in agitation system with sufficient capacity to agitate, suspend and homogeneously mix a slurry containing up to 40 lbs. of fiber plus the required fertilizer solids for each 100 gallons of water. It shall have sufficient agitation and pump capacity to spray a slurry in a uniform coat over the area to be mulched. 028020 Page 2 of 4 Rev.3-25-2015 3. CONSTRUCTION METHODS 3.1 PREPARATION OF SEEDBED: The area to be treated along with requirements for seed, fertilizer and other treatments, shall be done as indicated on the drawings and as specified below. Clearing—Refer to City Standard Specification Section 021020, "Site Clearing and Stripping". Grading - Refer to City Standard Specification Section 021040, "Site Grading". Tilling - The area to be seeded shall be tilled to a depth of 4 to 6 inches by disking,plowing, or other approved methods until soil condition is acceptable. Topsoiling — If the native soils are not conducive to the establishment and maintenance of grass growth, or if called for on the drawings,topsoil shall be placed over the area to be seeded to a depth of 5 inches after tilling. Topsoil shall have a pH range of 5.5 to 7; shall contain between 2 and 20 percent organic material content in accordance with ASTM D5268; and shall be free of stones larger than one inch, debris, and extraneous materials harmful to plant growth. 3.2 FERTILIZING: Fertilizer shall be uniformly applied at a rate of 400 lb/acre, after tilling. Fertilizing and seeding shall be done concurrently. If seeds and fertilizer are distributed in a water slurry, the mixture shall be applied to the area to be seeded within 30 minutes after all the components have come into contact. 3.3 SEEDING: The seed mixture shall be uniformly distributed at the rate specified above. Broadcast Seeding - Seed shall be placed with fertilizer, after tilling. After planting, the area shall be rolled on contour with a corrugated roller. Straw Mulch Seeding - Seed shall be placed with fertilizer, after tilling. After placement of the seed and fertilizer mixture, straw mulch shall be uniformly placed at a rate of 2 tons per acre. As soon as the mulch has been spread, it shall be anchored to the soil a minimum depth of 3 inches by use of a heavy, dulled disk harrow, set nearly straight. Disks shall be set approximately 9 inches apart. Straw Mulch With Asphalt Seeding - Seed, fertilizer and straw mulch shall be placed as described in "Straw Mulch Seeding" with the following two exceptions: 1) An asphalt-water emulsion shall be applied to the mulch near the discharge end of the boom spout at a rate of 300 to 600 gallons per acre. 2)Mechanical anchoring by disking will not be required. Asphalt Mulch Seeding - The seed and fertilizer shall be placed as described for 'Broadcast Seeding". After the area has been rolled, the area shall be watered sufficiently to assure a uniform moisture to a minimum depth of 4 inches. An asphalt-water emulsion shall be applied at a rate of 1500 to 1800 gallons per acre, immediately after watering. Asphalt shall be applied to the area in such a manner that a complete film is obtained and the finished surface shall be 028020 Page 3 of 4 Rev.3-25-2015 comparatively smooth. Wood Cellulose Fiber Mulch Seeding - After tilling, mulch shall be applied. Wood cellulose fibers shall be added to the hydraulic seeder after the proportionate amounts of seed, fertilizer, water and other approved materials are added. Application shall be 1500 lb./acre on flats, 2000 lb./acre on slopes up to 3:1, and 2500 lb./acre on slopes steeper than 3:1. One hundred (100)pounds of fiber per acre shall be used when asphalt is to be applied over cellulose mulch. The mulch shall provide a uniform cover over the soil surface. Asphalt Over Wood Cellulose Fiber Mulch Seeding - "Wood Cellulose Fiber Mulch Seeding" shall be done as described above. After mulch has been placed, an asphalt-water emulsion shall be uniformly spread over the mulch at a rate of 1200 gallons per acre. 3.4 MAINTENANCE: The Contractor shall water, repair and reseed areas as required for a period of 45 days or until growth has been established, whichever is longer. This includes erosion damage. Maintenance does not include mowing or weed control, unless indicated on the plans. If at any time the seeded area becomes gullied or otherwise damaged, or the seeds have been damaged or destroyed, the affected portion shall be re-established to the specified condition prior to acceptance of the work. 3.5 GUARANTEE: The Contractor shall assure 95% of the seeded area has established grass growth at 45 calendar days after seeding, unless indicated otherwise on the drawings. Where established, grass growth is defined as at least one plant per square foot with no bare spots larger than three (3) square feet. The Contractor shall re-establish grass growth as directed by the Engineer during the one-year warranty period. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, seeding will be measured by the horizontal square yard of area seeded within the areas designated on the drawings. Areas disturbed by the Contractor that are outside of the designated areas (such as field office, laydown/ storage area, stockpile areas, etc.) shall be seeded by the Contractor for erosion control per the stormwater pollution prevention plan but will not be measured for payment. Payment shall be full compensation for all labor, materials, tools, equipment and incidentals necessary to complete the work, and shall include, but not be limited to, tilling soil, topsoiling, fertilizing, planting, mulching, watering and maintaining vegetation. Payment shall be due and payable only after grass growth has been established as described above. 028020 Page 4 of 4 Rev.3-25-2015 SECTION 03 10 00 CONCRETE FORMWORK PART 1 GENERAL 1.01 SCOPE OF WORK A. This section defines requirements for design, construction, erection and removal of concrete formwork. 1.02 RELATED WORK A. Coordinate the requirements of this section with all other Sections and Contract Documents. 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and Contract Documents. B. Submit manufacturer's literature, data and installation instructions for all proprietary materials, manufactured form systems, ties and accessories. 1.04 REFERENCE STANDARDS A. American Concrete Institute (ACI). 1. ACI 117: Specifications for Tolerances for Concrete Construction and Materials. 2. ACI 301: Specifications for Structural Concrete. 3. ACI 347: Guide to Formwork for Concrete. 1.05 QUALITY ASSURANCE A. Design Criteria for Formwork, Falsework and Shoring-Reshoring 1. The design and engineering of all concrete formwork, including all bracing, shall be the sole responsibility of the Contractor. 2. Design for loads, lateral pressure, and allowable stresses as described in ACI 347. Design for all lateral loads and other applicable requirements of controlling local building codes. 3. Design formwork to be readily removed without impact, shock, or damage to concrete surfaces and adjacent materials. 4. Design for fresh concrete as the pressure exerted by a liquid weighing 150 pounds per cubic foot. Additionally, the rate of concrete placement, concrete temperature and all other pertinent factors shall be taken into account. 5. Design for all construction loads imposed during construction. 6. Forms shall have adequate stiffness to maintain mortar-tightness and true final dimensions of member being constructed within specified construction tolerances. B. Alignment Control &Allowable Tolerances CORP2000479 03 1000-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CONCRETE FORMWORK 1. Construct and erect formwork in accordance with ACI 117, ACI 301 and ACI 347. 2. True alignment of walls and other vertical surfaces having straight lines shall be controlled and checked. Forming shall be arranged with provisions for adjusting the horizontal alignment after the form has be filled with concrete. Establish a transit line or other reference so that adjustments can be made to an established line while the concrete is still plastic. 1.06 PROJECT DESCRIPTION/DESIGN REQUIREMENTS 1.07 DELIVERY, HANDLING AND STORAGE A. Store materials above ground on framework or blocking. Cover wood for forms and other accessory materials with protective waterproof covering, providing for adequate ventilation. Store materials in accordance with all manufacturer's recommendations. B. Form lumber shall be delivered to the job site as far in advance of its use as is practical, and shall be carefully stacked clear of the ground in such a manner as to facilitate air- drying. C. Handle materials to prevent damage in accordance with the manufacturer's recommendations. 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 WARRANTY/EXTENDED WARRANTY (NOT USED) PART 2 PRODUCTS 2.01 MATERIALS A. Lumber & Plywood 1. Properly seasoned and of good quality; free from loose or unsound knots, holes, shakes, splits, decay and other imperfections that would affect its strength or adversely affect the finished concrete surface. B. Form Release Agent: 1. A ready to use water based material formulated to eliminate or reduce surface imperfections free of kerosene, mineral oils, waxes or resins. 2. Release agent shall not discolor or injuriously affect the finished concrete surface, subsequent coatings or concrete curing. C. Coating for Plastic Forms 1. Alkali-resistant gel-coat. 2.02 FABRICATIONS A. Forms 1. General CORP2000479 03 1000-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CONCRETE FORMWORK a. Chamfers: Provide a chamfer on all exposed edges by using either wooden or plastic chamfer strips. Chamfer strips shall be a forty-five degree right triangle in section with the two shorter sides measuring 3/4-inch. 2. Smooth Forms: a. Construct formwork with plywood; tempered, concrete-form hardboard; dressed lumber faced with plywood or fiberboard lining; metal; plastic; or metal-framed plywood-faced panel material acceptable to the Engineer to provide continuous, straight smooth surfaces. Form material will be free of raised grain, torn surfaces, worn edges, patches, dents or other defects. Furnish material in largest practical sizes to minimize the number of joints and, when shown on the drawings, conform to the joint system shown. Form material will have sufficient strength and thickness to withstand the pressure of newly placed concrete without bow or deflection. b. Smooth forms will be used on all concrete surfaces exposed to view or liquid in the completed structure. 3. Rough Forms: a. Construct forms of dressed or undressed lumber free of knots, splits, or other defects; plywood; metal; or other material acceptable to the Engineer. Material shall have sufficient strength and thickness to withstand the pressure of newly placed concrete without bow or deflection. b. Rough forms may be used on concrete surfaces that will not be exposed to view or liquid in the completed structure. B. Metal Forms 1. All specified requirements for "Forms" regarding design, mortar tightness, geometry, bevels, chamfers, bracing, alignment, removal, re-use, oiling, etc. shall apply equally to metal forms. 2. Metal used for forms shall have adequate thickness to remain true to shape. Clamps, pins and other connecting devices shall be designed to hold the forms rigidly together and allow form removal without injury to the concrete. 3. Bolt and rivet heads on exposed surfaces shall be countersunk. 4. Metal forms that do not present a smooth surface free from rust, grease or other foreign materials that discolor concrete shall not be used. 2.03 FORM ACCESSORIES A. Form Ties 1. Form ties shall be of the removable end, permanently embedded body type and shall have sufficient strength and rigidity to support and maintain the form in proper position and alignment without the use of auxiliary spreaders. 2. Ties of a type intended to be entirely removed shall be coated with an acceptable lubricant to safeguard against damaging the concrete during such removal. The use of wire ties will not be permitted. 3. Use removable cones of one-inch by one-inch minimum size on the end of the form tie. 4. Grout depressions left in concrete by the cones with non-shrink grout after the ends of the cones have been removed. CORP2000479 03 1000-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CONCRETE FORMWORK B. Form Sealer 1. Surface sealer that will not bond with, stain, or adversely affect concrete surfaces, and will not impair subsequent treatments of concrete surfaces when applied to most forms or form liners. A ready-to-use water based material formulated to reduce or eliminate surface imperfections, containing no mineral oil or organic solvents. Environmentally safe, meeting local, state, and federal regulations. PART 3 EXECUTION 3.01 FORM CONSTRUCTION A. General 1. All formwork work platforms shall be safe and conform to OSHA Requirements. 2. Construct and maintain formwork, complying with ACI 347 and this Section so that it will maintain correct sizes of members, shape, alignment, elevation and position during concrete placement and until concrete has gained sufficient strength. Provide for openings, offsets, sinkages, keyways, recesses, moldings, anchorages and inserts, as required. 3. Construct forms for easy removal without damage to concrete surfaces. 4. Formwork shall be sufficiently tight to prevent leakage of cement paste during concrete placement. Solidly butt joints and provide backup material at joints as required to prevent leakage and fins. 5. Chamfer strips shall be placed in forms to bevel all edges and corners permanently exposed to view, except the top edges of walls and slabs which are shown to be tooled. Edges of formed joints and interior corners shall not be beveled unless shown or specified otherwise. Equipment bases shall have formed beveled edges for all vertical and horizontal corners. Unless otherwise noted, bevels shall be 3/4- inch wide. 6. Form ties shall be employed in such places and at such intervals as to securely hold the forms in position during the placing of concrete, and to withstand the weight and pressure of the wet concrete. 7. If runways are required for moving equipment, provide for support of runways with struts or legs resting directly on the formwork or structural member. Do not allow runways or supports to rest on reinforcing steel. 8. Provide openings below large pipe (over 10" diameter) or large embedments to allow adequate concrete fill and minimize honeycombs and voids. 9. Construct forms with such care as to produce concrete surfaces which will not have unsightly or objectionable form marks in exposed concrete surfaces. Forms shall have all contact surfaces thoroughly cleaned before reuse. B. Forms for Surfaces Exposed to View or Liquids: 1. Drill forms to suit ties used and to prevent leakage of concrete mortar around tie holes. Form ties shall be uniformly spaced and aligned in rows. 2. Provide sharp, clean corners at intersecting planes, without visible edges or offsets. Back joints with extra studs or girts to maintain true, square intersections. 3. Form molding shapes, recesses and projections with smooth-finish materials and install in forms with sealed joints to prevent displacement. CORP2000479 03 1000-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CONCRETE FORMWORK 4. Form exposed corners of beams and columns to produce square, smooth, solid, unbroken lines. Provide all exterior exposed corners with 3/4-inch chamfer. 5. Arrange facing material in an orderly and symmetrical fashion. Keep the number of seams to a practical minimum. Support facing material adequately to prevent deflection in excess of allowable tolerances. 6. For flush surfaces exposed to view in the completed structure, overlap previously placed hardened concrete with form sheathing by approximately 1-inch. Hold forms against hardened concrete to maintain true surfaces, preventing offsets or loss of mortar. C. Edge Forms and Screed Strips for Slabs: Set edge forms or bulkheads and intermediate screed strips for slabs to obtain required elevations and contours in the finish slab surface. Provide and secure units to support types of screeds required. D. Surface to Receive Membrane Waterproofing: Provide chamfers for external corners in concrete surfaces that will be covered with membrane waterproofing. Provide a continuous reglet at line of top of membrane waterproofing on vertical surfaces. Coordinate location with waterproofing applicators. 3.02 TOLERANCES A. Construct formwork so that concrete surfaces will conform to tolerance limits as listed in ACI 117, ACI 301 and ACI 347. B. Establish sufficient control points and bench marks as references for tolerance checks. Maintain these references in undisturbed condition until final completion and acceptance of the project. 3.03 ADJUSTMENTS OF FORMWORK A. Use wedges or jacks to provide positive adjustment of shores and struts. Wedges used for final adjustment of forms should be fastened in position after final inspection and before concrete placement. B. Securely brace forms against lateral deflections. Prepare to compensate for settling during concrete placement. C. For wall openings, construct wood forms that facilitate any necessary loosening to counteract swelling of forms. 3.04 PREPARATION OF FORM SURFACES A. Before placing concrete, clean surfaces of forms and embedded materials. Remove accumulated mortar, grout, rust and other foreign matter. B. Coat forms for exposed or painted concrete surfaces with form oil or form-release agent before placing reinforcement. Cover form surfaces with coating material used in strict accordance with the Manufacturer's printed instructions. Do not allow excess coating material to accumulate in forms or to contact hardened concrete against which fresh CORP2000479 03 1000-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CONCRETE FORMWORK concrete will be placed. Remove coating material from reinforcement before placing concrete. C. Other than retained-in-place metal forms, forms for unexposed surfaces may be wet with water immediately before concrete placement in lieu of coating. One exception is that when a possibility of freezing temperatures exists, use of a coating is mandatory. 3.05 REMOVAL OF FORMS A. Forms shall not be removed until the concrete has adequately hardened and set. Clamps or tie rods may be loosened twenty-four (24) hours after the concrete is placed; ties, except for a sufficient number to hold the forms in place, may be removed at that time. B. Forms on vertical surfaces, when repair of surface defects or finishing is required before concrete is aged, may be removed as soon as concrete has hardened sufficiently to resist damage from removal operations. C. Remove top forms on sloping surfaces of concrete as soon as concrete has attained sufficient stiffness to prevent sagging. Loosen wood forms for wall openings as soon as this can be accomplished without damage to concrete. Formwork for columns, walls, sides of beams, and other parts not supporting weight of concrete may be removed provided that concrete has hardened sufficiently to resist damage from removal operations and provided the removal of these forms will not disturb members supporting the weight of the concrete. D. If removal of formwork occurs before required curing is complete, exposed concrete surfaces shall be cured immediately after the removal of formwork until all curing requirements are met. See Section 03 30 00 for curing requirements. 3.06 FORM REUSE A. Do not reuse forms that are worn or damaged beyond repair. Thoroughly clean and recoat forms before reuse. For wood and plywood forms to be used for exposed smooth finish, sand or otherwise dress concrete contact surface to original condition or provide form liner facing material. For metal forms, straighten, remove dents and clean to return to original condition. END OF SECTION CORP2000479 03 1000-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CONCRETE FORMWORK SECTION 03 15 19 CAST-IN CONCRETE ANCHORS PART 1 GENERAL 1.01 SCOPE OF WORK A. This sections includes the provision of anchor bolts, expansion anchors and concrete inserts including but not limited to: 1. Rails. 2. Sluice gates. 3. Hangers and brackets. 4. Equipment. 5. Piping. 6. Grating and floor plate. 7. Electrical, Plumbing and HVAC Work. 8. Wood and plastic fabrications B. This Section includes all bolts, anchors and inserts required for the Work but not specified under other Sections. 1.02 RELATED WORK A. Section 05 50 00 — Miscellaneous Metal Fabrications 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Samples: Submit the following: 1. Representative samples of bolts, anchors and inserts as may be requested by the Owner's Representative. Review will be for type and finish only. Compliance with all other requirements is exclusive responsibility of Manufacturer/Contractor. C. Shop Drawings: Submit for review/acceptance the following: 1. Setting drawings and templates for location and installation of anchorage devices. 2. Copies of Manufacturer's specifications, load tables, dimension diagrams and installation instructions for the devices. 1.04 REFERENCE STANDARDS A. ASTM A193, Type 316 Stainless Steel Bolting Materials. B. ASTM A307, Carbon Steel Externally and Internally Threaded Standard Fasteners. C. Construction Quality Management Plan. CORP2000479 03 15 19-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CAST-IN-CONCRETE ANCHORS 1.05 QUALITY ASSURANCE (NOT USED) 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS A. When the size, length or load carrying capacity of an anchor bolt, expansion anchor, or concrete insert is not shown on the drawings, provide the size, length and capacity required to carry the design load times a minimum safety factor of four. B. Determine design loads as follows: 1. For equipment anchors, use the design load recommended by the Manufacturer and accepted by the Owner. 2. For pipe hangers and supports, use one half the total weight of pipe, fittings, valves, accessories and water contained in pipe, between the hanger or support in question and adjacent hangers and supports on both sides. 3. Allowances for vibration are included in the safety factor specified above. 1.07 DELIVERY, HANDLING AND STORAGE (NOT USED) 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 EXTENDED WARRANTY (NOT USED) PART 2 PRODUCTS 2.01 MATERIALS A. Anchor Bolts: 1. Provide stainless steel bolts complying with ASTM A193, Type 316 SS. Other AISI types may be used subject to owners' acceptance. B. Expansion Anchors: 1. All expansion bolts shall be 316 stainless steel. 2. All expansion bolts shall have a 4:1 safety factor with a minimum working capacity as follows: Bolt size 7/8" 3/4" 1/2" 3/8" Minimum Shear Strength 5250# 4250# 1650# 625# Minimum Pullout Strength 5250# 4250# 1300# 1030# Minimum Embedment 7" 5" 3-1/2" 3-1/2" 3. Size required for the concrete strength specified. 4. Stud type (male thread) or flush type (female thread), as required. 5. UL or FM approved. 6. Provide MANUFACTURERS's technical literature and test reports from an accredited independent testing laboratory showing certified bolt capacities for expansion bolts proposed for use on this project. 7. Product and Manufacturer: HILTI, Incorporated or approved equal. CORP2000479 03 15 19-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CAST-IN-CONCRETE ANCHORS C. Adhesive Anchors (capsule anchors) 1. Adhesive anchors shall consist of all-thread anchor rod, nut, washer, and adhesive. Anchor rods to be manufactured from ASTM 316 stainless steel which meets the requirements of ASTM F593. Anchor rods shall have rolled threads. The adhesive shall contain a vinylester resin, quartz and aggregate and hardener as equal to the Hilti HVA adhesive, Hilti HIT RE 500 adhesive, HIT HY 150 adhesive. When temperatures drop below 40°F, use Hilti HIT-ICE/HIT-HY 150 adhesive or approved equal. D. Concrete Inserts: 1. For piping, grating and floor plate, provide malleable iron inserts. 2. Provide those recommended by the Manufacturer for the required loading. 3. Finish shall be black. 4. Concrete shall be UL and FM approved. E. Powder actuated fasteners and other types of bolts and fasteners not specified herein shall not be used unless accepted by Owner. PART 3 EXECUTION 3.01 INSTALLATION A. Drilling equipment used and installation of expansion anchors shall be in accordance with Manufacturer's instructions. B. Assure that embedded items are protected from damage and are not filled in with concrete. C. Expansion anchors may be used for hanging or supporting pipe two inches in diameter and smaller. Expansion anchors shall not be used for larger pipe unless otherwise shown or accepted by the Owner. D. Use concrete inserts for pipe hangers and supports for the pipe size and loading recommended by the insert Manufacturer. E. Unless otherwise shown or accepted by Owner conform to following for expansion anchors: 1. Minimum embedment depth as defined in 2.02 B. 2. Minimum anchor spacing on centers: ten diameters. 3. Minimum distance to edge of concrete: five diameters. 4. Increase dimensions above if required to develop the required anchor load capacity. 3.02 CLEANING A. After embedding concrete is placed, remove protection and clean bolts and inserts. 3.03 REPAIR OF DEFECTIVE WORK A. Remove and replace misplaced or malfunctioning anchors. CORP2000479 03 15 19-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CAST-IN-CONCRETE ANCHORS B. Fill empty anchor holes and patched failed anchor locations with high-strength, non- shrink, non-metallic grout. C. Anchors that fail to meet proof load of installation torque requirements shall be regarded as malfunctioning. END OF SECTION CORP2000479 03 15 19-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CAST-IN-CONCRETE ANCHORS SECTION 03 20 00 CONCRETE REINFORCEMENT PART 1 GENERAL 1.01 SCOPE OF WORK A. This section specifies requirements for all concrete reinforcement. 1.02 RELATED WORK A. Coordinate the requirements of this section with all other sections of Division 03 — Concrete. 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Certificates: Submit the Manufacturer's certificate giving the properties of steel proposed for use. List the Manufacturer's test number and heat number, chemical analysis, yield point, tensile strength, and percent elongation. Also identify on the certificates the proposed location of the steel in the work. C. Bill of Materials: Submit bills of materials to be reviewed with shop drawings. D. Shop Drawings: 1. Show reinforcement fabrication, bar placement location, splices, spacing and bar designation, bar type, length, size, bending, number of bars, bar support type, and other pertinent information, including dimensions. Information must correspond directly to data listed on the bill of materials. 2. Provide sufficient detail to permit placement of reinforcement without use of design drawings. Reproduction of design drawings for use as shop drawings is not permitted. Do not begin fabrication of reinforcing steel until after shop drawings have been reviewed by the Owner's Representative. 3. Detail shop drawings in accordance with ACI 315. 4. Rebar submittal shall include following information. a. Grade of bars. b. Table of bending dimensions, bar size, bar length, number of bars and spacing. c. The reinforcing shall be listed separately for each structural element (wall, slab, footing, beam, etc.). Each element shall be labeled on the bar list and clearly identified on the shop drawings. d. Each bar shall be identified such as corner bars, tie bars, vertical bars, etc. E. Quality Control Submittals. 1. Mill Test Reports. CORP2000479 03 2000-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CONCRETE REINFORCEMENT a. Provide certified copies, evidencing compliance with the requirements of these Specifications, shall be delivered to the Owner with all deliveries of reinforcing steel. 1.04 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM): 1. ASTM A36: Standard Specification for Carbon Structural Steel. 2. ASTM A184: Standard Specification for Welded Deformed Steel Bar Mats for Concrete Reinforcement. 3. ASTM A615: Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement. 4. ASTM A1064: Standard Specification for Carbon Steel Wire and Welded Wire Reinforcement, Plain and Deformed, for Concrete. B. American Concrete Institute (ACI): 1. ACI 117: Specifications for Tolerances for Concrete Construction and Materials. 2. ACI 301: Specifications for Structural Concrete. 3. ACI 315: Details and Detailing of Concrete Reinforcement. 4. ACI 318: Building Code Requirements for Structural Concrete. 5. ACI 350: Code Requirements for Environmental Engineering Concrete Structures. C. Concrete Reinforcing Steel Institute (CRSI): 1. CRSI: Manual of Standard Practice. 2. CRSI: Placing Reinforcing Bars. D. American Welding Society (AWS): 1. D1.4: Structural Welding Code — Reinforcing Steel. E. Wire Reinforcement Institute (WRI): 1. WWR-500-R: Manual of Standard Practice—Structural Welded Wire Reinforcement. 1.05 QUALITY ASSURANCE (NOT USED) 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, STORAGE, AND HANDLING A. Unloading, storing and handling bars on the job shall meet CRSI publication "Placing Reinforcing Bars", and the following: 1. Deliver steel with suitable hauling and handling equipment. 2. Tag steel for easy identification. 3. Store reinforcing on blocking or by other means to prevent contact with the ground. 4. Protect reinforcing, as far as practicable, from mechanical injury, surface deterioration and rusting caused by exposure to the weather. CORP2000479 03 2000-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CONCRETE REINFORCEMENT 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 WARRANTY/EXTENDED WARRANTY (NOT USED) 1.10 NOTIFICATION A. Notify the Owner's Representative at least 48 hours before concrete placement so that reinforcement may be inspected and errors corrected without delaying the work. PART 2 PRODUCTS 2.01 REINFORCEMENT A. Deformed Bars: 1. Use Grade 60 deformed bars conforming to ASTM A615 unless indicated otherwise in the drawings. 2. Where welding of reinforcement is called for in the Drawings, use Grade 60 deformed bars conforming to ASTM A706. B. Welded Wire Fabric: 1. Welded Deformed Wire Fabric. Conform to ASTM A1064 unless indicated otherwise in the drawings. 2. Provide wire size, spacing and type as shown. C. Marking: Clearly mark all bars and welded wire fabric with waterproof tags showing the number of bars, size, mark, length and yield strength. Mark steel with the same designation as the member in which it occurs. Key marks to the concrete placement number as designated on the concrete place sequence shop drawings. 2.02 TIE WIRE A. Provide 16-gauge, black, soft-annealed wire where tie wire is not closer than 1 inch from surface of form after tying in place. B. Provide nylon-, epoxy-, or plastic-coated tie wire to fasten non-coated reinforcing steel, unless tie wire is bent to maintain a minimum of 1 inch from surface of form. C. Provide coated tire wire to fasten epoxy coated reinforcing steel. 2.03 BAR SUPPORTS A. Provide chairs, riser bars, ties and other accessories made of metal, except as otherwise specified. Bar supports and accessories shall be of the sizes required to provide concrete cover as specified. Metal bar supports and accessories shall be Class 1 or 2 conforming to the requirements of CRSI Manual of Standard Practice. 2.04 FABRICATION A. Bending: CORP2000479 03 2000-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CONCRETE REINFORCEMENT 1. Shop fabricate bars to the shapes shown on the drawings by cold bending. Bends shall conform to the minimum bend diameters specified in ACI 318. Do not heat, straighten or rebend bars without specific written approval from the Engineer. 2. Field bending of bars is not permitted. B. Splices: 1. Locate splices as shown on the drawings. Where it is necessary to splice reinforcement at locations other than shown on the drawings, the splices shall be clearly located in the Shop Drawings for review by the Engineer. 2. Use a minimum number of splices located at the points of minimum stress. Stagger splices in adjacent bars. 3. Length of lap splices shall be in accordance with ACI 315, unless called out in the Drawings. When there is a conflict between ACI 315 and the Drawings, the more restrictive provision shall apply. C. Fabrication Tolerances: 1. Bars must conform to the fabrication tolerances listed in all reference specifications. When there is a conflict in the reference specifications the more restrictive requirement shall apply. PART 3 EXECUTION 3.01 GENERAL A. Meet all requirements of the ACI, CRSI and WRI documents referenced in this Section. 3.02 CLEANING A. Clean reinforcement of all scale, loose or flaky rust or other foreign material, including oil, mud or coating that will reduce the bond to concrete. 3.03 PLACING REINFORCING BARS A. Placement in Forms: 1. Use spacers, chairs, wire ties and other accessory items necessary to properly assemble, space and support reinforcing. Wire ties through forms and temporary spacers will not be allowed. 2. Provide accessories of sufficient number, size and strength to adequately prevent deflection or displacement of reinforcement due to construction loads or concrete placement. Use appropriate accessories to position and support bolts, anchors and other embedded items. Tie reinforcing bars at each intersection and to accessories. Blocking reinforcement with concrete or masonry is prohibited. B. Placement for Concrete on Ground: 1. Support reinforcement on precast concrete blocks spaced at approximately 3 feet on centers each way. Use a minimum of one block for each 9 square feet. Tie blocks to at least one reinforcing bar using tie wires embedded in the block. C. Placement Tolerances: CORP2000479 03 20 00-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CONCRETE REINFORCEMENT 1. Meet the placement tolerances listed in all reference specifications. When there is a conflict in the reference specifications the more restrictive requirement shall apply. D. Interferences: 1. If reinforcing interferes with the location of other reinforcing steel, conduits or embedded items, bars may be moved within specified tolerances or one bar diameter whichever is greater. If greater movement of bars is required to avoid interference, notify the Engineer. Do not cut reinforcement to install inserts, conduits, mechanical openings or other items without approval of the Engineer. E. Protection, Spacing and Positioning: 1. Conform to reviewed shop drawings, Project Drawings, and all applicable reference specifications. When there is a conflict in the reference specifications the more restrictive requirement shall apply. 2. Bundle or space bars as approved on shop drawings, instead of bending where construction access through reinforcing is necessary. F. Splices: 1. Do not splice bars, except at locations shown on the Drawings or the reviewed Shop Drawings, without approval of the Engineer. 2. Lap Splices: Tie securely with wire to prevent displacement of splices during placement of concrete. 3. Stagger splices in adjacent bars. G. Construction Joints. 1. Place reinforcing continuous through construction joints. H. Reinforcement Around Openings: 1. Place an equivalent area of steel around pipe or opening and extend on each side sufficiently to develop bond in each bar unless otherwise noted in the Drawings. 2. Refer to Details on Drawings for bar extension length of each side of opening. 3. Where welded wire fabric is used, provide extra reinforcing using fabric or deformed ba rs. 3.04 PLACING WELDED WIRE FABRIC A. Install wire fabric in as long lengths as practicable. Lap adjoining pieces at least one full mesh plus 2 inches, or 6 inches, whichever is larger. Do not make end laps midway between supporting beams, or directly over beams of continuous structures. Offset end laps in adjacent widths to prevent continuous laps. B. Tie laps and splices securely at ends and at least every 24 inches with 16-gauge black annealed steel wire. C. Place welded wire fabric on concrete blocks at proper distance above bottom of slab and rigidly support equal to that furnished for typical deformed bar reinforced steel. D. Do not use fabric that has been rolled. Install flat sheets only. CORP2000479 03 2000-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CONCRETE REINFORCEMENT 3.05 WELDING A. Welding of reinforcement is not permitted unless called for in the Drawings or without written approval of the Engineer. B. All welding shall conform to the requirements of AWS D1.4. 3.06 FIELD BENDING A. Field bending of reinforcing steel bars is not permitted without written permission of the Engineer. 3.07 FIELD CUTTING A. Reinforcing bars cut on the job shall be cut by shearing or sawing. Do not cut bars with a cutting torch. END OF SECTION CORP2000479 03 2000-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CONCRETE REINFORCEMENT SECTION 03 30 00 CAST-IN-PLACE CONCRETE PART 1 GENERAL 1.01 SCOPE OF WORK A. This section contains all requirements for cast-in-place structural concrete. 1.02 RELATED WORK A. Coordinate the requirements of this section with all other sections of Division 03 — Concrete. 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Submit for review a proposed design mix for each concrete strength and class required by these Specifications. Failure to include any items of information noted in this paragraph for a given concrete strength or type will be cause for requirement of a resubmittal. Information to be submitted for each strength and class shall include the following items: 1. Concrete mix design a. Constituent quantities per cubic yard. b. Sources of all concrete mix components including coarse aggregate, fine aggregate, cement, water, admixtures, and pozzolans where included. c. Cement type and manufacturer, include chemical analysis (mill test report) for each cement type to be used. d. Pozzolan type and source; include chemical analysis for each pozzolan type to be used. e. Water/cement ratio, by weight. f. Air content. g. Mix design slump. h. Average compressive strengths conforming to the requirements of ACI 318 at 28 days. Provide both average strengths and sample standard deviation. Provide results at 7 and 14 days if available. i. Laboratory shrinkage test results for concrete mix designs, where specified. 2. Aggregate: a. Laboratory sieve analysis, conforming to ASTM C33. b. Verification that aggregate is not "deleterious," or "potentially deleterious." Provide documentation or other certification that aggregate does not contain deleterious substances and has been used without issues on previous projects. 3. Admixtures. Submit Manufacturer's data brochures on all admixtures proposed for use and provide certification of compliance with specified ASTM standards for each admixture. CORP2000479 03 30 00-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CAST-IN-PLACE CONCRETE C. Submit concrete placement drawings showing pour sequence, lift numbers, locations of all joints, concrete mix being placed, concrete finishes, and all pertinent embedments including embedded plates, sleeves, pipes, conduits, anchors, etc., where applicable. Where the Drawings permit the Contractor to select joint locations, show the selected dimensions on the placement drawings. Approval of the placement drawings shall not relieve the Contractor of the responsibility of placing all concrete and embedments as specified. D. If cold weather or hot weather concrete conditions are anticipated on the Project, submit a work plan for cold weather concreting and/or for hot weather concreting, describing proposed methods and procedures for mixing, delivering, placing, finishing, and curing concrete. Submit plans well in advance of cold or hot weather job conditions. Include procedures to be implemented upon abrupt changes in weather conditions or due to equipment failures. If a plan for either is not submitted and cold or hot weather concrete conditions are present, the Contractor will not be allowed to pour concrete until a plan is received and reviewed as long as cold or hot weather conditions are present on the Project. E. Furnish a delivery ticket for ready mixed concrete to the Owner's Representative as each truck arrives. Each ticket shall provide a printed record of the weight of cement batched and each separate aggregate individually batched. Use the type of indicator that returns for zero punch or returns to zero after a batch is discharged. Clearly indicate the weight of fine and coarse aggregate, cement, and water in each batch, the quantity delivered, the time any water is added, and the numerical sequence of the delivery. Show the time of day batched and time of discharge from the truck. Indicate the number of revolutions of mix trucks. F. Submit Manufacturer's data sheets and product specifications for curing compounds and items specified in other Sections including form release agents, bonding agents, etc. Identify the locations where each will be used in the Work as a part of the submittal. G. Submitted data shall demonstrate compliance with all requirements of this Specification or deviations shall be clearly noted. 1.04 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM). 1. ASTM C31: Standard Practice for Making and Curing Concrete Test Specimens in the Field 2. ASTM C33: Standard Specification for Concrete Aggregates 3. ASTM C39: Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens 4. ASTM C42: Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete 5. ASTM C87: Standard Test Method for Effect of Organic Impurities in Fine Aggregate on Strength of Mortar 6. ASTM C94: Standard Specification of Ready-Mixed Concrete CORP2000479 03 30 00-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CAST-IN-PLACE CONCRETE 7. ASTM C109: Standard Test Method for Compressive Strength of Hydraulic Cement Mortars 8. ASTM C125: Terminology Relating to Concrete and Concrete Aggregates 9. ASTM C143: Standard Test Method for Slump of Hydraulic Cement Concrete 10. ASTM C150: Standard Specification for Portland Cement 11. ASTM C156: Standard Test Method for Water Retention Through Liquid Membrane- Forming-Curing Compounds for Concrete 12. ASTM C171: Standard Specification for Sheet Materials for Curing Concrete 13. ASTM C172: Standard Practice for Sampling Freshly Mixed Concrete 14. ASTM C173: Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method 15. ASTM C191: Standard Test Method for Time of Setting of Hydraulic Cement by Vicat Needle 16. ASTM C192: Standard Practice for Making and Curing Concrete Test Specimens in the Laboratory 17. ASTM C231: Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method 18. ASTM C260: Standard Specification for Air-Entraining Admixtures for Concrete 19. ASTM C293: Standard Test Method for Flexural Strength of Concrete (Using Simple Beam with Center-Point Loading) 20. ASTM C309: Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete 21. ASTM C494: Standard Specification for Chemical Admixtures for Concrete 22. ASTM C595: Standard Specification for Blended Hydraulic Cements 23. ASTM C579: Standard Test Methods for Compressive Strength of Chemical- Resistant Mortars, Grouts, Monolithic Surfacings, and Polymer Concretes 24. ASTM C580: Standard Test Method for Flexural Strength and Modulus of Elasticity of Chemical-Resistant Mortars, Grouts, Monolithic Surfacings, and Polymer Concretes 25. ASTM C595: Standard Specification for Blended Hydraulic Cements 26. ASTM C618: Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete 27. ASTM C683: Standard Specification for Concrete Made by Volumetric Batching and Continuous Mixing 28. ASTM C806: Standard Test Method for Restrained Expansion of Expansive Cement Mortar 29. ASTM C827: Standard Test Method for Change in Height at Early Stages of Cylindrical Specimens of Cementitious Mixtures 30. ASTM C845: Standard Specification for Expansive Hydraulic Cement CORP2000479 03 30 00-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CAST-IN-PLACE CONCRETE 31. ASTM C856: Standard Practice for Petrographic Examination of Hardened Concrete 32. ASTM C878: Standard Test Method for Restrained Expansion of Shrinkage- Compensating Concrete 33. ASTM C989: Standard Specification for Slag Cement for Use in Concrete and Mortars 34. ASTM C1017: Standard Specification for Chemical Admixtures for Use in Producing Flowing Concrete 35. ASTM C1077: Standard Practice for Agencies Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Testing Agency Evaluation 36. ASTM C1107: Standard Specification for Packaged Dry, Hydraulic-Cement Grout (Non-Shrink) 37. ASTM C1157: Standard Performance Specification for Hydraulic Cement 38. ASTM C1218: Standard Test Method for Water-Soluble Chloride in Mortar and Concrete 39. ASTM C1240: Standard Specification for Silica Fume used in Cementitious Mixtures 40. ASTM C1260: Test Method for Potential Alkali Reactivity of Aggregates (Mortar-Bar Method) 41. ASTM C1293: Standard Test Method for Determination of Length Change of Concrete Due to Alkali-Silica Reaction 42. ASTM C1602: Standard Specification for Mixing Water Used in the Production of Hydraulic Cement Concrete 43. ASTM E329: Standard Specification for Agencies Engaged in Construction Inspection, Testing, or Special Inspection B. American Concrete Institute (ACI). 1. ACI 117: Specification for Tolerances for Concrete Construction and Materials and Commentary 2. ACI 211.1: Standard Practice for Selecting Proportions for Normal, Heavy-weight and Mass Concrete. 3. ACI 214: Guide to Strength Test Results of Concrete 4. ACI 223: Guide for the Use of Shrinkage Compensating Concrete 5. ACI 301: Specification for Structural Concrete 6. ACI 302.1: Guide for Concrete Floor and Slab Construction 7. ACI 304: Guide for Measuring, Mixing, Transporting & Placing Concrete 8. ACI 304.2R: Placing Concrete by Pumping Methods 9. ACI 305R: Guide to Hot Weather Concreting 10. ACI 305.1: Specification for Hot Weather Concreting 11. ACI 306R: Guide to Cold Weather Concreting 12. ACI 306.1: Standard Specification for Cold Weather Concreting CORP2000479 03 30 00-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CAST-IN-PLACE CONCRETE 13. ACI 308: Guide to Curing Concrete 14. ACI 308.1: Specification for Curing Concrete 15. ACI 309: Guide for Consolidation of Concrete 16. ACI 318: Building Code Requirements for Structural Concrete. 17. ACI 350: Code Requirements for Environmental Engineering Concrete Structures 1.05 QUALITY ASSURANCE A. Installer Qualifications: 1. An experienced installer who has completed concrete work of similar scope and complexity with similar materials as found on this Project. B. Manufacturer's Qualifications: 1. An experienced manufacturer of ready-mixed concrete products complying with ASTM C94 requirements for production facilities and equipment. Manufacturer must be certified by the National Ready Mix Concrete Association's Certification of Ready Mixed Concrete Production Facilities. C. Testing Agency Qualifications: 1. An experienced independent testing agency, acceptable to authorities having jurisdiction and the Engineer that is qualified according to ASTM C1077 and ASTM E329 to conduct the testing indicated. D. Source Limitations: 1. Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant, each aggregate from a single source and each admixture from the same manufacturer. 2. Sources of materials may not be changed during the Project without prior written approval of the Engineer. E. Concrete Consistency 1. Test for slump shall be performed at the job site immediately prior to placing in accordance with ASTM C143. Slump tests shall be performed for each batch of concrete to indicate workability and consistency from batch to batch. 2. If the slump is outside the allowed limits, the concrete shall be rejected. Concrete showing either poor cohesion or poor coating of the coarse aggregate with paste shall be remixed or rejected. 3. If the slump is within the allowable limit, but excessive bleeding, poor workability, or poor finishability are observed, the concrete shall be rejected and changes in the concrete mix shall be made only by an adjustment of one or more of the following: a. The gradation of aggregate. b. The proportion of fine and coarse aggregate. c. The percentage of entrained air, within the allowable limits. F. Concrete Temperature CORP2000479 03 30 00-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CAST-IN-PLACE CONCRETE 1. Concrete temperature shall be taken immediately before placement with the point of measurement being in the chute or bucket. 2. Perform temperature test for each batch and record result on batch ticket. 3. If fresh concrete temperature does not meet requirements in this section the concrete shall be rejected. G. Concrete Air Content 1. Test for air content shall be made on a fresh concrete sample for each batch prior to placing in forms. 2. Air content for concrete made of ordinary aggregates having low absorption shall be made in accordance with either ASTM C231, or ASTM C173. If light weight aggregates or aggregates with high absorptions are used, use ASTM C173. 3. If air content of fresh concrete does not meet requirements specified in this Section, the concrete shall be rejected. Do not place concrete that does not meet the air entrainment requirements of this Section. H. Compressive Strength 1. Compression test specimens shall be made, cured and tested in accordance with ASTM C31 and ASTM C39. 2. Compressive strength tests shall be made on cylinders at 7 and 28 days. The value of each test result shall be the average compressive strength of a minimum of 2 cylinders taken at the same time from the same batch of concrete. 3. Compressive test specimens shall be 6" x 12" cylinders; 4" x 8" cylinders are not permitted. 4. Sets of concrete test cylinders shall be cast for each concrete pour as follows. a. A"set" of test cylinders consists of a minimum of six cylinders, two to be broken and strengths averaged at seven days; and two broken and strengths averaged at 28 days. Two hold cylinders will remain unbroken so that they will be available to be broken upon unforeseen circumstances or upon the option of the Engineer to break cylinders at different times. b. A minimum of one"set"of cylinders will be made for each concrete pour up to 100 CY in volume. For pours larger than 100 CY, additional "sets"of cylinders will be made for each additional 100 CY or fraction thereof of concrete poured. 5. Evaluation of compressive strength for compliance with design requirements will be conducted by the Engineer per ACI 318 — Section 26.12 based on the results of the 28 day test. I. Failure to Meet Requirements 1. The Owner may withhold payment for any section of concrete which does not meet the requirements of the Plans and Specifications. Withheld payment shall be based upon unit prices established for concrete, if available. Payment shall be withheld until the unacceptable concrete has been repaired or removed and replaced or otherwise brought into conformance with the Plans and Specifications. 2. Concrete Strength CORP2000479 03 30 00-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CAST-IN-PLACE CONCRETE a. If the 28 day strength test results fall below required values, additional curing may be performed and test cores may be obtained in accordance with ASTM C42 with approval of the Engineer. Additional curing, core removal and testing, if allowed by the Engineer, shall be at the Contractor's expense. b. If the strength results from test cores do not exhibit the required strength, the Engineer or Owner's Representative reserves the right to require strengthening, replacement of substandard materials and/or additional testing at the Contractor's expense. The choice of remedy is at the sole discretion of the Engineer or Owner's Representative. 3. Other Concrete Properties a. If concrete properties besides strength do not meet required values, the Engineer may require concrete samples to be obtained in accordance with ASTM C42 and evaluated in accordance with ASTM C856 at the Contractor's expense. b. If concrete properties besides strength do not meet required values, and the results of additional examination per ASTM C856 are deemed unsatisfactory at the sole discretion of the Engineer, the Owner reserves the right to require strengthening, replacement of substandard materials and/or additional testing at the Contractor's expense. 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS 1.07 DELIVERY, HANDLING AND STORAGE A. Cement: Store cement in watertight buildings, bins or silos to provide protection from dampness and contamination. Improperly stored cement shall not be used. No cement shall be used that has been stored on the site for more than 90 days or that is lumped or caked. B. Aggregate: Arrange and use aggregate stockpiles to avoid excessive segregation or contamination with other materials or with other sizes of like aggregates. Build stockpiles in successive horizontal layers not exceeding three feet in thickness. Complete each layer before the next is started. Do not use frozen or partially frozen aggregates. C. Sand: Before using, allow sand to drain until a uniform moisture content is reached. D. Admixtures: Store admixtures to avoid contamination, evaporation or damage. For those used in the form of suspensions or nonstable solutions, provide suitable agitating equipment to assure uniform distribution of ingredients. Protect liquid admixtures from freezing and other temperature changes which would adversely affect their characteristics. PART 2 PRODUCTS 2.01 CONCRETE MATERIALS A. Cementitious Materials 1. Portland Cement: CORP2000479 03 30 00-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CAST-IN-PLACE CONCRETE a. Type II or Type I/II conforming to ASTM C 150. Use the same brand of cement upon which the selection of concrete was based. Only one brand of each type will be permitted in any one structure, unless otherwise specified. b. Cement shall be low alkali; the total alkali content calculated as the percentage of sodium oxide (Na20) plus 0.658 times the percentage of potassium oxide (K20) shall not exceed 0.60. If fly ash is used in the concrete mix, then the total alkali content will be the alkali content of the combination of the cement and fly ash. c. Cement used in concrete placed in openings in existing water bearing structures shall be shrinkage compensating cement, ASTM C845. 2. Fly Ash: a. Fly ash, when used, shall meet the requirements of ASTM C618, Class F, except as follows: (i) The loss on ignition shall not exceed 4.0%. (ii) The maximum percent of sulfur trioxide (S03) shall be 4.0%. b. Fly ash shall be considered a cementitious material for concrete proportioning. c. Fly ash content shall not exceed 20% by weight of the total cementitious content (Portland cement plus fly ash) of the concrete. d. Class C fly ash may be allowed if the total alkali content of the fly ash and cement combined does not exceed 0.60. B. Coarse Aggregate 1. Crushed stone or gravel conforming to ASTM C33, in the specified gradation size. Use aggregate from only one source in a single structure. Aggregate shall not be "deleterious," or "potentially deleterious," and shall not contain deleterious substances. Use aggregates from known sources that have a history of use without durability issues. Gradation No. 467 (max aggregate size 1 1/2") Sieve Size Percent Retained Percent Passing 2" 0 100 1 1/2" 0-5 95-100 3/4" 30-65 35-70 3/8" 70-90 10-30 No. 4 95-100 0-5 Gradation No. 57 max aggre ate size 1" Sieve Size Percent Retained Percent Passing 0 100 1" 0-5 95-100 CORP2000479 03 30 00-8 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CAST-IN-PLACE CONCRETE 1/2" 40-75 25-60 No. 4 90-100 0-10 No. 8 95-100 0-5 Gradation No. 67 (max aggregate size 3/4") Sieve Size Percent Retained Percent Passing 1" 0 100 3/4" 0-10 90-100 3/8" 45-80 20-55 No. 4 90-100 0-10 No. 8 95-100 0-5 Gradation No. 8 max aggre ate size 3/8" Sieve Size Percent Retained Percent Passing 1" 0 100 3/8" 0-15 85-100 No. 4 70-90 10-30 No. 8 90-100 0-10 No. 16 95-100 0-5 C. Fine Aggregate 1. Washed and screened natural sand or sand manufactured by crushing stone conforming to ASTM C33 and meeting the following gradation. Use aggregate from only one source in a single structure. Aggregate shall not be "deleterious," or "potentially deleterious," per ASTM C289 and shall not contain deleterious substances Sieve Size Percent Retained Percent Passing 3/8" 0 100 No. 4 0-5 95-100 No. 8 0-20 80-100 No. 16 15-50 50-85 No. 30 40-75 25-60 No. 50 70-95 5-30 No. 100 90-100 0-10 No. 200 97-100 0-3 CORP2000479 03 30 00-9 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CAST-IN-PLACE CONCRETE D. Mixing Water: Potable and complying with ASTM C1602. E. Admixtures: Using the following admixtures as required or permitted. The use of calcium chloride will not be permitted. The products must conform to the referenced standards. 1. Air-Entraining Admixture. Conform to ASTM C260. 2. Chemical Admixtures. Conform to ASTM C494. 3. Set Retarding Admixtures. Conform to ASTM C494, Types B or D only. Follow all Manufacturer's recommendations. 4. Water Reducing Admixture. Conform to ASTM C494, types A or D only. Follow all Manufacturer's recommendations. 5. High-Range Water Reducing Admixtures (HRWR). Conform to ASTM C 494 Type F or G only. Follow all manufacturer's recommendations. 6. Producing Flowing Concrete: Conform to ASTM C1017, Type 1 or 2 only. Follow all manufacturer's recommendations. F. Water Soluble Chlorides 1. Water soluble chloride ion content of all concrete constituents (water, aggregates, cementitious materials and admixtures) shall be measured per ASTM C1218. 2. Maximum water soluble chloride ion content is limited per ACI 318, Table 19.3.2.1, see the table below. Maximum Water-Soluble Chloride Ion Content Exposure Percent by Weight of Cement Dry or Protected from Moisture (CO) 1.00 Exposed to Moisture but not Chlorides (Cl) 0.30 Exposed to Moisture and Chlorides (C2) 0.15 2.02 CHEMICAL HARDENER A. Provide a clear chemical hardener if called for in the Drawings. Coordinate concrete mix design, air content requirements and placement procedures with the chemical hardener manufacturer. B. Provide one of the following products: 1. MASTERTOP 110 ABR/Maximent® HD; by BASF. 2. Diamond-Plate; by Euclid. 3. Emeryplate FF, by L&M. 2.03 CURING MATERIALS: A. Membrane Curing Compound. 1. Conform to ASTM C309, commercial curing compound which will not permanently discolor concrete. CORP2000479 03 30 00-10 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CAST-IN-PLACE CONCRETE 2. All curing compound shall contain a fugitive dye of color strength to render the film distinctly visible on the concrete for at least 4 hours after application. B. Sheet Curing Material. 1. Conform to ASTM C 171. a. Waterproof paper b. Polyethylene film c. White burlap-polyethylene sheeting 2.04 CONCRETE PROPORTIONING A. Design Criteria 1. Use ACI 211.1 as the basis for selecting the proportions of ingredients to produce concrete having proper durability, strength, workability appearance and other required properties. Proportion ingredients to produce a homogenous mixture, which will work readily into corners and angles of forms and around reinforcement by methods of placing and consolidation employed on the work, but without permitting materials to segregate or allowing excessive free water to collect on the surface. 2. Strength: a. All concrete is required to have an average 28 day compressive strength equal to or greater than specified strength. Establish the required average compressive strength in accordance with ACI 301. 3. Entrained Air: a. Air-entrain all concrete, unless otherwise specified. b. Drilled shafts do not require air entrainment unless placed underwater. c. Provide for not less than three percent (3.0%) nor more than six percent (6.0%) by volume of total entrapped and entrained air for normal weight concrete. d. Do not air entrain finished floors that call for a troweled finish. 4. Slump: a. Provide adequate slump to produce acceptable workability, do not exceed maximum specified slump. 5. Admixtures: a. Proportion admixtures according to the Manufacturer's recommendations. All admixtures shall be batched at the batch plant only. CORP2000479 03 30 00-11 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CAST-IN-PLACE CONCRETE B. Concrete Classification Min. 28-Day Max. Compressive Coarse Water Max. Min. Cement Class Strength Aggregate Cement Slump Content (lb .per CY) (psi) Size (in.) Ratio (in.) A 4000 1.5 (No. 467) 0.45 5 517 B 3000 1.5 (No. 467) 0.50 4 470 C 4000 1.0 (No. 57) 0.45 4 564 D 5000 0.75 (No. 67) 0.45 5 611 E 1500 1.5 (No. 467) 0.70 4 376 F 4000 0.375 (No. 8) 0.50 8 611 NOTE: Maximum slump shown may be increased to 9 in. if HRWR admixture is used. C. Concrete Usage Class Usage A All reinforced concrete unless otherwise specified B Concrete Encasement; Sidewalks, Curbs, Driveways C Drilled Shafts; Pumped Concrete; Thin Wall Sections D Precast Concrete and Panels E Lean Concrete Backfill; Foundation Seal; Blocking/Cradling F Underground Duct Banks 2.05 BATCH PLANTS A. Both on and off site batch plants shall be an established concrete batching facility meeting the requirements of the Concrete Plant Standards of the Concrete Plant Manufacturers Bureau. All batching, mixing and delivery of concrete shall be in accordance with ASTM C94 or ASTM C685. 2.06 CONCRETE MIXING A. Ready-Mixed Concrete: 1. Mix and transport ready-mixed concrete according to ASTM C94. 2. Provide a suitable measuring device capable of measuring mixing water for each batch. Note the number of gallons of water as batched on printed batching tickets. 3. Compensate for varying moisture contents of both coarse and fine aggregates and change batch weights of materials if necessary before batching. 4. Provide adequate facilities for accurate measurement and control of each material entering each batch of concrete. Accuracy of weighing equipment must conform to applicable requirements of ASTM and NRMCA for such equipment. CORP2000479 03 30 00-12 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CAST-IN-PLACE CONCRETE 5. Provide recorders/printers to produce tickets. Each ticket will provide a printed record of volume of water and weights for cement as batched and for separate aggregates as batched individually. Use the type of indicator that returns for zero punch or to zero after a batch is discharged. Clearly indicate by stamped letters or numerals the difference between aggregates and cement as batched. Show the time of day stamped or printed at intervals of not more than six minutes. The delivery ticket shall also show the volume of water, in gallons, added at the batch plant. Deliver recorded ticket copies with concrete. The testing agency will keep one copy. B. Transit Mix Truck Requirements: 1. Clean each transit mix truck drum and reverse drum rotation before the truck proceeds under the batching plant. 2. Transmit mix trucks are to be in good working condition. Trucks which are not mechanically sound, have worn or obstructed mixing fins, have non-functioning drum counters, or leaking water valves shall not be used. 3. Keep the water tank valve on each transit truck locked at all times that the truck is in use. Any addition of water must be directed by the Engineer. Added water must be incorporated by additional mixing of at least 35 revolutions. 4. Equip each transit-mix truck with a continuous, nonreversible, revolution counter showing the number of revolutions at mixing speeds. Counter shall be reset to zero at the batch plant. Counters must have reached 70 revolutions, minimum, before concrete may be discharged to ensure uniformity of mixing. 5. Concrete must be discharged from the transit-mix truck before the drum has revolved 300 revolutions or before 90 minutes from completion of batching, whichever comes first. Concrete that falls outside these limits shall be rejected. C. Admixtures: 1. Charge air-entraining and chemical admixtures into the mixer as a solution using an automatic dispenser or similar metering device. Do not use admixtures in powdered form. 2. Two or more admixtures may be used in the same concrete, provided that the admixtures in combination retain full efficiency and have no deleterious effect on the concrete or on the properties of each other. Inject the admixtures separately during the batching sequence. 3. Add retarding admixtures as soon as practicable after the addition of cement. PART 3 EXECUTION 3.01 PREPARATION A. Notify the Owner's Representative upon completion of various portions of the work required for placing concrete so inspection may be made as early as possible. Keep the Owner's Representative informed of the anticipated concrete placing schedules. B. All items, including lines and grades, forms, waterstops, reinforcing, inserts, piping, electrical, plumbing and the Contractor's concreting materials and equipment shall be CORP2000479 03 30 00-13 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CAST-IN-PLACE CONCRETE complete and in compliance with the plans and specifications before proceeding with concrete placement. C. Concrete finishing shall be completed in daylight hours. When this is not possible, brilliantly light the work site so that all operations are plainly visible. D. Prior to and during concrete placement, forms shall be clean of any and all foreign matter. E. Mix concrete only in quantities for immediate use. Discard concrete which has set; re- tempering is not permitted. Completely discharge concrete at the site within one hour and 30 minutes after adding cement to aggregate. In hot weather, reduce this time to one hour or less to prevent stiffening of concrete before it is placed. F. If concrete arrives at the project with slump below that specified, water may be added only if the addition of water does not exceed either the maximum permissible water- cement ratio or maximum slump. Mix adjustments to obtain specified slump must be approved by the Engineer. G. Protection from Adverse Weather 1. If adverse weather is imminent, concrete placement is not permitted. Do not permit rainwater to increase mixing water or to damage the surface finish. If rainfall occurs after placing operations begin, provide adequate covering to protect the work. H. Cold Weather Concreting 1. Prevent damage to concrete due to early age freezing and limit rapid changes in temperature at early ages consistent with the requirements of ACI 306R, ACI 306.1 and the requirements in this Section. 2. If the air temperature is at or below 40 degrees F, cold weather concreting shall be performed in accordance with ACI 306R and ACI 306.1. This includes cases where the temperature drops below 40 degrees F after concrete operations have been started. The temperature shall be taken in shade away from artificial heat. 3. When air temperatures are at or below 40 degrees F, heated mixing water or a combination of heated mixing water and heated aggregates shall be used, if required, to raise the concrete temperature at placement to the minimum values (or greater) listed in ACI 306R— Chapter 5. The temperature of the heated water or aggregates shall not exceed 150 degrees F when entering the mixer. 4. Concrete placement is not permitted when the air temperature is at or below 35 degrees F. The temperature shall be taken in shade away from artificial heat. 5. Do not place concrete against a frozen subgrade or formwork that is at or below 35 F. 6. Salts, chlorides, chemicals or other foreign materials shall not be mixed with the concrete to prevent freezing or act as an accelerator. 7. When temperatures at or below 35 F may be expected during the curing period, the concrete shall be maintained at a temperature of at least 50 degrees F for five days or 70 degrees F for three days after placement. Rapid cooling or heating of concrete shall not be permitted. CORP2000479 03 30 00-14 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CAST-IN-PLACE CONCRETE I. Hot Weather Concreting. 1. Hot weather concreting shall comply with ACI 305R and ACI 305.1. At air temperatures of 90 degrees F or above, concrete placement shall be in accordance with Hot Weather Concreting requirements in ACI 305R, ACI 305.1 and requirements in this Section. 2. The temperature of the concrete when placed in the work shall not exceed 90 degrees F. Use chilled water or ice or other approved methods to reduce the temperature of the concrete as required. 3. Concrete shall be placed in the forms without the addition of any more water than is required by design. No excess water may be added to the concrete surface to aid in finishing. Control of the initial set and extending the time for finishing may be accomplished through the use of admixtures in accordance with these Specifications. 4. Plastic shrinkage cracking, due to rapid evaporation of moisture, shall be prevented. Concrete shall not be placed when the evaporation rate (actual or anticipated) equals or exceeds 0.2 pound per square foot per hour, as determined by Figure 4.2 in ACI 305R. 3.02 JOINTS A. Construction, control, isolation and expansion joints shall be installed and sealed as called for by the Drawings. 3.03 GROUTING A. Perform all grouting as called for by the Drawings and in accordance with Section 03 60 00 — Grouting. 3.04 CONCRETE TRANSPORTATION AND CONVEYING A. Equipment for mixing and transporting concrete shall conform to ASTM C94 or ASTM C685. B. Delivery tickets shall be required for each batch and shall be in accordance with ASTM C94. Each ticket must clearly show the following: 1. Specific class or designation of concrete. 2. Volume of concrete 3. Amount of water, in gallons, that can be added to the mixer truck at the site without exceeding the maximum water-cement ratio for that mix design. 4. Time of batching cement, water and aggregates and initial reading of revolution counter if counter not zeroed. C. Handle concrete from mixer to placement as quickly as practicable while providing concrete of required quality in the placement area. Use methods which prevent loss of ingredients and segregation. 1. Troughs, chutes and pipes shall be steel or steel lined. 2. When steep slopes are necessary, provide baffles. CORP2000479 03 30 00-15 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CAST-IN-PLACE CONCRETE 3. Keep chutes, troughs and pipes clean and free from coatings of hardened concrete. 4. Concrete pumping is permitted and shall comply with ACI 304.2R. 3.05 CONCRETE PLACEMENT A. Preparation 1. Sprinkle semi-porous subgrades to eliminate suction. 2. Seal extremely porous subgrades in an approved manner. 3. Clean and prepare existing concrete surface in accordance with these Specifications prior to placing new concrete. B. General 1. Deposit concrete continuously, or in layers of such thickness that no concrete will be deposited on concrete which has hardened sufficiently to cause formation of cold joints, seams or planes of weakness within the section. If the section cannot be placed continuously, place construction joints as specified or as approved. 2. Proceed with placement at a rate such that concrete which is being integrated with fresh concrete is still plastic. Do not deposit concrete which has partially hardened or has been contaminated by foreign materials. 3. Remove temporary spreaders from forms when the spreader is no longer useful. Temporary spreaders may remain embedded in concrete only if made of galvanized metal or concrete, and if prior approval has been obtained. 4. Deposit concrete as nearly as practicable in its final position to avoid segregation. Do not subject concrete to a procedure which will cause segregation. 5. Deposit concrete through vertical drop chutes of rubber or metal of satisfactory size when operations involve placing concrete from above. 6. Concrete shall not be dropped more than 10 feet when HRWR admixture is used and 5 feet without HRWR. 7. Where surface mortar is to be the basis of a finish, especially those designated to be painted, work coarse aggregate back from forms with a suitable tool to bring the full surface of mortar against the form. Prevent formation of excessive surface voids. C. Slabs 1. After suitable bulkheads, screeds and if specified, jointing materials, have been positioned the concrete shall be placed continuously between construction joints, beginning at a bulkhead, edge form, or corner. Each batch shall be placed into the edge of the previously placed concrete to avoid stone pockets and segregation. 2. If there is a delay in casting, the concrete placed after the delay shall be thoroughly spaded and consolidated at the edge of that previously placed to avoid cold joints. 3. Concrete shall then be brought to correct level with a straightedge and struck off. Bullfloats or darbies shall be used to smooth the surface, leaving it free of humps or hollows. CORP2000479 03 30 00-16 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CAST-IN-PLACE CONCRETE D. Formed Concrete 1. Place concrete in forms using tremie tubes and taking care to prevent segregation. Bottom of tremie tubes shall be in contact with the concrete already placed. 2. In walls, place concrete in 12" to 24" lifts, keeping the surface horizontal. Compaction shall be by vibrator and shall be supplemented by hand puddling; puddling shall be continuous while pouring concrete and shall be done primarily between forms and reinforcing steel, around openings, or wherever needed to prevent honeycomb, fill voids or drive out large air bubbles. E. Concrete Poured Against Rock 1. Where concrete is poured against undisturbed rock, place concrete as soon as practicable after excavation to prevent weathering of exposed rock. a. For footings and slabs, place mud slabs within 4 hours after the excavation is at final grade. 2. Remove all water from excavation or shaft before placing concrete. 3.06 CONSOLIDATION OF CONCRETE A. All concrete shall be placed and consolidated with mechanical vibrators. 1. A minimum frequency of 7000 revolutions per minute is required for mechanical vibrators. 2. Do not use vibrators to transport concrete within forms. 3. Insert vibrators and withdraw at points from 18 to 30 inches apart. At each insertion, vibrate sufficiently to consolidate concrete, generally until a liquefied appearance is produced on the surface. Do not over-vibrate causing segregation. 4. Keep a spare vibrator on the site during concrete placing operations.. No concrete shall be ordered until sufficient approved vibrators (including standby units in working order) are on the job. 3.07 FINISHING OF FORMED SURFACES A. Forms shall be removed as specified in Section 03 10 00 — Concrete Formwork. Patch, repair, finish and clean concrete within 7 days of form removal in accordance with the Specifications. Cure concrete as finishing progress in accordance with the Specifications. B. No Finish: A finish is not required on surfaces which are not visible from the inside or outside of the structure or more than 12 inches below finished grade. C. Smooth Form Finish: 1. Unless otherwise specified, all surfaces not meeting the requirements for"no finish" shall receive a smooth form finish. Use a smooth form finish on all surfaces exposed to view and liquid. 2. Provide a smooth, hard uniform texture on the concrete surface. Use plywood or fiberboard linings or forms in as large sheets as practicable and with smooth, even edges and close joints. 3. Patch tie holes and defects. CORP2000479 03 30 00-17 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CAST-IN-PLACE CONCRETE 4. Provide a smooth, uniform, rubbed surface texture. Rub fins and joint marks and other irregularities with carborundum stone immediately after forms are stripped to leave a smooth, unmarred finish surface. If rubbing of surface is delayed to the point where the concrete surface is dry and cannot be rubbed to produce a smooth, uniform surface Contractor shall provide a blast finish to achieve a smooth uniform surface at no additional cost to the Owner. D. Related Unformed Surfaces: Tops of unformed surfaces occurring adjacent to formed surfaces shall be struck smooth after concrete is placed. Float unformed surfaces to a texture reasonably consistent with that of the formed surfaces. Final treatment on formed surfaces shall continue uniformly across the unformed surfaces. 3.08 FINISHING SLABS AND SIMILAR FLAT SURFACES A. Comply with the recommendations in ACI 302.1R for screeding, restraightening and finishing operations for concrete surfaces. Do not wet concrete surfaces. B. Finish slabs and similar flat surfaces monolithically and apply as indicated in the Plans and as follows: 1. Trowel Finish a. Slab surfaces exposed to view, liquids or to be covered with a coating system, flooring coverings or membranes. b. After apply float finish, apply trowel finish and consolidate by hand or power driven trowel. Continue troweling passes and restraighten until surface is free of trowel marks and uniform in texture and appearance. Grind smooth any surface defects. 2. Broom Finish a. Sidewalks, walkways and platforms. b. Immediately after float finishing, slightly roughen trafficked surface by brooming with fiber-bristle broom perpendicular to main traffic route. 3.09 CONCRETE CURING A. All concrete shall be cured in accordance with the Specifications. The curing methods shall be wet curing, sheet materials or membrane curing compound. Unless the curing method is specified otherwise, select one of the appropriate curing methods below. B. Length of Curing Period 1. A"curing day"shall be any day on which the atmospheric temperature taken in the shade, or the air temperature adjacent to the concrete, remains above 50 degrees F for at least 18 hours. 2. Continuously cure concrete for a period until 7 curing days have been reached. In cold weather, curing may be terminated after a period of 14 consecutive days. C. Wet Curing 1. Immediately after the finishing operations are completed or forms are stripped, the concrete shall be covered with wet cotton mats or with a temporary covering of canvas or burlap, thoroughly saturated with water before placement. A temporary CORP2000479 03 30 00-18 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CAST-IN-PLACE CONCRETE covering shall be used when factors dictate that cotton mats cannot be placed immediately after finishing operations without marring the finishing of the concrete surface. 2. When temporary coverings are used keep them in place only until the surface has sufficiently hardened so that a cotton mat can be substituted without marring or disturbing the concrete finish. 3. The coverings shall remain in contact with the concrete for the duration of the curing period. 4. The coverings shall be kept saturated with water for the entire curing period. 5. Water used for curing shall be potable and free from any injurious materials or deleterious substances. D. Sheet Curing 1. Immediately after the finishing operations are completed or forms are stripped, install sheet curing materials in accordance with all Manufacturer's recommendations. 2. Sheet curing shall be in contact with the entire concrete surface so as to prevent drying for the duration of the curing period. 3. When pedestrian traffic is unavoidable, provide suitable walkways to protect the sheet material. E. Membrane Curing 1. Membrane curing compound is not permitted on surfaces to be rubbed or on surfaces to receive additional concrete, grout, plaster or coatings. 2. Immediately after the finishing operations are completed or forms are stripped, apply membrane curing compound solution under pressure with a spray nozzle so the entire exposed surface is completely covered with a uniform film. The rate of application shall insure complete coverage but shall not exceed 150 square feet per gallon of curing compound. 3. After application and under normal conditions, the curing compound shall be dry to the touch within 1 hour and shall be dry thoroughly and completely within 4 hours. When thoroughly dry it shall provide a continuous flexible membrane free from cracks and pinholes and shall remain intact during the required curing period. 4. If the membrane seal is broken during the curing period, immediately repair it with additional curing compound. F. After the curing period, the temperature of the exposed surface shall not be permitted to drop faster than 30 degrees F in 24 hours. 3.10 CONCRETE SURFACE REPAIRS A. Repair defective areas immediately after the removal of forms. Repair of defective areas shall be at no additional cost to the Owner. CORP2000479 03 30 00-19 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CAST-IN-PLACE CONCRETE B. If the concrete surface is bulged, uneven or exhibits defects which in the Engineer's opinion cannot be satisfactorily repaired, remove and replace the entire concrete section as directed at no additional cost to the Owner. C. Patch tie holes immediately after removal of forms. After cleaning and thoroughly dampening the tie hole, fill solid with non-shrink, non-metallic grout. 3.11 FIELD QUALITY CONTROL A. Concrete Testing 1. General a. Tests shall be required throughout the work to monitor the quality of concrete. Take all samples in accordance with ASTM C172. b. Testing of concrete shall be conducted by an independent, qualified testing agency. END OF SECTION CORP2000479 03 30 00-20 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CAST-IN-PLACE CONCRETE SECTION 03 60 00 GROUT PART 1 GENERAL 1.01 SCOPE OF WORK A. Provide all labor, materials, equipment, and incidentals as shown, specified, and required to furnish and install grout. 1.02 RELATED WORK A. Coordinate the requirements of this section with all other sections of Division 03, Concrete. 1.03 SUBMITTALS A. Grout Mix Design: 1. For Grout Fill, submit the following: a. grout mix design b. laboratory test reports for grout strength tests. B. Reports and Certificates, submit the following: 1. For proprietary materials, submit copies of Manufacturer's certification of compliance with the specified properties for Class I, II, and III grouts. 2. Certified testing lab reports for tests specified herein for nonproprietary materials. 3. Certifications that all grouts used on the project are free of chlorides or other chemicals causing corrosion. 4. Manufacturer's specifications and installation instructions for all proprietary materials. 1.04 REFERENCE STANDARDS A. American Concrete Institute (ACI) 1. ACI 211.1, Practice for Selecting Proportions for Normal, Heavy-Weight and Mass Concrete. 2. ACI 301, Specification for Structural Concrete. B. American Society for Testing and Materials (ASTM). 1. ASTM C33, Specification for Concrete Aggregates. 2. ASTM C109, Standard Test Method for Compressive Strength of Hydraulic Cement Mortars. 3. ASTM C150, Specification for Portland Cement. 4. ASTM C230, Standard Specification for Flow Table for Use in Tests of Hydraulic Cement. CORP2000479 03 60 00-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION GROUT 5. ASTM C531, Standard Test Method for Linear Shrinkage and Coefficient of Thermal Expansion of Chemical- Resistant Mortars, Grouts, Monolithic Surfacings and Polymer Concrete. 6. ASTM C579, Standard Test Method for Compressive Strength of Chemical-Resistant Mortars, Grouts, Monolithic Surfacings and Polymer Concretes. 7. ASTM C827, Standard Test Method for Change in Height at Early Ages of Cylindrical Specimens of Cementitious Mixtures. 8. ASTM C882, Test Method for Bond Strength of Epoxy-Resin Systems Used with Concrete by Slant Shear. 9. ASTM C937, Specification for Grout Fluidifier for Prep laced-Ag gregate Concrete. 10. ASTM C939, Standard Test Method for Flow of Grout for Prep laced-Ag gregate Concrete (Flow Cone Method). 11. ASTM C1107, Specification for Packaged Dry, Hydraulic-Cement Grout (Non-shrink). 12. ASTM C1181, Standard Test Method for Compressive Creep of Chemical-Resistant Polymer Machinery Grouts. 1.05 QUALITY ASSURANCE A. Installer Qualifications: 1. An experienced installer who has completed grout work of similar scope and complexity with similar materials as found on this Project. B. Testing Agency Qualifications: 1. An experienced independent testing agency, acceptable to authorities having jurisdiction and the Engineer that is qualified according to applicable ASTM standards to conduct the testing indicated. C. Field Tests: 1. Compression test specimens shall be taken during construction from the first placement of each type of grout, and at intervals thereafter as selected by the Engineer to ensure continued compliance with these specifications. The specimens will be made by the Engineer or its representative. 2. Compression tests and fabrication of specimens for non-shrink grout shall be performed as specified in ASTM C109. A set of three specimens will be made for testing at seven days, 28 days, and each additional time period as appropriate. 3. Compression tests and fabrication of specimens for epoxy grout shall be performed as specified in ASTM C579, Method B. A set of three specimens will be made for testing at seven days, and each earlier time period as appropriate. 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE A. Delivery of Materials: 1. Grout materials from Manufacturers shall be delivered in unopened containers and shall bear intact manufacturer's labels. CORP2000479 03 60 00-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION GROUT B. Storage of Materials: 1. Grout materials shall be stored in a dry shelter and shall be protected from moisture. 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 WARRANTY/EXTENDED WARRANTY (NOT USED) PART 2 PRODUCTS 2.01 GROUTS A. General 1. Non-shrink grout shall be a prepackaged, inorganic, flowable, non-gas-liberating, non-metallic, cement-based grout requiring only the addition of water. Manufacturer's instructions shall be printed on each bag or other container in which the materials are packaged. The specific formulation for each class of non-shrink grout specified herein shall be that recommended by the Manufacturer for the particular application. B. Class 1 Non-Shrink Grout: 1. Required minimum 28 day compressive strength is 7000 psi. 2. Shall meet the requirements of ASTM C1107 and the minimum compressive strength requirements when tested using the amount of water required to achieve the following properties: a. Flowable consistency (125 to 145 percent flow on ASTM C230, five drops in 3 seconds). 3. The grout shall not bleed when tested at maximum allowed water. 4. The non-shrink property is not based on a chemically generated gas or gypsum expansion. 5. Product and Manufacturer: Provide one of the following: a. Master Flow 100, as manufactured by BASF Building Systems. b. Five Star Grout, as manufactured by Five Star Products. C. Class 2 Non-Shrink Grout: 1. Required minimum 28 day compressive strength is 7000 psi. 2. Shall meet the requirements of ASTM C1107 Grades B and C and minimum compressive strength requirements when tested using the amount of water required to achieve the following properties: a. Fluid consistency (20 to 30 seconds in accordance with ASTM C 939). 3. The length change from placement to time of final set shall not have a shrinkage greater than the amount of expansion measured at 3 or 14 days. The expansion at 3 or 14 days shall not exceed the 28-day expansion. 4. The non-shrink property is not based on a chemically generated gas or gypsum expansion. 5. Product and Manufacturer: Provide one of the following: a. Masten°low 928, as manufactured by BASF Building Systems. b. Five Star Fluid Grout 100, as manufactured by Five Star Products, Inc. CORP2000479 03 60 00-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION GROUT D. Class 3 Non-Shrink Epoxy Grout: 1. Epoxy grout shall be a pourable, non-shrink, 100 percent solids system. The epoxy grout system shall have three components: resin, hardener, and specially blended aggregate, all premeasured and prepackaged. The resin component shall not contain any non-reactive diluents. Resins containing butyl glycidyl ether (BGE) or other highly volatile and hazardous reactive diluents are not acceptable. Variation of component ratios is not permitted, unless specifically recommended by the Manufacturer. Manufacturer's instructions shall be printed on each container in which the materials are packaged. 2. Required minimum 7 day compressive strength is 13,000 psi when tested in accordance with ASTM C579. 3. The following properties shall be attained with the minimum quantity of aggregate allowed by the manufacturer. a. The vertical volume change at all times before hardening shall be between 0.0 percent shrinkage and four percent expansion when measured according to ASTM C827 (modified for epoxy grouts by using an indicator ball with a specific gravity between 0.9 and 1.1). Alternately, epoxy grouts which maintain an effective bearing area of not less than 95 percent are acceptable. b. The length change after hardening shall be negligible (less than 0.0006 in/in) and the coefficient of thermal expansion shall be less than 0.00003 in/in/F when tested in accordance to the requirements of ASTM C531. c. The compressive creep at one year shall be negligible (less than .001 in/in) when tested under a 400 psi constant load at 140°F in accordance to the requirements of ASTM C1181. d. The grout shall be capable of maintaining at least a flowable consistency for a minimum of 30 minutes at 70°F. e. The shear bond strength to Portland cement concrete shall be greater than the shear strength of the concrete when tested in accordance to the requirements of ASTM C882. f. The effective bearing area shall be a minimum of 95 percent. 4. Product and Manufacturer: Provide one of the following: a. Sikadur 42 Grout Pak, as manufactured by Sika Corporation. b. DP Five Star Epoxy Grout, as manufactured by Five Star Products. E. Grout Fill &Topping Grout: 1. Grout for topping of slabs and concrete fill for built-up surfaces of tank, channel, and basin bottoms shall be composed of cement, fine aggregate, coarse aggregate, water, and admixtures proportioned and mixed as specified herein. All materials and procedures specified for normal concrete in Section 03 30 00 shall apply except as noted otherwise herein. 2. Topping grout and concrete fill shall contain a minimum of 517 pounds of cement per cubic yard (5.5 sacks) with a maximum water cement ratio of 0.45. 3. Minimum 28 day compressive strength shall be 4000 psi. 4. Coarse aggregate shall be No. 8 (3/8" max) per Section 03 30 00. 5. Fine aggregate shall be as required in Section 03 30 00. CORP2000479 03 60 00-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION GROUT 6. Slump shall be adjusted to match placement and finishing conditions, but shall not exceed 4 inches. 7. Final mix design shall be as determined by trial mix design under supervision of the approved testing laboratory. 8. Where grout placement is thicker than 4 inches, use Class A concrete as specified in Section 03 30 00. F. Requirements for Grout Fill and Topping Grout 1. Proportion mixes by either laboratory trial batch or field experience methods, using materials to be employed on the Project for grout required. Comply with ACI 211.1 and report to Engineer the following data: a. Complete identification of aggregate source of supply. b. Tests of aggregates for compliance with specified requirements. c. Scale weight of each aggregate. d. Absorbed water in each aggregate. e. Brand, type and composition of cement. f. Brand, type and amount of each admixture. g. Amounts of water used in trial mixes. h. Proportions of each material per cubic yard. i. Gross weight and yield per cubic yard of trial mixtures. j. Measured slump. k. Measured air content. I. Compressive strength developed at seven days and 28 days, from not less than three test specimens cast for each seven day and 28 day test, and for each design mix. 2. Laboratory Trial Batches: When laboratory trial batches are used to select grout proportions, prepare test specimens and conduct strength tests as specified in ACI 301, Section 4. 3. Field Experience Method: When field experience methods are used to select grout proportions, establish proportions as specified in ACI 301, Section 4. 4. Admixtures: Use air-entraining admixture in all grout. Use amounts of admixtures as recommended by the manufacturer for climatic conditions prevailing at the time of placing. Adjust quantities and types of admixtures as required to maintain quality control. Do not use admixtures which have not been incorporated and tested in the accepted design mix, unless otherwise authorized in writing by Engineer. G. Grout Applications: The following is a listing of typical applications and the corresponding type of grout which is to be used. Unless indicated otherwise in the Drawings, grouts shall be provided as listed below. CORP2000479 03 60 00-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION GROUT Application Grout Type Beam Base Plates Class 1 Column Base Plates Class 2 Equipment &Tank Base Plates Class 2 Machinery Base Plates Class 3 Filling blockout spaces for embedded items Class 2 (railing posts, gate guide frames etc. Toppings &fill 4 inches or less Grout Fill &Topping Grout Toppings &fill greater than 4 inches Class A Concrete Section 03300 All other applications Class 1 2.02 CURING MATERIALS A. Curing materials shall be as specified in Section 03 30 00 and as recommended by the Manufacturer of prepackaged grouts. 2.03 CONSISTENCY A. The consistency of grouts shall be that necessary to completely fill the space to be grouted for the particular application. PART 3 EXECUTION 3.01 INSPECTION A. Contractor shall examine the substrate and conditions under which grout is to be placed and notify Engineer, in writing, of unsatisfactory conditions. Do not proceed with the Work until unsatisfactory conditions have been corrected in a manner acceptable to Engineer. 3.02 INSTALLATION A. General: 1. Place grout as shown on the Drawings and in accordance with manufacturer's instructions. If Manufacturer's instructions conflict with the Specifications do not proceed until Engineer provides clarification. 2. Manufacturers of proprietary products shall make available upon 72 hours notification the services of a qualified, full time employee to aid in assuring proper use of the product under job conditions. 3. Placing grout shall conform to temperature and weather limitations in Section 03 3000. 4. Grout shall be cured following Manufacturer's instructions for prepackaged grout and the requirements in Section 03 30 00. B. Columns, Beams and Equipment Bases: 1. After shimming base plate to proper grade, securely tighten anchor bolts. Properly form around the base plates, allowing sufficient room around the edges for placing the grout. Adequate depth between the bottom of the base plate and the top of CORP2000479 03 60 00-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION GROUT concrete base must be provided to assure that the void is completely filled with the grout. C. Handrails and Railings: 1. After posts have been properly inserted into the holes or sleeves, fill the annular space between posts and sleeve with the grout. Bevel grout at juncture with post so that moisture flows away from post. D. Topping Grout: 1. All mechanical, electrical, and finish work shall be completed prior to placement of topping grout. The base slab shall be given a roughened textured surface by sandblasting or hydro-blasting exposing the aggregates to ensure bonding to the base slab. 2. Apply topping grout as shown in the Drawings; the minimum thickness of grout topping shall be 1-inch. 3. The base slab shall be thoroughly cleaned and wetted prior to placing topping and fill. No topping shall be placed until the slab is complete free from standing water. A thin coat of neat Type II cement slurry shall be broomed into the surface of the slab and topping shall be placed while the slurry is still wet. The topping shall be compacted by rolling or tamping, brought to established grade, and floated. Grouted fill for tank and basin bottoms where scraping mechanisms are to be installed shall be screeded by blades attached to the revolving mechanism of the equipment in accordance with the procedures outlined by the equipment Manufacturer after the grout is brought to the established grade. 4. Topping grout placed on sloping slabs shall proceed uniformly from the bottom of the slab to the top, for the full width of the placement. 5. The surface shall be tested with a straight edge to detect high and low spots which shall be immediately eliminated. When the topping has hardened sufficiently, it shall be steel troweled to a smooth surface free from pinholes and other imperfections. An approved type of mechanical trowel may be used as an assist in this operation, but the last pass over the surface shall be by hand-troweling. During finishing, no water, dry cement or mixture of dry cement and sand shall be applied to the surface. 6. Cure and protect the grout topping as specified in Section 03 30 00. E. Grout Fill 1. All mechanical, electrical, and finish work shall be completed prior to placement of grout fill. Grout fill shall be mixed, placed, and finished as required in Section 03 3000. 2. The minimum thickness of grout fill shall be 1 inch. Where the finished surface of grout fill is to form an intersecting angle of less than 45 degrees with the concrete surface it is to be placed against, a key shall be formed in the concrete surface at the intersection point. The key shall be a minimum of 3 1/2 inches wide by 1 1/2 inches deep. 3. The surface shall be tested with a straight edge to verify that the surface slopes uniformly to drain and to detect high and low spots which shall be immediately eliminated. When the grout fill has hardened sufficiently, it shall be steel troweled CORP2000479 03 60 00-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION GROUT to a smooth surface free from pinholes and other imperfections. During finishing, no water, dry cement or mixture of dry cement and sand shall be applied to the surface. END OF SECTION CORP2000479 03 60 00-8 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION GROUT SECTION 05 50 00 MISCELLANEOUS METAL FABRICATIONS PART 1 GENERAL 1.01 SCOPE OF WORK A. This section specifies metal elements including but not limited to the following. All items listed are not necessarily included in the project, see Project Drawings for specific project requirements. 1. Shelf angles. 2. Steel framing and supports for equipment and where framing and supports are not specified in other Sections. 3. Pipe bollards. 4. Prefabricated access hatches. 5. Miscellaneous aluminum construction. 1.02 RELATED WORK A. Division 03 — Concrete B. Division 05 — Metals C. Division 09 — Finishes 1.03 SUBMITTALS A. Shop Drawings: 1. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. 2. Submit detailed shop drawings showing sizes of members, method of assembly, anchorage, and connection to other members for approval prior to fabrication. 3. Provide a letter sealed by a Licensed Professional Engineer in the State which the project will be built stating that all connections not specifically shown on the design structural drawings have been designed and detailed under their supervision. B. If design and details for systems and elements are not shown in the Drawings, provide a letter sealed by a Licensed Professional Engineer in the State which the project will be built stating that the proposed design and details have been designed and detailed under their supervision and meet all codes referenced by this Section and requirements of this Section. C. Certificates: Submit certified mill reports from the material supplier. Reports must provide heat or melt number mill analysis and test results for structural steel. If reports are not submitted or if the material cannot be positively identified and directly related to the reports, material quality tests will be required at no cost to the Owner. 1.04 REFERENCE STANDARDS A. International Code Council 1. International Building Code (IBC) B. American Society of Civil Engineers (ASCE) CORP2000479 05 50 00-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION MISCELLANEOUS METAL FABRICATIONS 1. ASCE-7: Minimum Design Loads for Buildings and Other Structures C. The Aluminum Association 1. Aluminum Design Manual. D. American Institute of Steel Construction (AISC). 1. Steel Construction Manual. 2. Design Guide 27 — Structural Stainless Steel. E. American Welding Society (AWS): 1. D1.1 Structural Welding Code - Steel. 2. D1.2 Structural Welding Code —Aluminum 3. D1.3 Structural Welding Code — Sheet Steel 4. D1.6 Structural Welding Code — Stainless Steel F. American Society for Testing and Materials (ASTM): 1. ASTM A36 - Standard Specification for Carbon Structural Steel. 2. ASTM A48 - Standard Specification for Gray Iron Castings. 3. ASTM A53 - Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc- Coated, Welded and Seamless. 4. ASTM A108 - Standard Specification for Steel Bar, Carbon and Alloy, Cold-Finished. 5. ASTM A123 - Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products. 6. ASTM A153 - Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware. 7. ASTM A193 - Standard Specification for Alloy-Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications. 8. ASTM A240 — Standard Specification for Chromium and Chromium-Nickel Stainless Steel Plate, Sheet and Strip for Pressure Vessels and General Applications. 9. ASTM A276 - Standard Specification for Stainless Steel Bars and Shapes. 10. ASTM A307 - Standard Specification for Carbon Steel Bolts, Studs, and Threaded Rod 60,000 PSI Tensile Strength. 11. ASTM A325 - Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength. 12. ASTM A490 - Standard Specification for Structural Bolts, Alloy Steel, Heat Treated, 150 ksi Minimum Tensile Strength. 13. ASTM A500 - Standard Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes. 14. ASTM A572 - Standard Specification for High-Strength Low-Alloy Columbium- Vanadium Structural Steel. 15. ASTM A653 - Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process 16. ASTM A780 - Standard Practice for Repair of Damaged and Uncoated Areas of Hot- Dip Galvanized Coatings. 17. ASTM A992 - Standard Specification for Structural Steel Shapes. CORP2000479 05 50 00-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION MISCELLANEOUS METAL FABRICATIONS 18. ASTM A1008 - Standard Specification for Steel, Sheet, Cold-Rolled, Carbon, Structural, High-Strength Low-Alloy, High-Strength Low-Alloy with Improved Formability, Solution Hardened, and Bake Hardenable. 19. ASTM A1011 - Standard Specification for Steel, Sheet and Strip, Hot-Rolled, Carbon, Structural, High-Strength Low-Alloy, High-Strength Low-Alloy with Improved Formability, and Ultra-High Strength. 20. ASTM B26, Specification for Aluminum-Alloy Sand Castings. 21. ASTM B136, Standard Method for Measurement of Stain Resistance of Anodic Coatings on Aluminum. 22. ASTM B137, Standard Test Method for Measurement of Coating Mass Per Unit Area on Anodically Coated Aluminum. 23. ASTM B209 - Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate. 24. ASTM B210, Standard Specification for Aluminum and Aluminum-Alloy Drawn Seamless Tubes. 25. ASTM B221 - Standard Specification for Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes. 26. ASTM B241, Standard Specification for Aluminum and Aluminum-Alloy Seamless Pipe and Seamless Extruded Tube. 27. ASTM B244, Standard Test Method for Measurement of Thickness of Anodic Coatings on Aluminum and of Other Nonconductive Coatings on Nonmagnetic Basis Metals with Eddy-Current Instruments. 28. ASTM B247, Standard Specification for Aluminum and Aluminum-Alloy Die Forgings, Hand Forgings, and Rolled Ring Forgings. 29. ASTM B429, Standard Specification for Aluminum-Alloy Extruded Structural Pipe and Tube. 30. ASTM F593 - Standard Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs. G. The American Society of Safety Engineers (ASSE) 1. ASSE A1264.1, Safety Requirements for Workplace Walking/Working Surfaces & Their Access; Workplace Floor, Wall & Roof Openings; Stairs & Guardrails Systems H. The Society for Protective Coatings (SSPC): 1. SSPC Painting Manual, Volumes 1 & 2. I. United States Department of Labor: 1. OHSA Regulations (Standards - 29 CFR); Part 1926 - Safety and Health Regulations for Construction. 1.05 QUALITY ASSURANCE (NOT USED) 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE (NOT USED) 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 WARRANTY/EXTENDED WARRANTY (NOT USED) CORP2000479 05 50 00-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION MISCELLANEOUS METAL FABRICATIONS 1.10 COORDINATION A. The Work of this Section shall be completely coordinated with the Work of other Sections. Verify at the Site the dimensions and the Work of other trades adjoining items of Work in this Section before fabricating or installing the items specified. B. Furnish to the pertinent trades all items included under this Section that are to be built into the Work of other Sections. 1.11 PRODUCT DELIVERY AND STORAGE A. Schedule material delivery so that items may be installed promptly after arrival. B. If materials must be stored, keep them off the ground and clean, free of dirt, mud, grease or oil. Store in such a manner to avoid member distortion. Protect steel from corrosion and/or deterioration. PART 2 PRODUCTS 2.01 GENERAL A. For metal fabrications exposed to view in the completed Work, provide materials with smooth, flat surfaces without blemishes. Do not use materials with exposed pitting, seam marks, roller marks, rolled trade names, or roughness. 2.02 ALUMINUM A. Materials 1. Aluminum structural shapes, bars and plates: a. Alloy 6061-T6 or 6063-T5. 2. Extruded aluminum pipe: a. Alloy 6063-T6 or 6061-T6. 3. Aluminum Castings: a. Alloy 535. B. Fabrication 1. Follow general fabrication requirements elsewhere in this Section. 2. Fabricate miscellaneous aluminum shapes and plates as shown. Furnish welded and mitered angle frames and other fabrications complete with welded anchors attached. Furnish all miscellaneous aluminum shown but not otherwise detailed. Structural shapes and extruded items shall comply with the dimensions on the Drawings within the tolerances published by the Aluminum Association. 3. Weld aluminum work on the unexposed side when possible in order to prevent pitting or discoloration of exposed aluminum surfaces. C. Finishes 1. All exposed aluminum surfaces shall have anodized finish unless otherwise specified. Apply a coat of methacrylate lacquer to all aluminum before shipment. 2.03 FERROUS METALS A. Structural Steel: 1. All rolled structural shapes, plates and bars must meet the standards for ASTM A992 and ASTM A572, Grade 50 unless otherwise shown in the Drawings. CORP2000479 05 50 00-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION MISCELLANEOUS METAL FABRICATIONS 2. Clip angles, stiffeners, plates and other detail items must conform to standards of the main member to which the items are attached unless noted otherwise. B. Steel Pipe 1. Conform to ASTM A53, Type E or S, Grade B, welded or seamless. No hydrostatic tests required. C. Structural Steel Tubing: 1. Conform to ASTM A500, Grade B, with minimum yield strength of 46,000 psi. No hydrostatic tests required. D. Stainless Steel: 1. Use the stainless steel grade indicated on the drawings (304 or 316). Where the grade is not specified use AISI 316. Use a weldable (304L or 316L) grade of stainless steel for welded items. 2. For all stainless steel, required minimum yield strength is as follows unless otherwise noted on the Drawings. a. 304 or 316: 30,000 psi. b. 304L or 316L: 25,000 psi. E. Slotted Channel Framing: 1. Galvanized steel cold-formed metal channels with flange edges returned toward web and with 9/16-inch wide slotted holes in webs at 2 inches on center. 2. Fabricate from steel conforming to ASTM A1101, GR 33. 3. Channel width: a. As indicated on the Drawings. 4. Channel depth: a. As indicated on the Drawings. F. Gray-Iron Castings: 1. Gray iron castings conforming to ASTM A48, Class 30 unless another class is indicated or required by structural loads. 2.04 FASTENERS: A. Provide ASTM F593, Type 316 fasteners for exterior use or when called for in the Drawings. B. Structural Steel Bolts, Nuts & Washers 1. Bolts & Nuts: a. Use high-strength bolts, conforming to ASTM A325 with hex nuts. 2. Washers a. Plain washers, use round, carbon steel, ASME B18.22.1. b. Lock washers, use helical, spring type, carbon steel, ASME B18.22.1. 2.05 SHELF ANGLES A. Fabricate shelf angles from steel angles of sizes indicated and for attachment to concrete framing. Provide horizontally slotted holes to receive 3/4-inch bolts, spaced not more than 6 inches from ends and 24 inches o.c., unless otherwise indicated in the Drawings. CORP2000479 05 50 00-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION MISCELLANEOUS METAL FABRICATIONS B. For cavity walls, provide vertical channel brackets to support angles from backup masonry and concrete. Align expansion joints in angles with indicated control and expansion joints in cavity-wall exterior wythe. C. Galvanized shelf angles to be installed in exterior walls. D. Furnish wedge-type concrete inserts, complete with fasteners, to attach shelf angles to cast-in-place concrete unless otherwise indicated in the Drawings. 2.06 PIPE BOLLARDS A. Fabricate pipe bollards from Schedule 80 steel pipe. Cap bollards consistent with details in the Drawings. B. Where indicated, fabricate bollards with steel baseplates for bolting to concrete slab. Drill baseplates at all four corners for anchor bolts. Base plate and anchor bolts size shall be as shown on Drawings. Where bollards are to be anchored to sloping concrete slabs, angle base plates for plumb alignment of bollards. 2.07 PREFABRICATED ACCESS HATCHES A. Hatches: 1. General Requirements: a. Provide prefabricated access hatches of the sizes and types shown on the Drawings. b. Door leaf(s) shall be aluminum diamond plate as shown on Drawings. c. Unless otherwise noted on the Drawings, use pivot torsion bars for counterbalance or spring operators for easy operation. Doors shall open to 90 degrees with automatic door hold open and shall be provided with a grip handle to release the cover for closing. d. Hardware shall be durable and corrosion resistant with Type 316 stainless steel hardware used throughout. Provide removable lock handle. e. Provide factory mill finish and bituminous coating to the exterior of the frames. Where specified to be watertight, a 1-1/2-inch drainage coupling shall be provided in the perimeter channel frame. f. Break bond between dissimilar metals using a heavy coat of alkali resistant bituminous paint, or other coating recommended by the Manufacturer that will provide equivalent protection. Otherwise, hatches used at exposed exterior locations shall be weather stripped or sealed to resist penetration of water. Embedded frame with embedment anchors shall be supplied by the hatch Manufacturer. g. Manufacturers shall provide access hatch with aluminum safety grating panel installed beneath access covers to provide additional protection against fall through accidents when the cover is left in the open position. The aluminum grating panel shall be designed, anchored, etc., by the hatch Manufacturer. 2. Load Requirements: a. Pedestrian Access Only: (i) Hatches subjected to pedestrian access only shall be designed to withstand an unfactored live load of 125 pounds per square foot. b. Vehicular Access: CORP2000479 05 50 00-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION MISCELLANEOUS METAL FABRICATIONS (i) Hatches subjected to vehicular traffic shall be designed to withstand an unfactored concentrated wheel loading (live load) of 16,000 lbs with an impact factor of 1.33 over a 20 inch by 10 inch tire contact area or an unfactored live load of 250 pounds per square foot, whichever produces the greatest stresses. 3. Safety Requirements: a. Provide hinged hatch safety grating meeting OSHA 29 CFR1926.502(c) requirements for fall protection for access doors. 4. Acceptable Manufacturers: Subject to compliance with requirements, provide prefabricated roof hatch units by one of the following: a. Halliday Products, Inc., Orlando, FL. b. Bilco Company; New Haven, CT. (i) Type J for Single Leaf. (ii) Type JD for Double Leaf. B. Roof Scuttles: 1. General Requirements: a. Provide prefabricated roof scuttles of the sizes and types shown on the Drawings. 2. Cover: a. Galvanized steel with 3-inch bedded flange, neatly welded. Curb shall be 12- inch in height and galvanized steel. b. Cover shall be equipped with an automatic hold-open arm complete with vinyl grip handle to permit easy release. c. Equip units with complete hardware set including padlock, and both interior and exterior hatch handles. All hardware shall be Type 316 stainless steel. 3. Provide factory mill finish and bituminous coating to the exterior of the frames. Break bond between dissimilar metals as specified for Hatches. 4. Roof Scuttles shall be weather stripped or sealed to resist penetration of water as required. Embedded frame with embedment anchors shall be supplied by the Manufacturer. 5. Acceptable Manufacturers: Subject to compliance with requirements, provide prefabricated roof scuttle units by one of the following: a. Halliday Products, Inc., Orlando, FL. b. Bilco Company; New Haven, CT. 2.08 GALVANIZING: A. Hot-dipped zinc coat structural items specifically designated as galvanized after fabrication. Conform to the applicable standard, ASTM A123 or ASTM A153. B. Use repair coating which conforms to ASTM A780. Acceptable products include: 1. Carboline Carbo Zinc No. 11. 2. Galv-Weld Products Galv-Weld Alloy. 3. Koppers Organic Zinc coating. C. Unless otherwise noted all structural steel shall be galvanized. CORP2000479 05 50 00-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION MISCELLANEOUS METAL FABRICATIONS 2.09 FABRICATION A. Fabricate according to industry reference standards, codes, and these specifications unless directed or shown otherwise. B. Preassemble items in shop to greatest extent possible to minimize field splicing and assembly. Disassemble units only as necessary for shipping and handling limitations. Use connections that maintain structural value of joined pieces. Clearly mark units for reassembly and coordinated installation. C. Shear and punch metals cleanly and accurately. Remove burrs. D. Ease exposed edges to a radius of approximately 1/32-inch (1 mm), unless otherwise indicated. Form bent-metal corners to smallest radius possible without causing grain separation or otherwise impairing work. E. Weld corners and seams continuously to comply with the following: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. At exposed connections, finish exposed welds and surfaces smooth and blended so no roughness shows after finishing and contour of welded surface matches that of adjacent surface. F. Provide for anchorage of type indicated; coordinate with supporting structure. Fabricate and space anchoring devices to secure metal fabrications rigidly in place and to support indicated loads. G. Cut, reinforce, drill, and tap metal fabrications as indicated to receive finish hardware, screws, and similar items. H. Fabricate joints that will be exposed to weather in a manner to exclude water, or provide weep holes where water may accumulate. I. Allow for thermal movement resulting from the following maximum change (range) in ambient and surface temperatures by preventing buckling, opening up of joints, overstressing of components, failure of connections, and other detrimental effects. Base engineering calculation on surface temperatures of materials due to both solar heat gain and nighttime-sky heat loss. Temperature Change (Range): 120 deg F (67 deg C), ambient; 180 deg F (100 deg C), material surfaces. J. Form exposed work true to line and level with accurate angles and surfaces and straight sharp edges. K. Remove sharp or rough areas on exposed traffic surfaces. L. Form exposed connections with hairline joints, flush and smooth, using concealed fasteners where possible. Use exposed fasteners of type indicated or, if not indicated, Phillips flat-head (countersunk) screws or bolts. Locate joints where least conspicuous. 2.10 WELDING A. Perform welding in accord with the AWS reference standard. Use procedures such as preheat or interpass temperature as recommended by AWS standards. CORP2000479 05 50 00-8 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION MISCELLANEOUS METAL FABRICATIONS B. All shop and field welding must be performed by qualified welders who hold current welding certificates. C. Surfaces to be welded must be free of loose scale, slag, rust, grease, paint and other foreign material. Mill scale which withstands vigorous wire brushing may remain. D. Joint surfaces must be free of fins and tears caused by shearing. Wherever practicable, prepare edges by gas cutting using a mechanically guided torch. E. Electrodes: 1. For structural steel, use AWS Low Hydrogen, Electrode E70XX Series suitable for the welding process used. 2. For stainless steel, use 70 ksi minimum tensile strength filler material suitable for base metals and welding process in accordance with AWS specifications. 3. For aluminum, use filler alloy 5356 in accordance with AWS specifications. 4. Protect electrodes from exposure to moisture and coating. F. If shop welding is done by automatic, submerged arc process, verify that physical properties of deposited weld metal will be similar to properties of the base metal. G. No welding shall be done when the temperature of the base metal is below 32°F. H. The cover bead or finish pass must have a smooth, uniform surface with reinforcement of 1/16 to 1/8 inch. Surface voids, cracks in finish weldments, or undercutting of base metal at the fusion line is not acceptable. 2.11 SURFACE PREPARATION AND PAINTING A. All surfaces shall be prepared and finished in accordance with Division 9 requirements unless otherwise noted in the Drawings. Structural steel shall be shop primed. Stainless steel shall not be coated unless otherwise specified in the Drawings or elsewhere in the Specifications. B. Galvanize structural steel items specifically shown or specified as galvanized in the Drawings. Members that are warped during the galvanizing process will be rejected. 2.12 INSPECTION AND TESTING A. Mill or shop inspection and non-destructive testing (in addition to field inspection and non-destructive testing) may be done by the Owner. B. Inspection in mill, shop, or field in no way relieves the Contractor from their responsibility to furnish satisfactory materials. Right is reserved to reject material at any time before final acceptance if material and workmanship do not conform to drawings and specifications. PART 3 EXECUTION 3.01 ERECTION A. Erect the structure according to AISC specifications and codes and reviewed shop drawings. B. Give careful attention to leveling and plumbing of structural steel at all stages of construction. CORP2000479 05 50 00-9 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION MISCELLANEOUS METAL FABRICATIONS C. Provide temporary shoring and bracing of sufficient strength to support imposed loads. Remove temporary shoring and bracing when permanent members are fully in place and all final connections have been made. D. Furnish templates for setting anchor bolts in concrete. E. Support column base plates on steel wedges with no portion of a wedge within one inch of base plate edge. Apply grout at base plates according to Manufacturer's recommendations. F. Driftpins may be used only to bring parts together if used carefully so as not to distort or damage metal. G. Connections shall be welded or bolted as shown. Weld as previously specified in this section. Install high strength bolts according to the RCRBSJ reference standard. Tighten by turn-of-the-nut method. 3.02 FIELD MODIFICATION A. Field modification of structural steel members or assemblies is not permitted. Fabrication errors shall be corrected in the shop unless written approval is obtained in advance from the Engineer. B. The use of a gas cutting torch for correcting fabrication errors or fit up issues is not permitted. C. Where field holes are called for in the Drawings or reviewed shop drawings, create holes by drilling only. 3.03 INSTALLING MISCELLANEOUS FRAMING AND SUPPORTS A. Install framing and supports to comply with requirements of items being supported, including Manufacturers' written instructions and requirements indicated on Shop Drawings, if any. 3.04 INSTALLING PIPE BOLLARDS A. Anchor bollards in place with concrete footings as shown in the Drawings. Support and brace bollards in position in footing excavations until concrete has been placed and cured. 3.05 ADJUSTING AND CLEANING A. Touchup Painting: 1. Immediately after erection, clean field welds, bolted connections, and abraded areas of shop paint, and paint exposed areas with the same material as used for shop painting to comply with SSPC-PA1 for touching up shop-painted surfaces. Apply by brush or spray to provide a minimum 2.0-mil dry film thickness. 2. Cleaning and touchup painting of field welds, bolted connections, and abraded areas of shop paint are specified in Section 09 90 00 — Painting. B. Repair of Galvanized Surfaces: 1. Thoroughly clean field welds, bolted connections, abrasions, abraded areas and galvanized surfaces damaged from welding, handling, or installation shall be repaired immediately after installation with galvanizing repair material. Apply matching galvanized repair coat as specified in this Section. Galvanizing repair shall CORP2000479 05 50 00-10 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION MISCELLANEOUS METAL FABRICATIONS be performed and completed before concrete is placed. Any member requiring repair of more than 2 percent of the surface area shall be rejected. END OF SECTION CORP2000479 05 50 00-11 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION MISCELLANEOUS METAL FABRICATIONS *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** SECTION 06 10 00 ROUGH CARPENTRY PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required to fabricate and install lumber, plywood, wood treatments, fasteners and related assemblies as required by the Drawings and Specifications. 1.02 RELATED WORK A. Division 03 — Concrete B. Division 05 — Metals C. Division 06 — Wood, Plastics and Composites 1.03 SUBMITTALS A. Shop Drawings: 1. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. 2. 3. Submit detailed shop drawings showing sizes of members, method of assembly, anchorage, and connection to other members for approval prior to fabrication. B. Product Data: 1. Submit all Manufacturer's product data for wood preservative and fire retardant treatment materials. C. Certificates: 1. Pressure Treated Wood. a. Submit certification by treating plant stating chemicals and process used, net amount of salts retained, and conformance with referenced standards. 2. Preservative Treated Wood. a. Submit certification for water borne preservative that moisture content was reduced to maximum 19 percent for lumber and 15 percent for plywood after treatment. 3. Fire Retardant Treated Wood a. Submit certification by testing plant stating chemicals and process used, conformance with referenced standards and governing ordinances, and non-bleeding quality of the treatment. 1.04 REFERENCE STANDARDS A. International Code Council 1. International Building Code (IBC) B. American Society of Civil Engineers (ASCE) 1. ASCE-7: Minimum Design Loads for Buildings and Other Structures. C. United States Department of Labor: CORP2000479 06 1000-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ROUGH CARPENTRY 1. OHSA Regulations (Standards - 29 CFR); Part 1926 - Safety and Health Regulations for Construction. D. ANSI/AWC NDS National Design Specification (NDS) for Wood Construction E. National Institute of Standards and Technology (NIST) 1. Voluntary Product Standard PS-109 F. American Softwood Lumber Standard 1. PS-20 G. Southern Pine Inspection Bureau (SPIB) 1. Standard Grading Rules for Southern Pine Lumber. H. West Coast Lumber Inspection Bureau (WCLIBB) 1. Standard No. 17 Grading Rules for West Coast Lumber. I. Western Wood Products Association (WWPA) 1. Western Lumber Grading Rules. J. The American Wood Protection Association (AWPA) 1. AWPA Book of Standards. K. American Society for Testing and Materials (ASTM): 1. ASTM D245 - Standard Practice for Establishing Structural Grades and Related Allowable Properties for Visually Graded Lumber. 2. ASTM D1990 - Standard Practice for Establishing Allowable Properties for Visually- Graded Dimension Lumber from In-Grade Tests of Full-Size Specimens. 3. ASTM D2555 - Standard Practice for Establishing Clear Wood Strength Values. 4. ASTM D2915 - Standard Practice for Sampling and Data-Analysis for Structural Wood and Wood-Based Products. 5. ASTM E84 - Standard Test Method for Surface Burning Characteristics of Building Materials. 1.05 QUALITY ASSURANCE A. Grade lumber, plywood and wood species in accordance with Voluntary Product Standards. All grading rules under the following associations shall apply: 1. Southern Pine Inspection Bureau (SPIB). 2. West Coast Lumber Inspection Bureau (WCLIBB). 3. Western Wood Products Association (WWPA). B. Identify lumber and plywood by official grade mark. 1. For lumber, include symbol of grading agency, mill name, grade, species, grading rules and condition of seasoning at time of manufacturer. 2. For plywood, include type, class identification index, and agency mark. C. Requirements of Regulatory Agencies 1. Preservative and Pressure Treated Lumber and Plywood: Comply with American Wood Preservers Bureau Standards. 2. Fire Retardant Treated Materials: Comply with Underwriters Laboratories, Inc. and ASTM E84, for maximum flame spread of 25. CORP2000479 06 1000-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ROUGH CARPENTRY 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, STORAGE, AND HANDLING A. Protect plywood and lumber against water, mortar, paint and other damage during transportation, storage, installation, and until adjacent work by other trades is complete. B. Store products above ground, on platforms or skids, and covered with waterproof coverings. Provide for air circulation. Do not store in damp or wet locations. C. Store products so as to prevent warping and distortion. 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 WARRANTY/EXTENDED WARRANTY (NOT USED) 1.10 COORDINATION A. The Work of this Section shall be completely coordinated with the Work of other Sections. Verify at the Site the dimensions and the Work of other trades adjoining items of Work in this Section before fabricating or installing the items specified. B. Furnish to the pertinent trades all items included under this Section that are to be built into the Work of other Sections. PART 2 PRODUCTS 2.01 MATERIALS A. General 1. Where stress rating values are given in lieu of grades, select any quality which meets the structural requirements. B. Lumber 1. Grading Rules: a. American Softwood Lumber Standard: PS 20-10. 2. Dimensions: a. Lumber dimensions are nominal except for posts and timbers; actual dimensions conform to industry standards established by the American Lumber Standards Committee and applicable rules writing agencies. b. Provide sizes as detailed. 3. Moisture Content: a. 19 percent maximum moisture content after treatments for fire retardant and preservative treated woods. 4. Surfacing: a. Surface four sides (S4S), unless noted otherwise. 5. Species: a. Southern Yellow Pine or West Coast Douglas Fir, as specified on the Drawings. 6. Uses, Grades & Stress Ratings: a. As specified on the Drawings. C. Plywood 1. Grading Rules: CORP2000479 06 1000-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ROUGH CARPENTRY a. Structural Plywood: NIST PS 01-07. 2. Exposures: a. Provide exposure ratings as indicated. 3. Thickness: a. As specified on the Drawings. 4. Uses, Grades & Stress Ratings: a. As specified on the Drawings. D. Fasteners 1. Provide fasteners as specified in the Drawings. 2.02 WOOD TREATMENTS A. Preservative Treated Wood 1. Preservative treat fascia blocking, roof edging, sill plates and grounds in contact with concrete, except on interior of building; roof curbs, cants and nailers for flashing, and elsewhere as noted or shown. 2. Use waterborne salt preservatives per AWPA requirements. Redry lumber to maximum 19 percent moisture content. Redry plywood and particleboard to 15 percent maximum moisture content. 3. Field treat surface cuts and holes per AWPA requirements. B. Fire Retardant Treated Wood 1. Use fire retardant treated wood for all plywood decking and wood blocking within return air plenums, blocking within walls, in other areas required by referenced building codes and elsewhere as noted or shown. 2. Comply with AWPA C20 for lumber and AWPA C27 for sheet materials. 3. All fire retardant treated wood shall have a tested flame spread rating of 25 or less in accordance with ASTM E84. 4. Use fire retardant treatment which will not bleed through or adversely affect type of finish indicated and which does not require brush treatment of field made end cuts to maintain fire hazard classification. PART 3 EXECUTION 3.01 INSPECTION A. Verify that surfaces and conditions are ready to receive work of this section. Notify Engineer of any existing conditions which will adversely affect execution. Beginning of execution will constitute acceptance of existing conditions. 3.02 INSTALLATION A. General 1. Discard units of material with defects which might impair quality of work, and units which are too small to fabricate work with minimum joints or optimum joint arrangement. 2. Set carpentry work accurately to required levels and lines, with members plumb and true and accurately cut and fitted. Scribe and cope as required. CORP2000479 06 1000-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ROUGH CARPENTRY 3. Securely attach carpentry work to substrates by anchoring and fastening as required by recognized standards and as required to draw members into place and securely hold same unless otherwise indicated. Use washers under all bolt heads. 4. Select fasteners of size that will not penetrate members where opposite side will be exposed to view or will receive finish materials. 5. Make tight connections between members to develop full strength of members. 6. Install fasteners without splitting of wood. 7. Predrill as necessary. 8. Comply with APA E30a requirements for plywood. 9. Install fasteners at spacings recommended by NFPA National Design Specifications for Stress Grade Lumber and Its Fastening for lumber and APA Guide E30e for Plywood, unless more restrictive code requirements or the Drawings dictate tighter spacing or heavier fasteners. 10. Locate members as indicated on the drawings. Do not change size, spacing or spans without specific written approval of Architect/Engineer. Take care to place proper grades and species of members where indicated in accordance with the Drawings and with this Section. 11. Temporarily brace framing until framing is completed and securely anchored. Leave temporary bracing in place as long as required for safety. As work progresses, securely connect work to compensate for dead load, wind and erection stresses. B. Wood Grounds, Nailers, Cants, and Blocking 1. Provide where required for screeding or attachment of other work. 2. Form to shapes cut as necessary for true line and level of work to be attached. 3. Coordinate location with other work involved. 4. Attach to substrates to support applied loading. 5. Countersink bolts and nuts flush with surfaces and where built into masonry work. 6. Where possible, anchor to formwork before concrete placement. 7. Provide permanent grounds of dressed, preservative treated, key beveled lumber not less than 1/2 inch wide, and of thickness required to bring face of ground to exact thickness of finish material involved. 8. Provide continuous blocking. 9. Remove temporary grounds when no longer required. 10. Provide solid preservative cants where roof surfaces meet walls, curbs or other vertical projections. C. Plywood Roof Sheathing 1. Install with long edge perpendicular to framing, with edges set so that joints of 1/8 inch width occur. 2. Place ends over framing members. 3. Unless otherwise detailed, secure with galvanized power driven screws to each support spacing fasteners at 12 inch on center for intermediate supports and 6 inch on center for end supports. 3.03 FIELD QUALITY CONTROL A. Tolerances CORP2000479 06 1000-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ROUGH CARPENTRY 1. Framing members: a. 1/4 inch maximum from true position. 2. Surface flatness of roofs &floors: a. 1/4 inch in 10 feet maximum. B. Protection 1. Protect products from moisture absorption and subsequent warping or deterioration until subsequent construction can proceed. END OF SECTION CORP2000479 06 1000-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ROUGH CARPENTRY SECTION 07 22 16 ROOF BOARD INSULATION PART 1 GENERAL 1.01 SCOPE OF WORK A. Flat Polyisocyanurate Roof Insulation. 1.02 RELATED WORK A. Section 06 10 00 — Rough Carpentry. 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Product Data: Manufacturer's data sheets on each product to be used, including: 1. Preparation instructions and recommendations. 2. Storage and handling requirements and recommendations. 3. Installation methods. C. Shop Drawings: Roof plan showing slopes, layout of boards and fastening patterns. D. Verification Samples: For each finish product specified, two samples, representing actual product. 1. Submit 6 by 6 inch (152 mm by 152 mm) samples of each board type required. 2. Submit samples of each fastener type required. E. Manufacturer's Certificates: Manufacturer's certification that materials meet or exceed specification requirements. 1.04 REFERENCE STANDARDS A. ASTM C 209 - Methods of Testing Insulating Board, Structural and Decorative. B. ASTM C 518 - Standard Test Method for Steady-State Thermal Transmission Properties by Means of the Heat Flow Meter Apparatus C. ASTM C 1289 - Standard Specification for Faced Rigid Cellular Thermal Insulation Board. D. ASTM C 1303 - Standard Test Method for Estimating the Long Term Change in the Thermal Resistance of Unfaced Closed Cell Plastic Foams by Slicing and Scaling Under Controlled Laboratory Conditions. E. ASTM D 312 - Standard Specification for Asphalt Used in Roofing. F. ASTM D 1621 - Test Methods for Compressive Properties of Rigid Cellular Plastics. CORP2000479 0722 16-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ROOF BOARD INSULATION G. ASTM E 84 - Surface Burning Characteristics of Building Materials. H. ASTM E 96 - Test Method for Water Vapor Transmission of Materials. I. ASTM E 108 - Standard Tests Method for Fire Tests of Roof Coverings. J. ASTM E 119 - Standard Test Methods for Fire Tests Of Building Construction and Materials. K. FM Approval Guide - FM 4470 Approval Standard - Class I Roof Covering. L. UL 263 - Fire Tests of Building Construction and Materials. M. UL 790 - Tests for Fire Resistance of Roof Covering Materials. N. UL 1256 - Fire Test of Roof Deck Constructions. 1.05 QUALITY ASSURANCE (NOT USED) 1.06 SYSTEM DESCRIPTION/ DESIGN REQUIREMENTS A. Performance Requirements: 1. UL Assemblies: a. Component of Class A Roof System - UL 790. b. Hourly Rated P series roof assemblies (UL 263 foam core only) P 225, 230, 232, 259, 508, 510, 514, 519, 701, 713, 717, 718, 719, 720, 722, 723, 724, 727, 728, 729, 730, 732, 734, 735, 739, 801, 814, 815, 818, 819, 823, 824, 826, 827, 828, 832. 2. Factory Mutual: a. FM 4470 Approval Standard - Class I Roof Covering (Foam Core Only). b. FM Class 1 approval, Class 1 Fire and 1-90 windstorm classification (FM 4450). B. Physical properties (Foam Core Only): 1. Compressive Strength: ASTM D 1621 and ASTM C 1289, Type II, 20 psi (138 kPa) minimum for Grade 2 and 25 psi (172 kPa) for Grade 3. 2. Dimensional Stability: ASTM D 2126, 2 percent linear change (7 days). 3. Moisture Vapor Transmission: ASTM E 96, < 1 perm ((57.5ng/(Pa s m2)). 4. Water Absorption: ASTM C 209, < 1 percent by volume. 5. Service Temperature: Minus 100 degrees to 250 degrees F (Minus 73 degrees C to 122 degrees C). 1.07 DELIVERY,HANDLING AND STORAGE A. Store products in manufacturer's unopened packaging until ready for installation. B. Stack insulation on pallets above ground or roof deck. C. Slit or remove packaging to permit ventilation and cover with breathable tarpaulin or other suitable waterproof coverings. CORP2000479 0722 16-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ROOF BOARD INSULATION 1.08 MAINTENANCE/ SPARE PARTS (NOT USED) 1.09 EXTENDED WARRANTY (NOT USED) 1.10 PROJECT CONDITIONS A. Maintain environmental conditions (temperature, humidity, and ventilation) within limits recommended by manufacturer for optimum results. Do not install products under environmental conditions outside manufacturer's absolute limits. B. Do not install insulation on roof deck when water of any type is present. Do not apply roofing materials when substrate is damp or wet or when proper adhesive temperature cannot be maintained. 1.11 COORDINATION A. Coordinate work with installation of roof covering and associated roof penetrations and counterf lashings installed by other sections as work of this section proceeds. PART 2 PRODUCTS 2.01 MATERIAL A. Foam Roof Insulation Bonded to Wood Fiberboard: H-Shield-WF; closed-cell polyisocyanurate foam core and bonded to fiber-reinforced facers on one side and 1/2 inch (12 mm) asphalt coated high density wood fiberboard on the other; conforming to ASTM C 1289, Type IV with square edges. 1. Blowing Agent: Zero ODP, 3rd generation. 2. Fire Ratings: a. UL 1256, No. 120 and 123. b. UL 790 (ASTM E 108), Class A. c. UL 263 (ASTM E 119). d. FM 4450/4470, Class 1. Fire Rating. 3. FM Approval, Wind Uplift Classification: 1-90. 4. Compressive Strength: 20 pounds per square inch (138 kPa) Grade 2. 5. R Value: Provide Insulation with LTTR (Long Term Thermal Resistance) in accordance with ASTM C 1289. Minimum thickness of panels shall be as follows: a. Thickness 3.00 inch (76 mm), R Value 16.66. 2.02 MANUFACTURERS A. Acceptable Manufacturer: Hunter Panels, Portland, ME 04101; 888-746-1114; www.hunterpanels.com B. Requests for substitutions will be considered in accordance with provisions of Section 01600. CORP2000479 0722 16-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ROOF BOARD INSULATION 2.03 ACCESSORIES A. Approved Fasteners: Appropriate for purpose intended and approved by FM Approvals and system manufacturer; length required for thickness of insulation material and penetration of deck substrate, with distribution plates if required. B. Base Ply: As recommended by membrane manufacturer. C. Asphalt Bitumen: ASTM D 312, Type III, or Type IV. 1. Use only on approved board insulation types. 2. Provide with labels indicating flash point, softening point, finished blowing temperature and equiviscous temperature. D. Cant Strip and Tapered Edge Strip: Standard machine cut perlite or wood fiberboard strips in sizes indicated or required. PART 3 EXECUTION 3.01 DEMOLITION/ PREPARATION A. Clean surfaces thoroughly prior to installation. B. Prepare surfaces using the methods recommended by the manufacturer for achieving the best result for the substrate under the project conditions. C. Apply vapor barrier and or retarder, as specified by the Engineer or required by the local building code, to decking prior to installation of insulation. 3.02 INSTALLATION A. Install specified insulation in accordance with manufacturer's latest printed instructions and as required by governing codes and Owner's insurance carrier. B. Do not leave installed insulation exposed to weather. Cover and waterproof immediately after installation. C. Seal exposed insulation joints at the end of each day. Remove seal when work resumes. D. Remove installed insulation that has become wet or damaged and replace with new solid and dry insulation material. 3.03 CLEANING A. Remove trash and construction debris from insulation before application of roofing membrane. 3.04 EXAMINATION A. Do not begin installation until substrates have been properly prepared. CORP2000479 0722 16-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ROOF BOARD INSULATION B. Examine roof deck for suitability to receive insulation. Verify that substrate is dry, clean, and free of foreign material that will damage insulation installation. C. Verify that roof drains, scuppers, roof curbs, nailers, equipment supports, vents, and other roof accessories are secured properly and installed in conformance with drawings and submittals. D. Verify that deck is structurally sound to support installers, materials, and equipment without damaging or deforming work. E. If substrate preparation is the responsibility of another installer, notify Engineer of unsatisfactory preparation before proceeding. 3.05 PROTECTION A. Protect installed products until completion of project. B. Protect installed insulation traffic by use of protective covering materials during and after installation. C. Cover the top and edges of unfinished roof panel work to protect it from the weather and to prevent accumulation of water in the cores of the panels. D. Do not leave panels exposed to moisture. Wet panels shall be removed or allowed to completely dry prior to application of vapor barrier and/or roof covering. E. Repair or replace damaged products before Substantial Completion. END OF SECTION CORP2000479 0722 16-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ROOF BOARD INSULATION *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** SECTION 07 54 23 THERMOPLASTIC-POLYOLEFIN ROOFING PART 1 GENERAL 1.01 SCOPE OF WORK A. Section Includes: 1. Adhered thermoplastic polyolefin (TPO) roofing system. 2. Vapor retarder. 3. Roof insulation. 1.02 RELATED WORK A. Division 06 — Woods, Plastics, and Composites B. Division 07 —Thermal and Moisture Protection 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Condi- tions and the Contract Documents. B. Product Data: For each type of product. C. Shop Drawings: For roofing system. Include plans, elevations, sections, details, and attachments to other work, including: 1. Base flashings and membrane terminations. 2. Insulation fastening patterns for corner, perimeter, and field-of-roof locations. D. Samples for Verification: For the following products: 1. Sheet roofing, of color required as selected by Owner. E. Informational Submittals 1. Qualification Data: For Installer and manufacturer. 2. Manufacturer Certificates: Signed by roofing manufacturer certifying that roofing system complies with requirements specified in "Performance Requirements" Arti- cle. a. Submit evidence of compliance with performance requirements. 3. Product Test Reports: For components of roofing system, tests performed by man- ufacturer and witnessed by a qualified testing agency. 4. Research/Evaluation Reports: For components of roofing system, from ICC-ES. 5. Field quality-control reports. 6. Sample Warranties: For manufacturer's special warranties. F. Closeout Submittals 1. Maintenance Data: For roofing system to include in maintenance manuals. CORP2000479 07 54 23-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION THERMOPLASTIC-POLYOLEFIN ROOFING 1.04 REFERENCE STANDARDS (NOT USED) 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications: A qualified manufacturer that is UL listed for roofing system identical to that used for this Project. B. Installer Qualifications: A qualified firm that is approved, authorized, or licensed by roof- ing system manufacturer to install manufacturer's product and that is eligible to receive manufacturer's special warranty. 1.06 SYSTEM DESCRIPTION/ DESIGN REQUIREMENTS A. General Performance: Installed roofing and base flashings shall withstand specified up- lift pressures, thermally induced movement, and exposure to weather without failure due to defective manufacture, fabrication, installation, or other defects in construction. Roofing and base flashings shall remain watertight. 1. Accelerated Weathering: Roofing system shall withstand 2000 hours of exposure when tested according to ASTM G 152, ASTM G 154, or ASTM G 155. 2. Impact Resistance: Roofing system shall resist impact damage when tested accord- ing to ASTM D 3746 or ASTM D 4272. B. Material Compatibility: Roofing materials shall be compatible with one another and ad- jacent materials under conditions of service and application required, as demonstrated by roofing manufacturer based on testing and field experience. C. Roofing System Design: Tested by a qualified testing agency to resist the following uplift pressures: 1. Corner Uplift Pressure: Per IBC 2012 and ASCE 7-10. 2. Perimeter Uplift Pressure: Per IBC 2012 and ASCE 7-10. 3. Field-of-Roof Uplift Pressure: Per IBC 2012 and ASCE 7-10. D. FM Global Listing: Roofing, base flashings, and component materials shall comply with requirements in FM Global 4450 or FM Global 4470 as part of a built-up roofing system, and shall be listed in FM Global's "RoofNav" for Class 1 or noncombustible construction, as applicable. Identify materials with FM Global markings. 1. Fire/Windstorm Classification: Class 1A-90. 2. Hail-Resistance Rating: SH. E. Energy Performance: Roofing system shall have an initial solar reflectance of not less than 0.70 and an emissivity of not less than 0.75 when tested according to CRRC-1. F. Exterior Fire-Test Exposure: ASTM E 108 or UL 790, Class A for application and roof slopes indicated; testing by a qualified testing agency. Identify products with appropri- ate markings of applicable testing agency. G. Fire-Resistance Ratings: Comply with fire-resistance-rated assembly designs indicated. Identify products with appropriate markings of applicable testing agency. CORP2000479 07 54 23-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION THERMOPLASTIC-POLYOLEFIN ROOFING 1.07 DELIVERY, HANDLING AND STORAGE A. Deliver roofing materials to Project site in original containers with seals unbroken and labeled with manufacturer's name, product brand name and type, date of manufacture, approval or listing agency markings, and directions for storing and mixing with other components. B. Store liquid materials in their original undamaged containers in a clean, dry, protected location and within the temperature range required by roofing system manufacturer. Protect stored liquid material from direct sunlight. 1. Discard and legally dispose of liquid material that cannot be applied within its stated shelf life. C. Protect roof insulation materials from physical damage and from deterioration by sun- light, moisture, soiling, and other sources. Store in a dry location. Comply with insulation manufacturer's written instructions for handling, storing, and protecting during installa- tion. D. Handle and store roofing materials, and place equipment in a manner to avoid perma- nent deflection of deck. 1.08 MAINTENANCE/ SPARE PARTS (NOT USED) 1.09 EXTENDED WARRANTY A. Special Warranty: Manufacturer agrees to repair or replace components of roofing sys- tem that fail in materials or workmanship within specified warranty period. 1. Special warranty includes roofing, base flashings, roof insulation, fasteners, cover boards, substrate board, roofing accessories, and other components of roofing sys- tem. 2. Warranty Period: 15 years from date of Substantial Completion. B. Special Project Warranty: Submit roofing Installer's warranty, signed by Installer, cov- ering the Work of this Section, including all components of roofing system such as roof- ing, base flashing, roof insulation, fasteners, cover boards, substrate boards, vapor re- tarders, roof pavers, and walkway products, for the following warranty period: 1. Warranty Period: Two years from date of Substantial Completion. C. ROOFING INSTALLER'S WARRANTY FORMAT WHEREAS of , herein called the "Roofing Installer," has performed roofing and associated work ("work") on the following project: 1. Owner: <Insert name of Owner>. 2. Address: <Insert address>. 3. Building Name/Type: <Insert information>. 4. Address: <Insert address>. 5. Area of Work: <Insert information>. 6. Acceptance Date: 7. Warranty Period: <Insert time>. CORP2000479 07 54 23-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION THERMOPLASTIC-POLYOLEFIN ROOFING 8. Expiration Date: AND WHEREAS Roofing Installer has contracted (either directly with Owner or indirectly as a subcontractor) to warrant said work against leaks and faulty or defective materials and workmanship for designated Warranty Period, NOW THEREFORE Roofing Installer hereby warrants, subject to terms and conditions herein set forth, that during Warranty Period he will, at his own cost and expense, make or cause to be made such repairs to or replacements of said work as are necessary to correct faulty and defective work and as are necessary to maintain said work in a wa- tertight condition. D. This Warranty is made subject to the following terms and conditions: 1. Specifically excluded from this Warranty are damages to work and other parts of the building, and to building contents, caused by: a. Lightning; b. Peak gust wind speed per IBC 2018 and ASCE 7-10. c. Fire; d. Failure of roofing system substrate, including cracking, settlement, excessive deflection, deterioration, and decomposition; e. Vapor condensation on bottom of roofing; and f. Activity on roofing by others, including construction contractors, maintenance personnel, other persons, and animals, whether authorized or unauthorized by Owner. 2. When work has been damaged by any of foregoing causes, Warranty shall be null and void until such damage has been repaired by Roofing Installer and until cost and expense thereof have been paid by Owner or by another responsible party so designated. 3. Roofing Installer is responsible for damage to work covered by this Warranty but is not liable for consequential damages to building or building contents resulting from leaks or faults or defects of work. 4. During Warranty Period, if Owner allows alteration of work by anyone other than Roofing Installer, including cutting, patching, and maintenance in connection with penetrations, attachment of other work, and positioning of anything on roof, this Warranty shall become null and void on date of said alterations, but only to the extent said alterations affect work covered by this Warranty. If Owner engages Roofing Installer to perform said alterations, Warranty shall not become null and void unless Roofing Installer, before starting said work, shall have notified Owner in writing, showing reasonable cause for claim, that said alterations would likely damage or deteriorate work, thereby reasonably justifying a limitation or termina- tion of this Warranty. 5. During Warranty Period, if original use of roof is changed and it becomes used for, but was not originally specified for, a promenade, work deck, spray-cooled surface, flooded basin, or other use or service more severe than originally specified, this Warranty shall become null and void on date of said change, but only to the extent said change affects work covered by this Warranty. 6. Owner shall promptly notify Roofing Installer of observed, known, or suspected leaks, defects, or deterioration and shall afford reasonable opportunity for Roofing CORP2000479 07 54 23-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION THERMOPLASTIC-POLYOLEFIN ROOFING Installer to inspect work and to examine evidence of such leaks, defects, or deteri- oration. 7. This Warranty is recognized to be the only warranty of Roofing Installer on said work and shall not operate to restrict or cut off Owner from other remedies and resources lawfully available to Owner in cases of roofing failure. Specifically, this Warranty shall not operate to relieve Roofing Installer of responsibility for perfor- mance of original work according to requirements of the Contract Documents, re- gardless of whether Contract was a contract directly with Owner or a subcontract with Owner's General Contractor. E. IN WITNESS THEREOF, this instrument has been duly executed this day of , 1. Authorized Signature: 2. Name: 3. Title: 1.10 DEFINITIONS A. Roofing Terminology: Definitions in ASTM D 1079 and glossary in NRCA's "The NRCA Roofing and Waterproofing Manual" apply to work of this Section. 1.11 PREINSTALLATION MEETINGS A. Preliminary Roofing Conference: Before starting roof deck construction, conduct confer- ence at Project site. 1. Meet with Owner Representative insurer if applicable, testing and inspecting agency representative, roofing Installer, roofing system manufacturer's representative, deck Installer, and installers whose work interfaces with or affects roofing, including installers of roof accessories and roof-mounted equipment. 2. Review methods and procedures related to roofing installation, including manufac- turer's written instructions. 3. Review and finalize construction schedule, and verify availability of materials, In- staller's personnel, equipment, and facilities needed to make progress and avoid delays. 4. Review deck substrate requirements for conditions and finishes, including flatness and fastening. 5. Review structural loading limitations of roof deck during and after roofing. 6. Review base flashings, special roofing details, roof drainage, roof penetrations, equipment curbs, and condition of other construction that affects roofing system. 7. Review governing regulations and requirements for insurance and certificates if ap- plicable. 8. Review temporary protection requirements for roofing system during and after in- stallation. 9. Review roof observation and repair procedures after roofing installation. 1.12 FIELD CONDITIONS A. Weather Limitations: Proceed with installation only when existing and forecasted weather conditions permit roofing system to be installed according to manufacturer's written instructions and warranty requirements. CORP2000479 07 54 23-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION THERMOPLASTIC-POLYOLEFIN ROOFING PART 2 PRODUCTS 2.01 MATERIALS A. Roofing Asphalt: ASTM D 312, Type III or Type IV. B. Asphalt Primer: ASTM D 41/D 41M. C. Manufacturers 1. Source Limitations: Obtain components including roof insulation and fasteners for roofing system from same manufacturer as membrane roofing or manufacturer ap- proved by membrane roofing manufacturer. D. TPO Roofing 1. Fabric-Reinforced TPO Sheet: ASTM D 6878, internally fabric- or scrim-reinforced, uniform, flexible fabric-backed TPO sheet. a. Thickness: 60 mils (1.5 mm), nominal. b. Exposed Face Color: White. E. Auxiliary Roofing Materials 1. General: Auxiliary materials recommended by roofing system manufacturer for in- tended use and compatible with roofing. a. Liquid-type auxiliary materials shall comply with VOC limits of authorities hav- ing jurisdiction. F. Sheet Flashing: Manufacturer's standard unreinforced TPO sheet flashing, 55 mils (1.4 mm) thick, minimum, of same color as TPO sheet. G. Bonding Adhesive: Manufacturer's standard. H. Slip Sheet: Manufacturer's standard, of thickness required for application. I. Metal Termination Bars: Manufacturer's standard, predrilled stainless-steel bars, approx- imately 1 by 1/8 inch (25 by 3 mm) thick; with anchors. J. Metal Battens: Manufacturer's standard, aluminum-zinc-alloy-coated or zinc-coated steel sheet, approximately 1 inch wide by 0.05 inch thick (25 mm wide by 1.3 mm thick), prepunched. K. Fasteners: Factory-coated steel fasteners and metal or plastic plates complying with corrosion-resistance provisions in FM Global 4470, designed for fastening roofing to sub- strate, and acceptable to roofing system manufacturer. L. Miscellaneous Accessories: Provide pourable sealers, preformed cone and vent sheet flashings, preformed inside and outside corner sheet flashings, T-joint covers, lap seal- ants, termination reglets, and other accessories. M. Substrate Boards 1. Substrate Board: ASTM C 728, perlite board, 1 inch (25 mm) thick, seal coated. CORP2000479 07 54 23-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION THERMOPLASTIC-POLYOLEFIN ROOFING 2. Fasteners: Factory-coated steel fasteners and metal or plastic plates complying with corrosion-resistance provisions in FM Global 4470, designed for fastening substrate board to roof deck. N. Vapor Retarder 1. Self-Adhering-Sheet Vapor Retarder: Polyethylene film laminated to layer of butyl rubber adhesive, minimum 30-mil- (0.76-mm-) total thickness; maximum perme- ance rating of 0.1 perm (6 ng/Pa x s x sq. m); cold applied, with slip-resisting sur- face and release paper backing. Provide primer when recommended by vapor-re- tarder manufacturer. 0. Insulation 1. General: Preformed roof insulation boards manufactured or approved by TPO roof- ing manufacturer, selected from manufacturer's standard sizes suitable for applica- tion, of thicknesses indicated. 2. Composite Polyisocyanurate Board Insulation: ASTM C 1289, with factory-applied facing board on one major surface, as indicated below by type, and felt or glass- fiber mat facer on the other. a. Type V, oriented strand board facer, 7/16 inch (11 mm) thick. P. Insulation Accessories 1. General: Roof insulation accessories recommended by insulation manufacturer for intended use and compatibility with roofing. 2. Fasteners: Factory-coated steel fasteners and metal or plastic plates complying with corrosion-resistance provisions in FM Global 4470, designed for fastening roof insu- lation and cover boards to substrate, and acceptable to roofing system manufac- turer. 3. Insulation Adhesive: Insulation manufacturer's recommended adhesive formulated to attach roof insulation to substrate or to another insulation layer as follows: 4. Full-spread spray-applied, low-rise, two-component urethane adhesive. Q. Cover Board: DOC PS 2, Exposure 1, oriented strand board, 7/16 inch (11 mm) thick. R. Protection Mat: Woven or nonwoven polypropylene, polyolefin, or polyester fabric, water permeable and resistant to UV degradation, type and weight as recommended by roof- ing system manufacturer for application. PART 3 EXECUTION 3.01 DEMOLITION/PREPARATION A. Clean substrate of dust, debris, moisture, and other substances detrimental to roofing installation according to roofing system manufacturer's written instructions. Remove sharp projections. B. Prevent materials from entering and clogging roof drains and conductors and from spill- ing or migrating onto surfaces of other construction. Remove roof-drain plugs when no work is taking place or when rain is forecast. CORP2000479 07 54 23-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION THERMOPLASTIC-POLYOLEFIN ROOFING C. Install insulation strips according to acoustical roof deck manufacturer's written instruc- tions. 3.02 INSTALLATION A. Install roofing system according to roofing system manufacturer's written instructions. B. Complete terminations and base flashings and provide temporary seals to prevent water from entering completed sections of roofing system at the end of the workday or when rain is forecast. Remove and discard temporary seals before beginning work on adjoin- ing roofing. C. Substrate Board Installation 1. Install substrate board with long joints in continuous straight lines, perpendicular to roof slopes with end joints staggered between rows. Tightly butt substrate boards together. a. Fasten substrate board to deck to resist uplift pressure at corners, perimeter, and field of roof according to roofing system manufacturers' written instruc- tions. D. Vapor-Retarder Installation 1. Self-Adhering-Sheet Vapor Retarder: Prime substrate if required by manufacturer. Install self-adhering-sheet vapor retarder over area to receive vapor retarder, side and end lapping each sheet a minimum of 3-1/2 inches (90 mm) and 6 inches (150 mm), respectively. Seal laps by rolling. 2. Completely seal vapor retarder at terminations, obstructions, and penetrations to prevent air movement into roofing system. E. Insulation Installation 1. Coordinate installing roofing system components so insulation is not exposed to precipitation or left exposed at the end of the workday. 2. Comply with roofing system and insulation manufacturer's written instructions for installing roof insulation. 3. Install insulation under area of roofing to achieve required thickness. Where overall insulation thickness is 2.7 inches (68 mm) or greater, install two or more layers with joints of each succeeding layer staggered from joints of previous layer a minimum of 6 inches (150 mm) in each direction. a. Where installing composite and noncomposite insulation in two or more layers, install noncomposite board insulation for bottom layer and intermediate layers, if applicable, and install composite board insulation for top layer. 4. Trim surface of insulation where necessary at roof drains so completed surface is flush and does not restrict flow of water. 5. Install insulation with long joints of insulation in a continuous straight line with end joints staggered between rows, abutting edges and ends between boards. Fill gaps exceeding 1/4 inch (6 mm) with insulation. a. Cut and fit insulation within 1/4 inch (6 mm) of nailers, projections, and pene- trations. 6. Adhered Insulation: Install each layer of insulation and adhere to substrate as fol- lows: CORP2000479 07 54 23-8 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION THERMOPLASTIC-POLYOLEFIN ROOFING a. Prime surface of concrete deck with asphalt primer at rate of 3/4 gal./100 sq. ft. (0.3 L/sq. m), and allow primer to dry. b. Set each layer of insulation in a solid mopping of hot roofing asphalt, applied within plus or minus 25 deg F (14 deg C) of equiviscous temperature. 7. Mechanically Fastened and Adhered Insulation: Install each layer of insulation to deck using mechanical fasteners specifically designed and sized for fastening spec- ified board-type roof insulation to deck type. a. Fasten first layer of insulation to resist uplift pressure at corners, perimeter, and field of roof. b. Set each subsequent layer of insulation in a solid mopping of hot roofing as- phalt, applied within plus or minus 25 deg F (14 deg C) of equiviscous temper- ature. c. Set each subsequent layer of insulation in a uniform coverage of full-spread insulation adhesive, firmly pressing and maintaining insulation in place. F. Adhered Roofing Installation 1. Adhere roofing over area to receive roofing according to roofing system manufac- turer's written instructions. Unroll roofing and allow to relax before retaining. 2. Start installation of roofing in presence of roofing system manufacturer's technical personnel. 3. Accurately align roofing, and maintain uniform side and end laps of minimum di- mensions required by manufacturer. Stagger end laps. 4. Bonding Adhesive: Apply to substrate and underside of roofing at rate required by manufacturer, and allow to partially dry before installing roofing. Do not apply to splice area of roofing. 5. In addition to adhering, mechanically fasten roofing securely at terminations, pen- etrations, and perimeter of roofing. 6. Apply roofing with side laps shingled with slope of roof deck where possible. 7. Seams: Clean seam areas, overlap roofing, and hot-air weld side and end laps of roofing and sheet flashings according to manufacturer's written instructions, to en- sure a watertight seam installation. 8. Test lap edges with probe to verify seam weld continuity. Apply lap sealant to seal cut edges of sheet. 9. Verify field strength of seams a minimum of twice daily, and repair seam sample areas. 10. Repair tears, voids, and lapped seams in roofing that do not comply with require- ments. 11. Spread sealant bed over deck-drain flange at roof drains, and securely seal roofing in place with clamping ring. 12. Start installation of roofing in presence of roofing system manufacturer's technical personnel. 13. In-Seam Attachment: Secure one edge of TPO sheet using fastening plates or metal battens centered within seam, and mechanically fasten TPO sheet to roof deck. 14. Seams: Clean seam areas, overlap roofing, and hot-air weld side and end laps of roofing and sheet flashings according to manufacturer's written instructions to en- sure a watertight seam installation. a. Test lap edges with probe to verify seam weld continuity. Apply lap sealant to seal cut edges of sheet. CORP2000479 07 54 23-9 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION THERMOPLASTIC-POLYOLEFIN ROOFING b. Verify field strength of seams a minimum of twice daily, and repair seam sam- ple areas. c. Repair tears, voids, and lapped seams in roofing that do not comply with re- quirements. G. Base Flashing Installation 1. Install sheet flashings and preformed flashing accessories, and adhere to substrates according to roofing system manufacturer's written instructions. 2. Apply bonding adhesive to substrate and underside of sheet flashing at required rate, and allow to partially dry. Do not apply to seam area of flashing. 3. Flash penetrations and field-formed inside and outside corners with cured or un- cured sheet flashing. 4. Clean seam areas, overlap, and firmly roll sheet flashings into the adhesive. Hot-air weld side and end laps to ensure a watertight seam installation. 5. Terminate and seal top of sheet flashings and mechanically anchor to substrate through termination bars. 3.03 INSPECTION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements and other conditions affecting performance of the Work: 1. Verify that roof openings and penetrations are in place, curbs are set and braced, and roof-drain bodies are securely clamped in place. 2. Verify that wood blocking, curbs, and nailers are securely anchored to roof deck at penetrations and terminations and that nailers match thicknesses of insulation. 3. Verify that minimum concrete drying period recommended by roofing system man- ufacturer has passed. 4. Verify that concrete substrate is visibly dry and free of moisture. Test for capillary moisture by plastic sheet method according to ASTM D 4263. 5. Verify that concrete-curing compounds that will impair adhesion of roofing compo- nents to roof deck have been removed. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.04 FIELD TESTING A. Testing Agency: Owner will engage a qualified testing agency to inspect substrate con- ditions, surface preparation, membrane application, flashings, protection, and drainage components, and to furnish reports to Architect. B. Final Roof Inspection: Arrange for roofing system manufacturer's technical personnel to inspect roofing installation on completion. C. Repair or remove and replace components of roofing system where inspections indicate that they do not comply with specified requirements. D. Additional testing and inspecting, at Contractor's expense, will be performed to deter- mine if replaced or additional work complies with specified requirements. CORP2000479 07 54 23-10 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION THERMOPLASTIC-POLYOLEFIN ROOFING 3.05 CLEANING A. Protect roofing system from damage and wear during remainder of construction period. When remaining construction does not affect or endanger roofing, inspect roofing for deterioration and damage, describing its nature and extent in a written report, with copies to Architect and Owner. B. Correct deficiencies in or remove roofing system that does not comply with require- ments, repair substrates, and repair or reinstall roofing system to a condition free of damage and deterioration at time of Substantial Completion and according to warranty requirements. C. Clean overspray and spillage from adjacent construction using cleaning agents and pro- cedures recommended by manufacturer of affected construction. END OF SECTION CORP2000479 07 54 23-11 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION THERMOPLASTIC-POLYOLEFIN ROOFING *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** SECTION 07 62 00 SHEET METAL FLASHING AND TRIM PART 1 GENERAL 1.01 SCOPE OF WORK A. Section Includes: 1. Manufactured through-wall flashing. 1.02 RELATED WORK A. Division 07 —Thermal and Moisture Protection 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Con- ditions and the Contract Documents. B. Product Data: For each type of product. 1. Include construction details, material descriptions, dimensions of individual com- ponents and profiles, and finishes for each manufactured product and accessory. C. Shop Drawings: For sheet metal flashing and trim. 1. Include plans, elevations, sections, and attachment details. 2. Detail fabrication and installation layouts, expansion-joint locations, and keyed de- tails. Distinguish between shop- and field-assembled work. 3. Include identification of material, thickness, weight, and finish for each item and location in Project. 4. Include details for forming, including profiles, shapes, seams, and dimensions. 5. Include details for joining, supporting, and securing, including layout and spacing of fasteners, cleats, clips, and other attachments. Include pattern of seams. 6. Include details of termination points and assemblies. 7. Include details of special conditions. 8. Include details of connections to adjoining work. 9. Detail formed flashing and trim at scale of not less than 3 inches per 12 inches. D. Samples for Verification: For each type of exposed finish. 1. Sheet Metal Flashing: 6 inches long by actual width of unit, including finished seam and in required profile. 2. Unit-Type Accessories and Miscellaneous Materials: Full-size Sample. E. Informational Submittals 1. Qualification Data: For fabricator. 2. Product Test Reports: For each product, for tests performed by a qualified testing agency. 3. Sample Warranty: For special warranty. CORP2000479 07 62 00-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SHEET METAL FLASHING AND TRIM F. Closeout Submittals 1. Maintenance Data: For sheet metal flashing and trim, and its accessories, to in- clude in maintenance manuals. 1.04 REFERENCE STANDARDS (NOT USED) 1.05 QUALITY ASSURANCE A. Fabricator Qualifications: Employs skilled workers who custom fabricate sheet metal flashing and trim similar to that required for this Project and whose products have a record of successful in-service performance. 1.06 SYSTEM DESCRIPTION/ DESIGN REQUIREMENTS A. General: Sheet metal flashing and trim assemblies shall withstand wind loads, struc- tural movement, thermally induced movement, and exposure to weather without fail- ure due to defective manufacture, fabrication, installation, or other defects in con- struction. Completed sheet metal flashing and trim shall not rattle, leak, or loosen, and shall remain watertight. B. Sheet Metal Standard for Flashing and Trim: Comply with "Architectural Sheet Metal Manual" requirements for dimensions and profiles shown unless more stringent re- quirements are indicated. C. Thermal Movements: Allow for thermal movements from ambient and surface temper- ature changes to prevent buckling, opening of joints, overstressing of components, failure of joint sealants, failure of connections, and other detrimental effects. Base cal- culations on surface temperatures of materials due to both solar heat gain and nighttime-sky heat loss. 1. Temperature Change: 180 deg F, material surfaces. 1.07 DELIVERY, HANDLING AND STORAGE A. Do not store sheet metal flashing and trim materials in contact with other materials that might cause staining, denting, or other surface damage. Store sheet metal flash- ing and trim materials away from uncured concrete and masonry. B. Protect strippable protective covering on sheet metal flashing and trim from exposure to sunlight and high humidity, except to extent necessary for period of sheet metal flashing and trim installation. 1.08 MAINTENANCE/ SPARE PARTS (NOT USED) 1.09 EXTENDED WARRANTY (NOT USED) 1.10 COORDINATION A. Coordinate sheet metal flashing and trim layout and seams with sizes and locations of penetrations to be flashed, and joints and seams in adjacent materials. CORP2000479 07 62 00-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SHEET METAL FLASHING AND TRIM B. Coordinate sheet metal flashing and trim installation with adjoining roofing and wall materials, joints, and seams to provide leak-proof, secure, and noncorrosive installa- tion. 1.11 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Project site. 1. Review construction schedule. Verify availability of materials, Installer's personnel, equipment, and facilities needed to make progress and avoid delays. 2. Review condition of other construction that affect sheet metal flashing and trim. 3. Review requirements for insurance and certificates if applicable. 4. Review sheet metal flashing observation and repair procedures after flashing in- stallation. PART 2 PRODUCTS 2.01 MATERIALS A. General: Provide materials and types of fasteners, solder, protective coatings, seal- ants, and other miscellaneous items as required for complete sheet metal flashing and trim installation and as recommended by manufacturer of primary sheet metal or manufactured item unless otherwise indicated. B. Solder: 1. For Stainless Steel: ASTM B 32, Grade Sn60, with acid flux of type recommended by stainless-steel sheet manufacturer. C. Sealant Tape: Pressure-sensitive, 100 percent solids, polyisobutylene compound seal- ant tape with release-paper backing. Provide permanently elastic, nonsag, nontoxic, nonstaining tape 1/2 inch wide and 1/8 inch thick. D. Elastomeric Sealant: ASTM C 920, elastomeric polyurethane polymer sealant; of type, grade, class, and use classifications required to seal joints in sheet metal flashing and trim and remain watertight. E. Butyl Sealant: ASTM C 1311, single-component, solvent-release butyl rubber sealant; polyisobutylene plasticized; heavy bodied for hooked-type expansion joints with limited movement. F. Epoxy Seam Sealer: Two-part, noncorrosive, aluminum seam-cementing compound, recommended by aluminum manufacturer for exterior nonmoving joints, including riv- eted joints. G. Bituminous Coating: Cold-applied asphalt emulsion according to ASTM D 1187. H. Asphalt Roofing Cement: ASTM D 4586, asbestos free, of consistency required for ap- plication. I. Sheet Metals CORP2000479 07 62 00-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SHEET METAL FLASHING AND TRIM J. Stainless-Steel Sheet: ASTM A 240/A 240M or ASTM A 666, Type 304, dead soft, fully annealed; with smooth, flat surface. 1. Finish: 2D (dull, cold rolled) K. MANUFACTURED SHEET METAL FLASHING AND TRIM 1. Through-Wall, Ribbed, Sheet Metal Flashing: Manufacture through-wall sheet metal flashing for embedment in masonry, with ribs at 3-inch intervals along length of flashing to provide integral mortar bond. 2. Stainless Steel: 0.016 inch thick. a. Manufacturers: Subject to compliance with requirements, provide products by one of the following: (i) Cheney Flashing Company. (ii) Hohmann & Barnard, Inc. (iii) Keystone Flashing Company, Inc. (iv) Sandell Manufacturing Co., Inc. 2.02 FABRICATION A. General: Custom fabricate sheet metal flashing and trim to comply with details shown and recommendations in cited sheet metal standard that apply to design, dimensions, geometry, metal thickness, and other characteristics of item required. Fabricate sheet metal flashing and trim in shop to greatest extent possible. 1. Fabricate sheet metal flashing and trim in thickness or weight needed to comply with performance requirements, but not less than that specified for each applica- tion and metal. 2. Obtain field measurements for accurate fit before shop fabrication. 3. Form sheet metal flashing and trim to fit substrates without excessive oil canning, buckling, and tool marks; true to line, levels, and slopes; and with exposed edges folded back to form hems. 4. Conceal fasteners and expansion provisions where possible. Do not use exposed fasteners on faces exposed to view. B. Fabrication Tolerances: Fabricate sheet metal flashing and trim that is capable of in- stallation to a tolerance of 1/4 inch in 20 feet on slope and location lines indicated on Drawings and within 1/8-inch offset of adjoining faces and of alignment of matching profiles. C. Expansion Provisions: Form metal for thermal expansion of exposed flashing and trim. 1. Form expansion joints of intermeshing hooked flanges, not less than 1 inch deep, filled with butyl sealant concealed within joints. 2. Use lapped expansion joints only where indicated on Drawings. D. Sealant Joints: Where movable, non-expansion-type joints are required, form metal to provide for proper installation of elastomeric sealant according to cited sheet metal standard. CORP2000479 07 62 00-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SHEET METAL FLASHING AND TRIM E. Seams: Fabricate nonmoving seams with flat-lock seams. Tin edges to be seamed, form seams, and solder. F. Do not use graphite pencils to mark metal surfaces. 2.03 WALL SHEET METAL FABRICATIONS A. Through-Wall Flashing: Fabricate continuous flashings in minimum 96-inch- long, but not exceeding 12-foot- long, sections at shelf angles. Fabricate discontinuous lintel, sill, and similar flashings to extend 6 inches beyond each side of wall openings; and form with 2-inch- high, end dams. Fabricate from the following materials: 1. Stainless Steel: 0.016 inch thick. PART 3 EXECUTION 3.01 INSTALLATION A. General: Anchor sheet metal flashing and trim and other components of the Work se- curely in place, with provisions for thermal and structural movement. Use fasten- ers, solder, protective coatings, separators, sealants, and other miscellaneous items as required to complete sheet metal flashing and trim system. 1. Install sheet metal flashing and trim true to line, levels, and slopes. Provide uni- form, neat seams with minimum exposure of solder, welds, and sealant. 2. Install sheet metal flashing and trim to fit substrates and to result in watertight performance. Verify shapes and dimensions of surfaces to be covered before fab- ricating sheet metal. 3. Install exposed sheet metal flashing and trim with limited oil canning, and free of buckling and tool marks. 4. Torch cutting of sheet metal flashing and trim is not permitted. 5. Do not use graphite pencils to mark metal surfaces. B. Metal Protection: Where dissimilar metals contact each other, or where metal contacts pressure-treated wood or other corrosive substrates, protect against galvanic action or corrosion by painting contact surfaces with bituminous coating or by other permanent separation as recommended by sheet metal manufacturer or cited sheet metal stand- ard. 1. Coat concealed side of stainless-steel sheet metal flashing and trim with bitumi- nous coating where flashing and trim contact wood, ferrous metal, or cementi- tious construction. 2. Underlayment: Where installing sheet metal flashing and trim directly on cementi- tious, install underlayment and cover with slip sheet. C. Expansion Provisions: Provide for thermal expansion of exposed flashing and trim. Space movement joints at maximum of 10 feet with no joints within 24 inches of cor- ner or intersection. 1. Form expansion joints of intermeshing hooked flanges, not less than 1 inch deep, filled with sealant concealed within joints. 2. Use lapped expansion joints only where indicated on Drawings. CORP2000479 07 62 00-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SHEET METAL FLASHING AND TRIM D. Seal joints as required for watertight construction. 1. Use sealant-filled joints unless otherwise indicated. Embed hooked flanges of joint members not less than 1 inch into sealant. Form joints to completely conceal sealant. When ambient temperature at time of installation is between 40 and 70 deg F, set joint members for 50 percent movement each way. Adjust setting pro- portionately for installation at higher ambient temperatures. Do not install sealant- type joints at temperatures below 40 deg F. 2. Prepare joints and apply sealants to comply with requirements in Section 07 92 00 —Joint Sealants. E. Soldered Joints: Clean surfaces to be soldered, removing oils and foreign matter. Pre- tin edges of sheets with solder to width of 1-1/2 inches; however, reduce pre-tinning where pre-tinned surface would show in completed Work. 1. Do not use torches for soldering. 2. Heat surfaces to receive solder, and flow solder into joint. Fill joint completely. Completely remove flux and spatter from exposed surfaces. 3. Stainless-Steel Soldering: Tin edges of uncoated sheets, using solder for stainless steel and acid flux. Promptly remove acid flux residue from metal after tinning and soldering. Comply with solder manufacturer's recommended methods for cleaning and neutralization. F. WALL FLASHING INSTALLATION 1. General: Install sheet metal wall flashing to intercept and exclude penetrating moisture according to cited sheet metal standard unless otherwise indicated. Co- ordinate installation of wall flashing with installation of wall-opening components such as doors, and louvers. 3.02 CLEANING A. Clean exposed metal surfaces of substances that interfere with uniform oxidation and weathering. B. Clean and neutralize flux materials. Clean off excess solder. C. Clean off excess sealants. D. Remove temporary protective coverings and strippable films as sheet metal flashing and trim are installed unless otherwise indicated in manufacturer's written installation instructions. On completion of sheet metal flashing and trim installation, remove un- used materials and clean finished surfaces as recommended by sheet metal flashing and trim manufacturer. Maintain sheet metal flashing and trim in clean condition dur- ing construction. E. Replace sheet metal flashing and trim that have been damaged or that have deterio- rated beyond successful repair by finish touchup or similar minor repair procedures. CORP2000479 07 62 00-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SHEET METAL FLASHING AND TRIM 3.03 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances, substrate, and other conditions affecting per- formance of the Work. 1. Verify compliance with requirements for installation tolerances of substrates. 2. Verify that substrate is sound, dry, smooth, clean, sloped for drainage, and se- curely anchored. 3. Verify that air- or water-resistant barriers have been installed over backing sub- strate to prevent air infiltration or water penetration. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.04 ERECTION TOLERANCES A. Installation Tolerances: Shim and align sheet metal flashing and trim within installed tolerance of 1/4 inch in 20 feet on slope and location lines indicated on Drawings and within 1/8-inch offset of adjoining faces and of alignment of matching profiles. END OF SECTION CORP2000479 07 62 00-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SHEET METAL FLASHING AND TRIM *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** SECTION 07 7100 ROOF SPECIALTIES PART 1 GENERAL 1.01 SCOPE OF WORK A. Section Includes: 1. Copings. 2. Roof-edge drainage systems. 3. Reglets and counterflashings. B. Preinstallation Conference: Conduct conference at Project site. 1. Meet with Owner, Owner's Representative, Owner's insurer if applicable, roofing- system testing and inspecting agency representative, roofing Installer, roofing- system manufacturer's representative, Installer, structural-support Installer, and installers whose work interfaces with or affects roof specialties, including installers of roofing materials and accessories. 2. Examine substrate conditions for compliance with requirements, including flatness and attachment to structural members. 3. Review special roof details, roof drainage, and condition of other construction that will affect roof specialties. 1.02 RELATED WORK A. Division 07 —Thermal and Moisture Protection 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Con- ditions and the Contract Documents. B. Shop Drawings Shop Drawings: For roof specialties. 1. Include plans, elevations, expansion-joint locations, keyed details, and attach- ments to other work. Distinguish between plant- and field-assembled work. 2. Include details for expansion and contraction; locations of expansion joints, in- cluding direction of expansion and contraction. 3. Indicate profile and pattern of seams and layout of fasteners, cleats, clips, and other attachments. 4. Detail termination points and assemblies, including fixed points. 5. Include details of special conditions. C. Samples: For each type of roof specialty and for each color and texture specified. D. Samples for Initial Selection: For each type of roof specialty indicated with factory- applied color finishes. E. Samples for Verification: CORP2000479 0771 00-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ROOF SPECIALTIES 1. Include Samples of each type of roof specialty to verify finish and color selection, in manufacturer's standard sizes. F. Certifications and Shop Tests G. Operations Maintenance Manuals H. Product Data: For each type of product. 1. Include construction details, material descriptions, dimensions of individual com- ponents and profiles, and finishes. I. Informational Submittals 1. Qualification Data: For manufacturer. 2. Product Certificates: For each type of roof specialty. 3. Product Test Reports: For copings, for tests performed by a qualified testing agency. 4. Sample Warranty: For manufacturer's special warranty. J. Closeout Submittal 1. Maintenance Data: For roofing specialties to include in maintenance manuals 1.04 REFERENCE STANDARDS (NOT USED) 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications: A qualified manufacturer offering products meeting re- quirements that are FM Approvals listed for specified class. 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE A. Do not store roof specialties in contact with other materials that might cause staining, denting, or other surface damage. Store roof specialties away from uncured concrete and masonry. B. Protect strippable protective covering on roof specialties from exposure to sunlight and high humidity, except to extent necessary for the period of roof-specialty installation. 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 WARRANTY/EXTENDED WARRANTY A. Roofing-System Warranty: Roof specialties are included in warranty provisions in Sec- tion 07 54 23 — Thermoplastic Polyolefin (TPO) Roofing. 1.10 FIELD CONDITIONS A. Field Measurements: Verify profiles and tolerances of roof-specialty substrates by field measurements before fabrication, and indicate measurements on Shop Drawings. CORP2000479 0771 00-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ROOF SPECIALTIES B. Coordination: Coordinate roof specialties with flashing, trim, and construction of para- pets, roof deck, roof and wall panels, and other adjoining work to provide a leakproof, secure, and noncorrosive installation. PART 2 PRODUCTS 2.01 MATERIALS A. Copings 1. Metal Copings: Manufactured coping system consisting of metal coping cap in sec- tion lengths not exceeding 12 feet, concealed anchorage; with corner units, end cap units, and concealed splice plates with finish matching coping caps. a. Manufacturers: Subject to compliance with requirements, provide products by one of the following: b. Architectural Products Company. c. Cheney Flashing Company. d. Hickman Company, W. P. e. Merchant & Evans Inc. f. Petersen Aluminum Corporation. 2. Formed Aluminum Sheet Coping Caps: Aluminum sheet, 0.063 inch thick. a. Surface: Smooth, flat finish. b. Finish: Three-coat fluoropolymer. c. Color: As selected by Engineer/Architect from manufacturer's full range. 3. Corners: Factory mitered and continuously welded. 4. Coping-Cap Attachment Method: Snap-on or face leg hooked to continuous cleat with back leg fastener exposed, fabricated from coping-cap material. a. Snap-on Coping Anchor Plates: Concealed, galvanized-steel sheet, 12 inches wide, with integral cleats. b. Face-Leg Cleats: Concealed, continuous stainless steel. B. Reglets and Counterf lashings 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Cheney Flashing Company. b. Fry Reglet Corporation. c. Heckmann Building Products, Inc. d. Hickman Company, W. P. e. Keystone Flashing Company, Inc. f. Metal-Fab Manufacturing, LLC. 2. Reglets: Manufactured units formed to provide secure interlocking of separate reglet and counterflashing pieces, from the following exposed metal: a. Stainless Steel: 0.025 inch thick. b. Corners: Factory mitered and continuously welded. CORP2000479 0771 00-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ROOF SPECIALTIES c. Surface-Mounted Type: Provide reglets with slotted holes for fastening to substrate, with neoprene or other suitable weatherproofing washers, and with channel for sealant at top edge. C. Counterflashings: Manufactured units of heights to overlap top edges of base flashings by 4 inches and in lengths not exceeding 12 feet designed to snap into reglets or through-wall-flashing receiver and compress against base flashings with joints lapped, from the following exposed metal: 1. Stainless Steel: 0.025 inch thick. D. Accessories: 1. Flexible-Flashing Retainer: Provide resilient plastic or rubber accessory to se- cure flexible flashing in reglet where clearance does not permit use of standard metal counterflashing or where reglet is provided separate from metal counter- flashing. 2. Counterflashing Wind-Restraint Clips: Provide clips to be installed before coun- terflashing to prevent wind uplift of counterflashing lower edge. E. Stainless-Steel Finish: No. 2B (bright, cold rolled, unpolished). F. Miscellaneous Materials 1. Fasteners: Manufacturer's recommended fasteners, suitable for application and designed to meet performance requirements. Furnish the following unless other- wise indicated: a. Exposed Penetrating Fasteners: Gasketed screws with hex washer heads matching color of sheet metal. b. Fasteners for Stainless-Steel Sheet: Series 300 stainless steel. 2. Elastomeric Sealant: ASTM C 920, elastomeric polyurethane polymer sealant of type, grade, class, and use classifications required by roofing-specialty manufac- turer for each application. 3. Butyl Sealant: ASTM C 1311, single-component, solvent-release butyl rubber seal- ant; polyisobutylene plasticized; heavy bodied for hooked-type joints with limited movement. 4. Bituminous Coating: Cold-applied asphalt emulsion complying with ASTM D 1187/D 1187M. 5. Asphalt Roofing Cement: ASTM D 4586, asbestos free, of consistency required for application. 2.02 FABRICATIONS A. Stainless-Steel Sheet: ASTM A 240/A 240M or ASTM A 666, Type 304. 2.03 PERFORMANCE REQUIREMENTS A. General Performance: Roof specialties shall withstand exposure to weather and resist thermally induced movement without failure, rattling, leaking, or fastener disengage- ment due to defective manufacture, fabrication, installation, or other defects in con- struction. CORP2000479 0771 00-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ROOF SPECIALTIES B. FM Approvals' Listing: Manufacture and install copings that are listed in FM Approvals' "RoofNav" and approved for windstorm classification, Class 1-90. Identify materials with FM Approvals' markings. C. Thermal Movements: Allow for thermal movements from ambient and surface temper- ature changes to prevent buckling, opening of joints, hole elongation, overstressing of components, failure of joint sealants, failure of connections, and other detrimental ef- fects. Provide clips that resist rotation and avoid shear stress as a result of thermal movements. Base calculations on surface temperatures of materials due to both solar heat gain and nighttime-sky heat loss. 1. Temperature Change (Range): 120 deg F, ambient; 180 deg F, material surfaces. PART 3 EXECUTION 3.01 DEMOLITION/PREPARATION A. Examine substrates, areas, and conditions, with Installer present, to verify actual loca- tions, dimensions, and other conditions affecting performance of the Work. B. Examine walls, roof edges, and parapets for suitable conditions for roof specialties. C. Verify that substrate is sound, dry, smooth, and clean, sloped for drainage where ap- plicable, and securely anchored. D. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. General: Install roof specialties according to manufacturer's written instructions. An- chor roof specialties securely in place, with provisions for thermal and structural movement. Use fasteners, solder, protective coatings, separators, underlayments, sealants, and other miscellaneous items as required to complete roof-specialty sys- tems. 1. Install roof specialties level, plumb, true to line and elevation; with limited oil- canning and without warping, jogs in alignment, buckling, or tool marks. 2. Provide uniform, neat seams with minimum exposure of solder and sealant. 3. Install roof specialties to fit substrates and to result in weathertight performance. Verify shapes and dimensions of surfaces to be covered before manufacture. 4. Torch cutting of roof specialties is not permitted. 5. Do not use graphite pencils to mark metal surfaces. B. Metal Protection: Protect metals against galvanic action by separating dissimilar metals from contact with each other or with corrosive substrates by painting contact surfaces with bituminous coating or by other permanent separation as recommended by manu- facturer. 1. Coat concealed side of uncoated aluminum and stainless-steel roof specialties with bituminous coating where in contact with wood, ferrous metal, or cementitious construction. CORP2000479 07 71 00-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ROOF SPECIALTIES 2. Bed flanges in thick coat of asphalt roofing cement where required by manufac- turers of roof specialties for waterproof performance. C. Expansion Provisions: Allow for thermal expansion of exposed roof specialties. 1. Space movement joints at a maximum of 12 feet with no joints within 18 inches of corners or intersections unless otherwise indicated on Drawings. 2. When ambient temperature at time of installation is between 40 and 70 deg F, set joint members for 50 percent movement each way. Adjust setting proportionately for installation at higher ambient temperatures. D. Fastener Sizes: Use fasteners of sizes that penetrate substrate not less than recom- mended by fastener manufacturer to achieve maximum pull-out resistance. E. Seal concealed joints with butyl sealant as required by roofing-specialty manufacturer. F. Seal joints as required for weathertight construction. Place sealant to be completely concealed in joint. Do not install sealants at temperatures below 40 deg F. G. Soldered Joints: Clean surfaces to be soldered, removing oils and foreign matter. Pre- tin edges of sheets to be soldered to a width of 1-1/2 inches; however, reduce pre- tinning where pre-tinned surface would show in completed Work. Tin edges of un- coated copper sheets using solder for copper. Do not use torches for soldering. Heat surfaces to receive solder and flow solder into joint. Fill joint completely. Completely remove flux and spatter from exposed surfaces. H. Coping and Gutter Installation 1. Install cleats, anchor plates, and other anchoring and attachment accessories and devices with concealed fasteners. 2. Anchor copings and gutters with manufacturer's required devices, fasteners, and fastener spacing to meet performance requirements. a. Interlock face and back leg drip edges of snap-on coping cap into cleated an- chor plates anchored to substrate at 30-inch centers I. Reglet and counterflashing Installation 1. General: Coordinate installation of reglets and counterflashings with installation of base flashings. 2. Surface-Mounted Reglets: Install reglets to receive flashings where flashing with- out embedded reglets is indicated on Drawings. Install at height so that inserted counterflashings overlap 4 inches over top edge of base flashings. 3. Counterflashings: Insert counterflashings into reglets or other indicated receivers; ensure that counterflashings overlap 4 inches over top edge of base flashings. Lap counten°lashing joints a minimum of 4 inches and bed with butyl sealant. Fit coun- terflashings tightly to base flashings. 3.03 FIELD PAINTING A. Finishes CORP2000479 0771 00-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ROOF SPECIALTIES 1. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Prod- ucts" for recommendations for applying and designating finishes. 2. Protect mechanical and painted finishes on exposed surfaces from damage by ap- plying a strippable, temporary protective covering before shipping. 3. Appearance of Finished Work: Noticeable variations in same piece are unaccepta- ble. Variations in appearance of adjoining components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. 4. Coil-Coated Aluminum Sheet Finishes: a. High-Performance Organic Finish: Prepare, pretreat, and apply coating to ex- posed metal surfaces to comply with coating and resin manufacturers' written instructions. Color to be brown, subject to Owner's approval, to match adja- cent buildings. (i) Three-Coat Fluoropolymer: AAMA 2605. Fluoropolymer finish containing not less than 70 percent PVDF resin by weight in both color coat and clear topcoat. Prepare, pretreat, and apply coating to exposed metal sur- faces to comply with coating and resin manufacturers' written instruc- tions. (ii) Concealed Surface Finish: Apply pretreatment and manufacturer's stand- ard acrylic or polyester backer finish consisting of prime coat and wash coat with a minimum total dry film thickness of 0.5 mil. 3.04 CLEANING AND PROTECTION A. Clean exposed metal surfaces of substances that interfere with uniform oxidation and weathering. B. Clean and neutralize flux materials. Clean off excess solder and sealants. C. Remove temporary protective coverings and strippable films as roof specialties are in- stalled. On completion of installation, clean finished surfaces, including removing un- used fasteners, metal filings, pop rivet stems, and pieces of flashing. Maintain roof specialties in a clean condition during construction. D. Replace roof specialties that have been damaged or that cannot be successfully re- paired by finish touchup or similar minor repair procedures. END OF SECTION CORP2000479 0771 00-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ROOF SPECIALTIES *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** SECTION 07 92 00 JOINT SEALANTS PART 1 GENERAL 1.01 SCOPE OF WORK A. Section includes: 1. Silicone joint sealants. 2. Urethane joint sealants. 3. Latex joint sealants. 4. Preformed joint sealants. 5. Acoustical joint sealants. 1.02 RELATED WORK (NOT USED) 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. 1. Manufacturer's product and application data of all materials specified in original form. Photocopies, facsimiles, etc. will not be accepted. B. Product Data: Provide data indicating sealant chemical characteristics. C. Samples: Submit two samples, 1/2 x 6 inch in size illustrating sealant colors for selection. D. Manufacturer's Installation Instructions: Indicate special procedures. E. Joint-Sealant Schedule: Include the following information: 1. Joint-sealant application, joint location, and designation. 2. Joint-sealant manufacturer and product name. 3. Joint-sealant formulation. 4. Joint-sealant color. F. Product test reports. G. Preconstruction compatibility and adhesion test reports. H. Preconstruction field-adhesion test reports. I. Field-adhesion test reports. J. Warranties CORP2000479 07 92 00-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION JOINT SEALANTS 1.04 REFERENCE STANDARDS (NOT USED) 1.05 QUALITY ASSURANCE A. Maintain one copy of each referenced document covering installation requirements on site. B. Manufacturer Qualifications: Company specializing in manufacturing the Products specified in this section with minimum fifteen years documented experience. C. Applicator Qualifications 1. Company specializing in performing the work of this section with minimum ten years experience. 2. Applicators shall provide written documentation as licensed and approved by the respective manufacture to install each specified system. 1.06 SYSTEM DESCRIPTION/ DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE (NOT USED) 1.08 MAINTENANCE/ SPARE PARTS (NOT USED) 1.09 EXTENDED WARRANTY A. See Section 01 70 00 — Execution and Closeout Requirements, for additional warranty requirements. B. Correct defective work within a five-year period after Date of Substantial Completion. C. Special Installer's Warranty: Manufacturer's standard form in which Installer agrees to repair or replace joint sealants that do not comply with performance and other requirements specified in this Section within specified warranty period. 1. Warranty Period: Two years from date of Substantial Completion. D. Special Manufacturer's Warranty: Manufacturer's standard form in which joint-sealant manufacturer agrees to furnish joint sealants to repair or replace those that do not comply with performance and other requirements specified in this Section within specified warranty period. 1. Warranty Period: two years from date of Substantial Completion. PART 2 PRODUCTS 2.01 MATERIALS A. Primer: Material recommended by joint-sealant manufacturer where required for adhesion of sealant to joint substrates indicated, as determined from preconstruction joint-sealant-substrate tests and field tests. B. Cleaners for Nonporous Surfaces: Chemical cleaners acceptable to manufacturers of sealants and sealant backing materials. CORP2000479 07 92 00-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION JOINT SEALANTS C. Masking Tape: Nonstaining, nonabsorbent material compatible with joint sealants and surfaces adjacent to joints. 2.02 FABRICATION A. Basis-of-Design Product: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include the following basis of design: 2.03 SILICONE JOINT SEALANTS A. Mildew Resistant, Neutral Curing Silicone Joint Sealant 1. Basis-of-Design Product: Subject to compliance with requirements, provide comparable product by one of the following: a. Dow Corning Corp: 756 SMS — www.dowcorning.com b. GE Silicones - Silicone II c. Pecora Corporation d. Sika Corporation e. Sonneborn Building Products, ChemRex, Inc.: www.chemrex.com f. Tremco Incorporated 2. Characteristics a. Type: Single component b. Grade: Nonsag c. Class: 100/50 d. Uses related to exposure: Non-traffic (NT) 2.03 URETHANE JOINT SEALANTS B. Urethane Joint Sealants: ASTM C920 1. Basis-of-Design Product: Subject to compliance with requirements, provide comparable product by one of the following a. Pecora Corporation: www.pecora.com. b. Sika Corporation c. Sonneborn Building Products, ChemRex, Inc.: www.chemrex.com d. Tremco, Inc.: www.tremcosealants.com 2. Characteristics a. Type: Single component b. Grade: Nonsag c. Class: 100/50 d. Uses related to exposure: Non-traffic (NT) 2.04 LATEX JOINT SEALANTS A. Latex Joint Sealants: Acrylic latex or siliconized acrylic latex, ASTM C 834, Type OP, Grade NF. 1. Basis-of-Design Product: Subject to compliance with requirements, provide comparable product by one of the following a. Pecora Corporation: www.pecora.com. CORP2000479 07 92 00-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION JOINT SEALANTS b. Sonneborn Building Products, ChemRex, Inc.: www.chemrex.com. c. Tremco, Inc.: www.tremcosealants.com. 2.05 PREFORMED JOINT SEALANTS: A. Preformed Foam Joint Sealant: Manufacturer's standard preformed, pre-compressed, open-cell foam sealant manufactured from urethane foam with minimum density of 10 Ib. /cu. ft. and impregnated with a nondrying, water-repellent agent. Factory produced in precompressed sizes in roll or stick form to fit joint widths indicated; coated on one side with a pressure-sensitive adhesive and covered with protective wrapping. 1. Basis-of-Design Product: Subject to compliance with requirements, provide comparable product by one of the following a. Emseal Joint Systems, Ltd: www.emseal.com (i) DSM System b. Illinois Products Corporation www.illinoisproducts.com 2.06 JOINT SEALANT BACKING A. Cylindrical Sealant Backings: ASTM C 1330, products approved in writing by joint-sealant manufacturer for joint application indicated, and of size and density to control sealant depth and otherwise contribute to producing optimum sealant performance B. Bond-Breaker Tape: Polyethylene tape or other plastic tape recommended by sealant manufacturer. PART 3 EXECUTION 3.01 DEMOLITION/ PREPARATION A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to comply with joint-sealant manufacturer's written instructions. 1. Remove laitance and form-release agents from concrete. 2. Clean nonporous joint substrate surfaces with chemical cleaners or other means that do not stain, harm substrates, or leave residues capable of interfering with adhesion of joint sealants. B. Joint Priming: Prime joint substrates where recommended by joint-sealant manufacturer or as indicated by preconstruction joint-sealant-substrate tests or prior experience. Apply primer to comply with joint-sealant manufacturer's written instructions. Confine primers to areas of joint-sealant bond; do not allow spillage or migration onto adjoining surfaces. C. Masking Tape: Use masking tape where required to prevent contact of sealant or primer with adjoining surfaces that otherwise would be permanently stained or damaged by such contact or by cleaning methods required to remove sealant smears. Remove tape immediately after tooling without disturbing joint seal. CORP2000479 07 92 00-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION JOINT SEALANTS 3.02 INSTALLATION A. Sealant Installation Standard: Comply with recommendations in ASTM C 1193 for use of joint sealants as applicable to materials, applications, and conditions indicated. B. Install sealant backings of kind indicated to support sealants during application and at position required to produce cross-sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability. 1. Do not leave gaps between ends of sealant backings. 2. Do not stretch, twist, puncture, or tear sealant backings. 3. Remove absorbent sealant backings that have become wet before sealant application and replace them with dry materials. C. Install bond-breaker tape behind sealants where sealant backings are not used between sealants and backs of joints. D. Install sealants using proven techniques that comply with the following and at the same time backings are installed: 1. Place sealants so they directly contact and fully wet joint substrates. 2. Completely fill recesses in each joint configuration. 3. Produce uniform, cross-sectional shapes and depths relative to joint widths that allow optimum sealant movement capability. E. Tooling of Nonsag Sealants: Immediately after sealant application and before skinning or curing begins, tool sealants according to requirements specified in subparagraphs below to form smooth, uniform beads of configuration indicated; to eliminate air pockets; and to ensure contact and adhesion of sealant with sides of joint. 1. Remove excess sealant from surfaces adjacent to joints. 2. Use tooling agents that are approved in writing by sealant manufacturer and that do not discolor sealants or adjacent surfaces. 3. Provide concave joint profile per Figure 8A in ASTM C 1193, unless otherwise indicated. F. Acoustical Sealant Installation: Comply with ASTM C 919 and with manufacturer's written recommendations. G. Clean off excess sealant or sealant smears adjacent to joints as the Work progresses by methods and with cleaning materials approved in writing by manufacturers of joint sealants and of products in which joints occur. 3.03 INSPECTION A. Verify that substrate surfaces are ready to receive work. B. Verify that joint backing and release tapes are compatible with sealant. CORP2000479 07 92 00-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION JOINT SEALANTS 3.04 FIELD TESTING A. Field-Adhesion Testing: Field test joint-sealant adhesion to joint substrates to be performed by Owners Materials Testing Agent. 1. Test Method: Test joint sealants according to Method A, Field-Applied Sealant Joint Hand Pull Tab, in Appendix X1 in ASTM C 1193 or Method A, Tail Procedure, in ASTM C 1521. B. Evaluation of Field-Adhesion Test Results: Sealants not evidencing adhesive failure from testing or noncompliance with other indicated requirements will be considered satisfactory. Remove sealants that fail to adhere to joint substrates during testing or to comply with other requirements. Retest failed applications until test results prove sealants comply with indicated requirements. 3.05 JOINT-SEALANT SCHEDULE A. Joint-Sealant Application: Exterior joints in horizontal traffic surfaces JS-1. 1. Joint Locations: a. Control and expansion joints in brick pavers. b. Isolation and contraction joints in cast-in-place concrete slabs. c. Joints between plant-precast architectural concrete paving units. d. Joints in stone paving units, including steps. e. Tile control and expansion joints. f. Joints between different materials listed above. g. Joint Sealant: Urethane. B. Joint-Sealant Application: Exterior joints in vertical surfaces and horizontal non-traffic surfaces JS-2. 1. Joint Locations: a. Construction joints in cast-in-place concrete. b. Joints between plant-precast architectural concrete units. c. Control and expansion joints in unit masonry. d. Joints in dimension stone cladding. e. Joints in glass unit masonry assemblies. f. Joints in exterior insulation and finish systems. g. Joints between metal panels. h. Joints between different materials listed above. i. Perimeter joints between materials listed above and frames of openings in walls. j. Control and expansion joints in overhead surfaces. 2. Joint Sealant: Urethane. 3. Joint-Sealant Color: As selected by Owner's representative from manufacturer's full range of colors. C. Joint-Sealant Application: Interior joints in horizontal traffic surfaces JS-3. 1. Joint Locations: CORP2000479 07 92 00-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION JOINT SEALANTS a. Isolation joints in cast-in-place concrete slabs. b. Control and expansion joints in stone flooring. c. Control and expansion joints in brick flooring. d. Control and expansion joints in tile flooring. 2. Joint Sealant: Urethane. 3. Joint-Sealant Color: As selected by Owner's representative from manufacturer's full range of colors. D. Joint-Sealant Application: Interior joints in vertical surfaces and horizontal non-traffic surfaces JS-4. 1. Joint Locations: a. Control and expansion joints on exposed interior surfaces of exterior walls. b. Perimeter joints of exterior openings where indicated. c. Tile control and expansion joints. d. Vertical joints on exposed surfaces of interior unit masonry, concrete, walls, and partitions. e. Joints on underside of plant-precast structural concrete beams and slabs. f. Perimeter joints between interior wall surfaces and frames of interior doors, openings, and elevator entrances. 2. Joint Sealant: Latex. 3. Joint-Sealant Color: As selected by Owner's representative from manufacturer's full range of colors E. Joint-Sealant Application: Mildew-resistant interior joints in vertical surfaces and horizontal nontraffic surfaces JS-5. 1. Joint Sealant Location: a. Joints between plumbing fixtures and adjoining walls, floors, and counters. b. Tile control and expansion joints where indicated. 2. Joint Sealant: Silicone. 3. Joint-Sealant Color: as selected by Owner's representative from manufacturer's full range of colors. F. Joint-Sealant Application: Interior acoustical joints in vertical surfaces and horizontal non-traffic surfaces JS-6. 1. Joint Location: a. Acoustical joints where indicated. b. Other joints as indicated. 2. Joint-Sealant Color: As selected by Owner's representative from manufacturer's full range. END OF SECTION CORP2000479 07 92 00-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION JOINT SEALANTS *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** SECTION 08 1100 METAL DOORS AND FRAMES PART 1 GENERAL 1.01 SCOPE OF WORK A. This Section includes the following: 1. Stainless Steel doors. 2. Stainless Steel door frames. 1.02 RELATED WORK A. Division 09 — Finishes 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Product Data: For each type of door and frame indicated, include door designation, type, level and model, material description, core description, construction details, label compliance, sound and fire-resistance ratings, and finishes. C. Shop Drawings: Show the following: 1. Elevations of each door design. 2. Details of doors including vertical and horizontal edge details. 3. Frame details for each frame type including dimensioned profiles. 4. Details and locations of reinforcement and preparations for hardware. 5. Details of each different wall opening condition. 6. Details of anchorages, accessories, joints, and connections. D. Door Schedule: Use same reference designations indicated on Drawings in preparing schedule for doors and frames. 1.04 REFERENCE STANDARDS (NOT USED) 1.05 QUALITY ASSURANCE A. Steel Door and Frame Standard: Comply with ANSI A 250.8, unless more stringent requirements are indicated. B. Fire-Rated Door Assemblies: Assemblies complying with NFPA 80 that are listed and labeled by a testing and inspecting agency acceptable to authorities having jurisdiction, for fire-protection ratings indicated, based on testing according to NFPA 252. 1. Test Pressure: Test at atmospheric pressure. 1.06 SYSTEM DESCRIPTION, DESIGN REQUIREMENTS (NOT USED) CORP2000479 08 11 00-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION METAL DOORS AND FRAMES 1.07 DELIVERY, HANDLING AND STORAGE A. Deliver doors and frames cardboard-wrapped or crated to provide protection during transit and job storage. Provide additional protection to prevent damage to finish of factory-finished doors and frames. B. Inspect doors and frames on delivery for damage, and notify shipper and supplier if damage is found. Minor damages may be repaired provided refinished items match new work and are acceptable to Architect. Remove and replace damaged items that cannot be repaired as directed. C. Store doors and frames at building site under cover. Place units on minimum 4-inch- (100-mm) high wood blocking. Avoid using nonvented plastic or canvas shelters that could create a humidity chamber. If door packaging becomes wet, remove cartons immediately. Provide minimum 1/4-inch (6-mm) spaces between stacked doors to permit air circulation. 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 EXTENDED WARRANTY (NOT USED) 1.10 DEFINITIONS A. Steel Sheet Thicknesses: Thickness dimensions, including those referenced in ANSI A250.8, are minimums as defined in referenced ASTM standards for both uncoated steel sheet and the uncoated base metal of metallic-coated steel sheets. PART 2 PRODUCTS 2.01 MATERIALS A. Cold-Rolled Stainless Steel Sheets: ASTM A 304, Type B; stretcher-leveled standard of flatness. 2.02 FABRICATION A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Steel Doors and Frames: a. Ceco Door Products; a United Dominion Company. b. Mesker Door, Inc. c. Republic Builders Products. d. Steelcraft; a division of Ingersoll-Rand. 2. Substitutions in accordance with Section 01 33 00. 2.03 DOORS A. General: Provide doors of sizes, thicknesses, and designs indicated. CORP2000479 08 11 00-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION METAL DOORS AND FRAMES B. Interior Doors: Provide doors complying with requirements indicated below by referencing ANSI 250.8 for level and model and ANSI A250.4 for physical-endurance level: 1. Level 3 and Physical Performance Level A (Extra Heavy Duty), Model 1 (Full Flush). C. Exterior Doors: Provide doors complying with requirements indicated below by referencing ANSI A250.8 for level and model and ANSI A250.4 for physical-endurance level: 1. Level 3 and Physical Performance Level A (Extra Heavy Duty), Model 1 (Full Flush). 2.04 FRAMES A. General: Provide steel frames for doors, transoms, sidelights, borrowed lights, and other openings that comply with ANSI A250.8 and with details indicated for type and profile. Conceal fastenings, unless otherwise indicated. B. Frames of 0.053-inch- (1.3-mm) thick steel sheet for: 1. Door openings wider than 48 inches (1220 mm). 2. Level 3 steel doors. C. Door Silencers: Except on weather-stripped frames, fabricate stops to receive three silencers on strike jambs of single-door frames and two silencers on heads of double- door frames. D. Supports and Anchors: Fabricated from not less than 0.042-inch- (1.0-mm-) thick, electrolytic zinc-coated or metallic-coated steel sheet. 1. Wall Anchors in Masonry Construction: 0.177-inch- (4.5-mm-) diameter, steel wire complying with ASTM A 510 (ASTM A 510M) may be used in place of steel sheet. E. Inserts, Bolts, and Fasteners: Manufacturer's standard units. Where zinc-coated items are to be built into exterior walls, comply with ASTM A 153/A 153M, Class C or D as applicable. 2.05 FABRICATION A. General: Fabricate steel door and frame units to comply with ANSI A250.8 and to be rigid, neat in appearance, and free from defects including warp and buckle. Where practical, fit and assemble units in manufacturer's plant. Clearly identify work that cannot be permanently factory assembled before shipment, to assure proper assembly at Project site. B. Exterior Door Construction: For exterior locations and elsewhere as indicated, fabricate doors, panels, and frames from stainless steel sheet. Close top and bottom edges of doors flush as an integral part of door construction or by addition of 0.053- inch- (1.3-mm-) thick, stainless steel channels with channel webs placed even with top and bottom edges. CORP2000479 08 11 00-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION METAL DOORS AND FRAMES C. Interior Door and Panel Faces: Fabricate exposed faces of doors and panels, including stiles and rails of non-flush units, from the following material: 1. Cold-rolled stainless steel sheet. D. Core Construction: Manufacturer's standard core construction that produces a door complying with SDI standards. E. Clearances for Non-Fire-Rated Doors: Not more than 1/8 inch (3.2 mm) at jambs and heads, except not more than 1/4 inch (6.4 mm) between pairs of doors. Not more than 3/4 inch (19 mm) at bottom. F. Clearances for Fire-Rated Doors: As required by NFPA 80. G. Single-Acting, Door-Edge Profile: Square edge. H. Tolerances: Comply with SDI 117, "Manufacturing Tolerances for Standard Steel Doors and Frames." I. Fabricate concealed stiffeners, reinforcement, edge channels, louvers, and moldings from either cold- or hot-rolled steel sheet. J. Exposed Fasteners: Unless otherwise indicated, provide countersunk flat or oval heads for exposed screws and bolts. K. Thermal-Rated (Insulating) Assemblies: At exterior locations and elsewhere as shown or scheduled, provide doors fabricated as thermal-insulating door and frame assemblies and tested according to ASTM C 236 or ASTM C 976 on fully operable door assemblies. 1. Provide thermal-rated assemblies with U-value of 0.41 Btu/sq. ft. x h x deg F (2.33 W/sq. m x K) or better. L. Hardware Preparation: Prepare doors and frames to receive mortised and concealed hardware according to final door hardware schedule and templates provided by hardware supplier. Comply with applicable requirements in ANSI A250.6 and ANSI A115 Series specifications for door and frame preparation for hardware. 1. For concealed overhead door closers, provide space, cutouts, reinforcement, and provisions for fastening in top rail of doors or head of frames, as applicable. M. Frame Construction: Fabricate frames to shape shown. 1. Fabricate frames with mitered or coped and continuously welded corners and seamless face joints. 2. Provide welded frames with temporary spreader bars. N. Reinforce doors and frames to receive surface-applied hardware. Drilling and tapping for surface-applied hardware may be done at Project site. 0. Locate hardware as indicated on Shop Drawings or, if not indicated, according to ANSI A250.8. P. Astragals: As required by NFPA 80 to provide fire ratings indicated. CORP2000479 08 11 00-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION METAL DOORS AND FRAMES 2.06 FINISHES A. Prime Finish: Manufacturer's standard, factory-applied coat of rust-inhibiting primer complying with ANSI A250.10 for acceptance criteria. B. Field Painting: Refer to Specification Section 09 90 00 — Painting and Coating. PART 3 EXECUTION 3.01 INSTALLATION A. General: Install steel doors, frames, and accessories according to Shop Drawings, manufacturer's data, and as specified. B. Placing Frames: Comply with provisions in SDI 105, unless otherwise indicated. Set frames accurately in position, plumbed, aligned, and braced securely until permanent anchors are set. After wall construction is completed, remove temporary braces and spreaders, leaving surfaces smooth and undamaged. 1. In masonry construction, provide at least three wall anchors per jamb; install adjacent to hinge location on hinge jamb and at corresponding heights on strike jamb. Acceptable anchors include masonry wire anchors and masonry T-shaped anchors. 2. Install fire-rated frames according to NFPA 80. 3. For openings 90 inches (2286 mm) or more in height, install an additional anchor at hinge and strike jambs. C. Door Installation: Comply with ANSI A250.8. Fit S.9. hollow-metal doors accurately in frames, within clearances specified in ANSI A250.8. Shim as necessary to comply with SDI 122 and ANSI/DHI A115.1G. 1. Fire-Rated Doors: Install within clearances specified in NFPA 80. 3.02 CLEANING A. Prime-Coat Touchup: Immediately after installation, sand smooth any rusted or damaged areas of prime coat and apply touch up of compatible air-drying primer. B. Protection Removal: Immediately before final inspection, remove protective wrappings from doors and frames. END OF SECTION CORP2000479 08 11 00-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION METAL DOORS AND FRAMES *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** SECTION 08 7100 DOOR HARDWARE PART 1 GENERAL 1.01 SCOPE OF WORK A. Section includes: 1. Commercial door hardware 2. Door hardware 3. Door security hardware B. Coordinate the preparation of doors and frames for security hardware provided and installed Security Contractor through the General Contractor. 1.02 RELATED WORK A. Division 08 — Openings 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Product Data: Include installation details, material descriptions, dimensions of individual components and profiles and finishes. C. Samples: For exposed door hardware of each type indicated below, in specified finish, full size. Tag with full description for coordination with the Door Hardware Schedule. Submit samples before, or concurrent with submission of the final Door Hardware Schedule. 1. Door Hardware: As follows: a. Hinges b. Exit devices c. Cylinders and keys d. Closers e. Stops f. Door gaskets g. Thresholds h. Kick Plates i. Head and foot bolts 2. Samples will be returned to Contractor. Units that are acceptable and remain undamaged through submittal review, and field comparison process may, after final check of operation, be incorporated into the Work, within limitations of keying requirements CORP2000479 0871 00-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DOOR HARDWARE D. Door Hardware Schedule: Prepared by or under the supervision of supplier, detailing fabrication and assembly of door hardware, as well as procedures and diagrams. E. Coordinate the final Door Hardware Schedule with doors, frames, and related work to ensure proper size, thickness, hand, function, and finish of door hardware. 1. Format: Comply with scheduling sequence and vertical format in DHI's "Sequence and Format for the Hardware Schedule." 2. Organization: Organize the Door Hardware Schedule into door hardware sets indicating complete designations of every item required for each door or opening. a. Organize door hardware sets in same order as in the Door Hardware Schedule at the end of Part 3. b. Arrange schedule by Phase, by Building, by door. 3. Content: Include the following information: a. Type, style, function, size, label, hand, and finish of each door hardware item. b. Manufacturer of each item. c. Fastenings and other pertinent information. d. Location of each door hardware set, cross-referenced to Drawings, both on floor plans and in door and frame schedule. e. Explanation of abbreviations, symbols, and codes contained in schedule. f. Mounting locations for door hardware. g. Door and frame sizes and materials. h. Indicate the doors that are to receive security hardware to be provided by OWNER'S Security Contractor and specifically what is understood to be provided. 4. Submittal Sequence: Submit initial draft of final schedule along with essential Product Data to facilitate the fabrication of other work that is critical in the Project construction schedule. Submit the final Door Hardware Schedule after Samples, Product Data, coordination with Shop Drawings of other work, delivery schedules, and similar information has been completed and accepted. F. Keying Schedule: Prepared by or under the supervision of supplier, detailing Owner's final keying instructions for locks. Include schematic keying diagram and index each key set to unique door designations. G. Project Record Documents: Record actual locations of installed cylinders and their master key code. H. Certifications: Upon request of Engineer/Architect, submit hardware manufacturer's letter of compliance that products meet ANSI requirements and have been tested and are grades required by specification. I. Operation and Maintenance Data: Provide manufacturer's parts lists and maintenance instructions for each type of hardware supplied and necessary wrenches and tools required for proper maintenance of hardware. J. Warranties: Special warranties specified in this Section. 1. Submit manufacturer's warranty and ensure that forms have been completed in OWNER'S name and registered with manufacturer. CORP2000479 0871 00-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DOOR HARDWARE 1.04 REFERENCE STANDARDS (NOT USED) 1.05 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed door hardware similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. B. Supplier Qualifications: Door hardware supplier with warehousing facilities in Project's vicinity and who is or employs a qualified Architectural Hardware Consultant, available during the course of the Work to consult with CONTRACTOR, ARCHITECT/ENGINEER, and OWNER about door hardware and keying. 1. Scheduling Responsibility: Preparation of door hardware and keying schedules. C. Architectural Hardware Consultant Qualifications: A person who is currently certified by the Door and Hardware Institute as an Architectural Hardware Consultant and who is experienced in providing consulting services for door hardware installations that are comparable in material, design, and extent to that indicated for this Project. D. Source Limitations: Obtain each type and variety of door hardware from a single manufacturer, unless otherwise indicated. E. Regulatory Requirements: Comply with provisions of NFPA 101: Comply with the following for means of egress doors: 1. Latches, Locks, and Exit Devices: Not more than 15 Ibf to release the latch. Locks shall not require the use of a key, tool, or special knowledge for operation 2. Door Closers: Not more than 30 Ibf to set door in motion and not more than 15 Ibf to open door to minimum required width. 3. Thresholds: Not more than 1/2 inch high. F. Keying Conference: Conduct conference at Project site. Incorporate keying conference decisions into final keying schedule after reviewing door hardware keying system including, but not limited to the following: 1. Preliminary key system schematic diagram. 2. Requirements for key control system 3. Address for delivery of keys. 1.06 SYSTEM DESCRIPTION/ DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE A. Package hardware items separately with necessary screws, bolts, miscellaneous parts, instructions, and where necessary, installation templates for installation. Clearly label packages to identify contents and finish location in building. B. Receive hardware when delivered. Provide dry, secure lock-up for hardware delivered to project, but not yet installed. Provide space for unpacking, sorting, checking and storage of finished hardware. CORP2000479 0871 00-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DOOR HARDWARE C. Tag each item or package separately with identification related to the final Door Hardware Schedule, and include basic installation instructions with each item or package. D. Control handling and installation of hardware items which are not immediately replaceable so completion of work will not be delayed by hardware losses, both before and after installation. E. Deliver keys to OWNER by registered mail or overnight package service 1.08 MAINTENANCE/ SPARE PARTS (NOT USED) 1.09 WARRANTY/EXTENDED WARRANTY A. General Warranty: Special warranties specified in this Article shall not deprive Owner of other rights Owner may have under other provisions of the Contract Documents and shall be in addition to, and run concurrent with, other warranties made by Contractor under requirements of the Contract Documents. 1. See Division 1, for additional warranty requirements. B. Special Warranty: Written warranty, executed by manufacturer agreeing to repair or replace components of door hardware that fail in materials or workmanship within specified warranty period. Failures include, but are not limited to, the following: 1. Structural failures including excessive deflection, cracking, or breakage. 2. Faulty operation of operators and door hardware. 3. Deterioration of metals, metal finishes, and other materials beyond normal weathering. C. Warranty Period: 1. Locks and Latch Sets: Five (5) year limited warranty. 2. Door Closer: Ten (10) year limited warranty from date of Acceptance. 3. Hinges: Five (5) year limited warranty. 4. Warranty periods will begin with the date of beneficial occupancy. 5. Balance of hardware: Three years from date of Substantial Completion, unless otherwise indicated. 1.10 COORDINATIONS A. Obtain and distribute to the parties involved templates for doors, frames and other work specified to be factory prepared for installing door hardware. Check Shop Drawings of other work to confirm that adequate provisions are made for locating and installing door hardware to comply with indicated requirements. B. Verify all existing conditions and accommodate with proper adjustments to schedule and components. C. Coordinate the work with other directly affected sections involving manufacture or fabrication of internal reinforcement for door hardware. CORP2000479 08 71 00-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DOOR HARDWARE 1. Fully coordinate with OWNER'S Security Contractor for all items and issues affecting each other's work, to ensure an appropriate and proper installation. D. Furnish templates for door and frame preparation. E. Sequence installation to ensure utility connections are achieved in an orderly and expeditious manner. F. Coordinate OWNER'S keying requirements during the course of the Work. G. Manufacturer, style, line; and finish shall match owner's and building's standards. H. Coordinate with the security system contractor to ensure the required preparation of the doors and frames is accomplished to accommodate the security system hardware. 1.11 MAINTENANCE SERVICE A. Maintenance Tools and Instructions: Furnish a complete set of specialized tools and maintenance instructions as needed for Owner's continued adjustment, maintenance, and removal and replacement of door hardware. B. Provide two extra key lock cylinders for each master keyed group. PART 2 PRODUCTS 2.01 FABRICATION A. Manufacturer's Nameplate: Do not provide manufacturers' products that have manufacturer's name or trade name displayed in a visible location (omit removable nameplates) except in conjunction with required fire-rated labels and as otherwise approved by Architect. 1. Manufacturer's identification will be permitted on rim of lock cylinders only. B. Base Metals: Produce door hardware units of base metal, fabricated by forming method indicated, using manufacturer's standard metal alloy, composition, temper, and hardness. Furnish metals of a quality equal to or greater than that of specified door hardware units and BHMA Al 56.18 for finishes. Do not furnish manufacturer's standard materials or forming methods if different from specified standard. C. Fasteners - Stainless Steel: Provide door hardware manufactured to comply with published templates generally prepared for machine, wood, and sheet metal screws. Provide screws according to commercially recognized industry standards for application intended. Provide Phillips flat-head screws with finished heads to match surface of door hardware, unless otherwise indicated. 1. Concealed Fasteners: For door hardware units that are exposed when door is closed, except for units already specified with concealed fasteners. Do not use through bolts for installation where bolt head or nut on opposite face is exposed unless it is the only means of securely attaching the door hardware. Where through bolts are used on hollow door and frame construction, provide sleeves for each through bolt. CORP2000479 0871 00-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DOOR HARDWARE 2. Machine Screws: For the following fire-rated applications: a. Mortise hinges to doors. b. Closers to doors and frames. 3. Through Bolts: For the following fire-rated applications, unless door blocking is provided: a. Closers to doors and frames. b. Surface-mounted exit devices. 4. Spacers or Sex Bolts: For through bolting of hollow metal doors. 2.02 SCHEDULED DOOR HARDWARE A. General: Provide door hardware for each door to comply with requirements in this Section. 1. Door Hardware Sets: Provide quantity, item, size, finish or color indicated, and named manufacturer's products. B. Designation: Requirements for design, grade, finish, size and other distinctive qualities of each type of door hardware type are indicated in the Door Hardware Schedule at the end of 3.0 Execution. Products are identified by using door hardware designations, as follows: 1. Named Manufacturer's Products: Product designation and manufacturer are listed for each door hardware type required for the purpose of establishing minimum requirements. 2. References to BHMA Standards: Provide products complying with these standards and requirements for description, quality and function 2.03 MANUFACTURERS A. Manufacturers: 1. Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, provide products by one manufacturer. 2. Substitutions shall be in accordance with Section 0160 00, Material and Equipment and upon written approval by the Architect. B. Approved Manufacturers 1. National Guard Hardware Company - www.ncipinc.com 2. Hager Companies - www.haaerco.com 3. Ives Architectural Hardware Products, Division of Allegion - www.us.alleaion.com 4. Stanley Commercial Hardware; Division of The Stanley Works - www.stanleyhardware.com. 5. Best Lock Corporation - www.bestaccess.com 6. Select Products Limited - www.select-hinaes.com 7. Von Duprin Exit Devices, Division of Allegion - www.us.alleaion.com 8. Sargent Manufacturing - www.saraentlock.com 9. LCN Closers; Division of Allegion - www.us.alleaion.com. CORP2000479 0871 00-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DOOR HARDWARE 10. Rixson, a Division of ASSA ABLOY - www.rixsondoorcontrol.com 11. Rockwood Manufacturing Co., a Division of ASSA ABLOY - www.rockwoodmfa.com 12. National Guard Products - www.ncip.com 13. Pemko Manufacturing Co., Inc. A Division of ASSA ABLOY - www.pemko.com 14. Zero International, Inc., www.zerointernational.com 2.04 HINGES A. Type 1 - Square Butt Hinges 1. Basis of Design - Ives Architectural Hardware Products. 2. Size Match the existing conditions 3. Material and Finish a. Type 316, 14 Gauge Stainless Steel b. US 32D Satin B. Type 2 Concealed leaf continuous geared hinges 1. Basis of Design - Ives 112HD Series full mortise 2. Material and Finish a. Type 316 stainless steel b. US 26D Satin 3. Fasteners: Stainless Steel comply with the following: a. Machine Screws: Compatible with type of doors and frames. Install into drilled and tapped holes. b. Screws: Phillips flat-head screws; machine screws (drilled and tapped holes) for doors. Finish screw heads to match surface of hinges. 2.05 LOCKS AND LATCHES A. Type 1 - Provided by the OWNER'S Security Contractor B. Type 2 1. Mortised Locks and Latches: a. Best Lock Corporation. 2. Basis of Design: 40H Series. 3. Lock Trim: Comply with the following: a. Lever: Forged. b. Escutcheon: Wrought or forged. c. Basis Of Design: 16J Design 4. Lock Throw: Comply with testing requirements for length of bolts to comply with labeled fire door requirements, and as follows: a. Mortise Locks: Minimum 3/4-inch latch bolt throw. b. Back-set: 2-3/4 inches unless otherwise indicated CORP2000479 08 71 00-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DOOR HARDWARE 2.06 EXIT DEVICES A. Type 1 B. Panic Exit Devices: Listed and labeled by a testing and inspecting agency acceptable to authorities having jurisdiction, for panic protection, based on testing according to UL 305. C. Fire Exit Devices: Complying with NFPA 80 that are listed and labeled by a testing and inspecting agency acceptable to authorities having jurisdiction, for fire and panic protection, based on testing according to UL 305 and NFPA 252. D. Outside Trim: Lever with cylinder; material and finish to match locksets, unless otherwise indicated. 1. Match design for locksets and latch sets. Functions as scheduled. E. Through Bolts for exit devices and trim on metal doors. F. For double doors, provide top and bottom concealed vertical rods on active leaf. 2.07 CYLINDERS AND KEYING A. Keying of locks and cylinders throughout project shall be scheduled through a keying conference with ENGINEER/ARCHITECT, OWNER, and hardware supplier. Keying schedule shall be prepared and submitted to the Owner for approval. Copies of final key schedule with bitting instructions shall be submitted as part of the Project Record Documents. B. Cylinders: Same manufacturer as for locks and latches. 1. Basis of Design - Best Lock Corporation 2. Mortise Cylinder 1E74, Rim Cylinder 1E72. C. Key Control Systems: 1. Key Control Systems, Inc. D. Cylinders: Manufacturers standard tumbler type, constructed from stainless steel, and complying with the following: 1. Number of Pins: Seven. 2. Mortise Type: Threaded cylinders with rings and straight- or clover-type cam. 3. Rim Type: Cylinders with back plate, flat-type vertical or horizontal tailpiece, and raised trim ring. E. Permanent Cores: Manufacturer's standard; finish face to match lockset; complying with the following: 1. Removable Cores: Core insert, removable by use of a special key, and for use with only the core manufacturer's cylinder and door hardware. F. Construction Keying: Comply with the following: CORP2000479 0871 00-8 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DOOR HARDWARE 1. Construction Cores: Provide construction cores that are replaceable by permanent cores. 2. Provide 5 construction master keys. 3. Furnish permanent cores to Owner for installation. G. Keying System: Unless otherwise indicated, provide a factory-registered keying system complying with the following requirements: 1. Existing System: Master key or grand master key locks to Owner's existing system. 2. Cylinders shall be master keyed. H. Keys: Provide nickel-silver keys complying with the following: 1. Stamping: Permanently inscribe each key with a visual key control number and include the following notation: a. Notation: "DO NOT DUPLICATE." 2. Quantity: In addition to one extra blank key for each lock, provide the following: a. Cylinder Change Keys: Three. b. Master Keys: Five. c. Grand Master Keys: Five. I. Key Control System: 1. Coordinate with OWNER for the integration of keys for new construction (if any) into the existing system. 2. Cross-Index System: Set up by key control manufacturer, complying with the following: a. Computer Software: Furnish cross-index files for the existing software system that has the records and key-holder listings. 2.08 ASTRAGAL A. Type 1 - Provided by door manufacturer as standard. 1. Surface mount 2. Metals used with the astragal shall be 314 stainless steel. 3. Finish - Dark bronze to match door color. 2.09 DOOR BOLTS A. Type 1 - Surface Mounted, Spring Loaded, Chain Bolts 1. Manufacturers 2. Head Bolt - Basis of Design a. Stanley b. 1065 Chain Bolt - Zinc Plated c. 2'-0" pull chain with clasps 12" o.c. 3. Foot Bolt - Basis of Design a. Stanley b. V810 Cane Bolt - Stainless Steel c. V-0" length of cane CORP2000479 0871 00-9 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DOOR HARDWARE 2.10 CLOSERS A. Basis Of design: 1. LCN 4030 and 4130 Series (Interior Closers) 2. Stainless steel arms, metal cover. B. Size of Units: Unless otherwise indicated, comply with manufacturer's written recommendations for size of door closer depending on size of door, exposure to weather, and anticipated frequency of use. Provide factory-sized closer, adjustable to meet field conditions and requirements for opening force. 2.11 STOPS A. Basis of Design - Rockwood Manufacturing B. Type 1 - Floor Mounted Heavy Duty Door Stop 1. 468 2. Material and Finish a. Wrought Stainless Steel b. US 32D Satin C. Type 2 - Wall Mounted Door Stop 1. 426 2. Material and Finish a. Type 304, 14 Gauge Stainless Steel b. US 32D Satin D. Type 3 - Kick-Down Door Stop 1. 460 2. Material and Finish a. Type 316 Stainless Steel b. US 32D Satin E. Furnish wall type dome stops where doors strike masonry or concrete walls, furnish floor type stops at other conditions. Where floor or wall stops cannot be used provide stop feature on door closer. 2.12 DOOR GASKET SEALS A. General: Provide continuous weather-strip smoke seal type gaskets on exterior doors and provide fire rated gaskets on interior doors where indicated or scheduled. Provide non-corrosive fasteners for exterior applications and elsewhere as indicated. a. Perimeter Gaskets - Apply to head and jamb, forming seal between door and frame. B. Air Leakage: Not to exceed 0.50 cfm per foot of crack length for gaskets other than for smoke control, as tested according to ASTM E283. CORP2000479 0871 00-10 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DOOR HARDWARE C. Gasket Materials: Comply with ASTM D 2000 and AAMA 701/702. D. Basis Of Design: 1. Zero International Inc. 2. Head and Jamb Smoke Seal (Fire Rated): No. 312A 2.13 THRESHOLDS A. Type 1 Basis of Design 1. Zero International 2. Rabbeted Threshold No. 65A 3. Stainless Steel B. Type 2 Basis of Design 1. Zero International 2. 545 Series 3. Stainless Steel 2.14 PROTECTION PLATES A. Basis of Design - Ives B. Type 1 1. 8302 - 6"x16" 2. US32D C. Type 2 - Mop Plate (Vertical) 1. 8400 - 6"x25" 2. US 32D D. Type 3 - Armor Plate 1. 8400 - 30" High x Width of Door less 4". 2. US 32D 2.15 FINISHES A. Standard: Stainless Satin, US 32D (630), comply with BHMA Al 56.18. B. Protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. C. Appearance of Finished Work: Variations in appearance of abutting or adjacent pieces are acceptable if they are within one-half of the range of approved Samples. Noticeable variations in the same piece are not acceptable. Variations in appearance of other components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. CORP2000479 0871 00-11 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DOOR HARDWARE PART 3 EXECUTION 3.01 DEMOLITION/ PREPARATION A. Stainless Steel Door and Frames: Comply with DHI Al 15 series. 1. Surface-Applied Door Hardware: Drill and tap doors and frames according to SDI 107. 3.02 INSTALLATION A. Mounting Heights: Mount door hardware units at heights indicated in following applicable publications, unless specifically indicated or required to comply with governing regulations: 1. Standard Steel Doors and Frames: DHI's "Recommended Locations for Architectural Hardware for Standard Steel Doors and Frames." B. Install each door hardware item to comply with manufacturer's written instructions. Where cutting and fitting are required to install door hardware onto or into surfaces that are later to be painted or finished in another way, coordinate removal, storage, and reinstallation of surface protective trim units with finishing work specified in Division 9 Sections. Do not install surface-mounted items until finishes have been completed on substrates involved. 1. Set units level, plumb, and true to line and location. Adjust and reinforce attachment substrates as necessary for proper installation and operation. 2. Drill and countersink units that are not factory prepared for anchorage fasteners. Space fasteners and anchors according to industry standards. C. Key Control System: Place keys on markers and hooks in key control system cabinet, as determined by final keying schedule. D. Thresholds: Set thresholds for exterior doors in full bed of sealant complying with requirements specified in Section 07 92 00 —Joint Sealants. 3.03 INSPECTION A. Examine doors and frames, with Installer present, for compliance with requirements for installation tolerances, labeled fire door assembly construction, wall and floor construction, and other conditions affecting performance. B. Proceed with installation only after unsatisfactory conditions have been corrected 3.04 FIELD TESTING A. Independent Architectural Hardware Consultant: Contractor shall engage a qualified independent Architectural Hardware Consultant to perform inspections and to prepare inspection reports. 1. Independent Architectural Hardware Consultant will inspect door hardware and state in each report whether installed work complies with or deviates from requirements, including whether door hardware is properly installed and adjusted. CORP2000479 0871 00-12 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DOOR HARDWARE 3.05 ADJUSTING A. Initial Adjustment: Adjust and check each operating item of door hardware and each door to ensure proper operation or function of every unit. Replace units that cannot be adjusted to operate as intended. Adjust door control devices to compensate for final operation of heating and ventilating equipment and to comply with referenced accessibility requirements. 1. Door Closers: Adjust sweep period so that, from an open position of 70 degrees, the door will take at least 3 seconds to move to a point 3 inches from the latch, measured to the leading edge of the door. B. Six-Month Adjustment: Approximately six months after date of Substantial Completion, Installer shall perform the following: 1. Examine and readjust each item of door hardware as necessary to ensure function of doors, door hardware, and electrified door hardware. 2. Consult with and instruct Owner's personnel on recommended maintenance procedures. 3. Replace door hardware items that have deteriorated or failed due to faulty design, materials, or installation of door hardware units. 3.06 DEMONSTRATION A. Engage a factory-authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain door hardware and door hardware finishes. 3.07 DOOR HARDWARE SCHEDULE A. HW Set No. 1: Aeration Building Door #101 1. Hinge - Type 2 2. Lock -Type 1 3. Exit Device with Pull and Plate - Type 1 4. Astragal - Type 1 5. Door Bolts - Type 1 6. Closer (w/ Stop Feature) Active leaf only 7. Stop - Type 1 (Each leaf) 8. Gasket - Smoke Seals 9. Threshold - Type 1 10. Protection Plate a. Type 2 - behind the chain of the head bolt to protect door finish. b. Type 3 - both leafs interior face Aeration Building Room 102. END OF SECTION CORP2000479 08 71 00-13 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DOOR HARDWARE *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** SECTION 09 90 00 PAINTING AND COATING PART 1 GENERAL 1.01 SCOPE OF WORK A. Provide for the furnishing of all materials, supplies, labor, and equipment necessary for surface preparation and application of paints and/or protective coating materials in a safe manner with proper handling and removal and disposal of all waste materials. The work in this section includes preparing surfaces and applying protective coatings to new equipment, pumps, above grade or vault piping and valves, structural steel, masonry and concrete, and miscellaneous items. B. The term "paint" as used in this section means the protective coatings specified. Other paintings may be required in other sections of the specifications. All paint for concrete, masonry, or metal surfaces shall be especially adapted for use around a moist and humid environment and shall be applied in conformance with the Manufacturer's published specifications. C. Lead and chromate-base coatings containing lead, chromates and/or hazardous waste chemicals shall not be used. 1. Miscellaneous requirements associated with the scope of this work include: 2. Furnish all materials, equipment, supplies, and accessories required in connection with the work specified herein. 3. Obtain all permits necessary to complete the surface preparation and coatings work designed for this project, including removal, handling, and disposal of used abrasive, hazardous and/or toxic waste materials. 4. Use non-lead containing coatings that comply with all laws, regulations and ordinances of the Federal, State, and Local government including V.O.C. regulations. 5. Specification covers the surface preparation and painting of all surfaces, both interior and exterior, except as otherwise or specifically excluded. 6. Protect all adjacent work, vehicular traffic, property, and persons from damage, i.e., over spray, over blast and spillage. Should damage occur, make provisions for repair of damage in a timely manner. 7. Properly store and handle materials according to manufacturer's requirements and in compliance with applicable government regulations. 8. Provide scaffolding, ladders, lighting, and equipment as necessary to accomplish work. All operations, equipment and their installations shall comply with all applicable laws, regulations, and ordinances. Compliance with OSHA Standards per 29 CFR 1926 and 29 CFR 1910 is to be enforced by the Contractor. 9. Provide for the safety of all personnel, including but not limited to the use of explosion proof lighting and proper electrical grounding of equipment. Handling and application of all coating materials shall be in accordance with the Manufacturer's latest material safety data sheets (MSDS) and/or product data sheets. 10. The Contractor shall provide daily site cleanup. CORP2000479 09 90 00-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PAINTING AND COATING 1.02 RELATED WORK A. Division 03 — Concrete 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Product Data and Shop Drawings: Submit product data, shop drawings, certificates, and instructions on all protective coatings items as specified herein and in accordance with Division 1, General Requirements. Submittals shall be provided to the Owner's Representative for review. 1. Manufacturer Technical Data Sheets for all paints, coatings, solvents, detergents, and degreasers proposed. 2. Manufacturer Material Safety Data Sheets (MSDS) for all paints, coatings, and thinners proposed. 3. Color name and/or number with color chart for each specific coating product. Exterior topcoat color shall be selected by the Owner. C. Product Data: Complete data on each type and kind of paint and primer shall be submitted for review. Submittal data shall show where and for what uses each paint product is to be used, with cross reference made to paragraphs of the specifications or the coating schedule. Data submitted on each type and kind of paint product shall include information to show that the product meets the detailed requirements of these specifications. D. Manufacturer's Instructions: The Manufacturer's published instructions, for use as a guide in specifying and applying the Manufacturer's proposed paint, shall be submitted. Paint shall not be delivered to the job site before review of the Manufacturer's instructions by the Owner's Representative. A Manufacturer's paint will not be considered for use unless that Manufacturer's published instructions meet the following requirements: E. The instructions must have been written and published by the Manufacturer for the purpose and with the intent of giving complete instruction for the use and application of the proposed paint in the locality and for the conditions for which the paint is specified or shown to be applied under this contract. F. All limitations, precautions and requirements that may adversely affect the paint; that may cause unsatisfactory results after the painting application; or that may cause the paint not to serve the purpose for which it was intended, that is, to protect the covered material from corrosion, shall be clearly and completely stated in the instructions. These limitations and requirements shall include, but not be limited to, the following: 1. Surface preparation. 2. Methods of application. 3. Number of coats. 4. Thickness of each coat. CORP2000479 09 90 00-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PAINTING AND COATING 5. Total thickness. 6. Drying time of each coat, including primer. 7. Drying time of final coat before placing in service. 8. Time allowed between coats. 9. Primer required to be used. 10. Primers not permitted. 11. Use of a primer. 12. Compatible topcoats. 13. Thinner and use of thinner. 14. Weather limitations during and after application (temperature, humidity, wind velocity). 15. Protection from sun. 16. Physical properties of paint, including percent solids content by volume, ingredient analysis, and weight per unit surface per dry mil thickness. 17. Cathodic disbonding limitations, if any. 18. Equipment settings (air cap, fluid tip, equipment pressure settings, etc.). 19. Manufacturer's specific ventilation requirements for products used on interior surfaces. Ventilation requirements shall be provided to ensure adequate evacuation of solvents to prevent solvent entrapment, worker exposure to solvents above the OSHA PEL and to provide for timely coating system cure. 20. Manufacturer's statement of conformance with ANSI/NSF 61 (NSF International) requirements for use on potable water mains. 21. Cleanup Procedures: Prior to the field cleaning or painting of any surface, the Contractor shall present a written plan to the Owner and Owner's Representative for review concerning how paint and/or abrasive damage to automobiles and property will be handled, including a process for quick removal of the paint or abrasive, and who will do the work. This approval in no way shall relieve the contractor from the responsibility of settling claims for damage but is intended as an avenue to expedite and minimize said claims. 22. Containment Procedures: Prior to the field cleaning or painting of any surface, the Contractor shall present a written plan to the Owner and Owner Representative for review concerning how spent cleaning debris and/or paint over spray or droplets will be contained/confined to the jobsite and tank site during the surface preparation and coating application operations. Reasonable care shall be exercised by the Contractor to prevent damage, nuisance, or hazardous conditions to adjacent or nearby property owners. 1.04 REFERENCE STANDARDS A. ASTM D16 - Definitions of Terms Relating to Paint, Varnish, Lacquer, and Related Products. B. NACE (National Association of Corrosion Engineers) - Industrial Maintenance Painting. C. NPCA (National Paint and Coatings Association) - Guide to U.S. Government Paint Specifications. CORP2000479 09 90 00-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PAINTING AND COATING D. PDCA (Painting and Decorating Contractors of America) - Painting - Architectural Specifications Manual. E. SSPC (Society for Protective Coatings) - Society for Protective Coatings Standards. F. Materials to be used in contact with the raw water or potable water process stream shall meet the current requirements of the Food and Drug Administration Document, Title 21, Section 175.300 or have been approved by the EPA for potable water use and have been certified by the National Sanitation Foundation for Standard 61 listing. Submit certification that the material meets these requirements. 1.05 QUALITY ASSURANCE A. Materials: 1. All coating materials required by this section shall be provided by a single manufacturer, unless otherwise required or approved. 2. For each individual system: Provide primer and other undercoat paint produced by the same manufacturer as finish coat. B. Applicator: Firm with not less than 3 years of successful experience in painting work similar in scope to work of this project. 1. Maintain throughout duration of the work a crew of painters who are fully qualified to satisfy requirements of the specifications. C. Containing Cleaning Debris and Overspray: The Contractor shall ensure that no spent cleaning/blasting debris, dust, overspray, coating droplets, or emissions of any kind, escape to the atmosphere, or adjacent buildings, private property, work sites and parking lots. 1. The ground and floor shall be protected from any material scrapped, sanded, or removed in any fashion and the material shall be collected and properly disposed of by the contractor. 2. The Contractor shall be responsible for all materials that are used and for any apparatus used to contain dust, emissions, debris, overspray, and coating droplets. 3. If tarps are used as part of the containment system, the tarps shall be an impervious, solid, flame-resistant material, reinforced with a fiber mesh and shall allow as much light as possible to pass through the material. 4. The Owner reserves the right to stop work or to require additional or different containment methods if the Contractor's operations create a nuisance beyond the site property line in the sole opinion of the Owner, the Owner's designated representative, any regulatory agency, or neighbor. All costs of providing an adequate containment system shall be included by the Contractor in the Base Price Proposal. 5. Review of the containment system for containing the spent cleaning dust, debris, emissions, overspray, and coating droplets shall not warrant the structural integrity of the containment system and shall not warrant the structural integrity of the facility to support the containment system. Nor shall review of the containment system warrant the ability of the system to contain spent cleaning dust, debris, emissions, and overspray. CORP2000479 09 90 00-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PAINTING AND COATING 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE A. All paints, coatings, and related materials shall be delivered to the job site or Fabrication shop in original unopened containers with the product name, type and batch number, color, and manufacturer date clearly marked on each container. B. All materials used on the job by the Contractor shall be stored in a single place provided by the Contractor or designated by the Owner's Representative at the job site. On site and fabrication shop storage shall comply with OSHA requirements, recommendations of the National Fire Protection Association, City Fire Codes, and manufacturer recommendations. C. Oily or solvent-soaked rags and all waste shall be removed from the job site every night, and all necessary precautions shall be taken to reduce fire hazards to a minimum. D. Deliver products to site in original, unopened, and labeled containers; inspect to verify acceptability. E. Container label to include Manufacturer's name, type of paint, brand name, lot number, brand code, coverage, surface preparation, drying time, cleanup requirements, color designation, and instructions for mixing and reducing. F. Store materials in an accepted location which meets the Manufacturer's storage requirements. Recommended storage temperatures and ventilation shall be maintained. Keep the storage area clean and repair any damage done. Remove oily rags, waste, or other fire hazards from buildings each night; take adequate precautions to avoid damage by fire. Place cloths and cotton waste which might constitute a fire hazard in metal containers or destroy at the end of each workday. G. Upon completion of the work, if the storage space was a fixed part of the project, it shall be left clean. Any damages to such storage space or its surroundings shall be repaired by the Contractor. 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 EXTENDED WARRANTY A. The Contractor and coating manufacturer shall jointly and severally warrant to the Owner and guarantee the work under this section against defective workmanship and materials for a period of 2 years commencing on the date of final acceptance of the work. 1.10 EXCLUSIONS A. Unless otherwise specified, painting will not be required on the following items: 1. Exposed surfaces of aluminum 2. Polished or finished stainless steel 3. Nickel, Monel, Copper, Bronze, Lead or Brass CORP2000479 09 90 00-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PAINTING AND COATING 4. Rubber and plastic including fiberglass reinforced plastics 5. Chromium plated surfaces B. If contractor applies paint to or causes damage to surface to be protected, or unspecified surfaces, removal of coating, repair or replacement of item is required. 1.11 SCHEDULING A. Perform painting work according to the contract construction schedule as required in the General Conditions. B. Scheduling shall not negate any requirements of temperature and/or humidity specified by the manufacturer of the coatings to be used. C. Coordinate work of other trades and provide conditions for neat, clean, dust-free work. 1.12 SAFETY AND HEALTH REQUIREMENTS A. General: In accordance with requirements set forth by regulatory agencies applicable to the construction industry and Manufacturer's printed instructions and appropriate technical bulletins and manuals, the Contractor shall provide and require use of personal protective lifesaving equipment for persons working on or about the project site. B. Ventilation: Where ventilation is used to control hazardous exposure, all equipment shall be explosion-proof. Ventilation shall reduce the concentration of air contaminants to the degree a hazard does not exist. Forced air circulation and exhausting of solvent vapors shall be continued until coatings have fully cured. C. Whenever the occupational sound levels exceed the OSHA Standard 29 CFR 1926.52, the Contractor shall implement exposure control measures that protect employee hearing against the affects from these sound levels. One such control measure can be the use of hearing protective devices. D. Illumination: Adequate illumination shall be provided while work is in progress, including explosion-proof lights and electrical equipment. Whenever required by the Owner's Representative, the Contractor shall provide additional illumination and necessary supports to cover all areas to be inspected. The level of illumination purposes shall be determined by the Owner's Representative. 1.13 REGULATORY REQUIREMENTS A. Conform to applicable code for flame and smoke rating requirements for finishes. B. Conform to code 29 CFR 1910.1200 for Hazard Communication. PART 2 PRODUCTS 2.01 COLOR SCHEDULE A. Final color selection will be made by the Owner's Representative from color chips submitted by the Contractor; colors selected may or may not be a Manufacturer's CORP2000479 09 90 00-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PAINTING AND COATING standard color. Submit color charts to Owner at least 60 days prior to paint application to allow time for color selection. B. Shop Painted Equipment: Motors, equipment, pumps, valve bodies and metal pump bases shall be shop painted, unless specified otherwise. 1. Motors, equipment, pumps, pump bases and valve bodies shall be painted color as selected by the Owner. 2. All bronze or stainless steel valve bodies shall not be painted. C. Moving Parts and Guards. 1. Do not paint moving parts of operating units, mechanical and electrical parts, such as valve and damper operators, linkages, sensing devices, motor, fan shafts, etc. 2. Contractor shall coordinate with Owner on color selection prior to painting guards or shields. 2.02 TEST EQUIPMENT A. The Owner's Representative will use, but is not limited to, the following pieces of equipment to determine film thickness and presence of flaws. The Contractor shall provide, maintain, and calibrate the following equipment for the Owner's Representative use for testing the coating system. All costs related to the testing equipment shall be borne by the Contractor. B. Electronic Digital Readout Gage: 0.40 mils film thickness gage including a set of 0.5 Department of Commerce, Bureau of Standards Film Thickness Calibration Standards from 0-8 mils and 10-25 mils or equivalent. C. Wet Sponge Holiday Detector: Low voltage (67-1/2 volts) flow detector (holiday detector). D. Clemtex Comparator: Surface anchor profile standard. E. Wet Film Thickness Gage. F. Sling Psychrometer. 2.03 MATERIALS AND MANUFACTURERS A. Paint shall arrive on the job ready-mixed, except for the tinting of undercoats, field catalyzed coatings, and possible thinning. B. All coating shall meet all Federal, State, United States Corps of Engineers, Environmental Quality Board, and any other local governmental ordinances and regulations for allowable Volatile Organic Compounds and other hazardous contents. C. When thinning coating, the amount of thinner used shall not exceed the limit recommended by the Manufacturer, nor shall it cause the paint to exceed the allowable limits for VOCs. Only thinners recommended by the Manufacturer's, or approved equal, shall be used. CORP2000479 09 90 00-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PAINTING AND COATING 2.04 COATING SCHEDULE A. General: 1. Coat materials as called for in the Drawings and as specified in this Section. 2. All finished coatings on horizontal surfaces must be non-skid, slip-resistant. 3. DFT: Dry Film Thickness. B. Ferrous Metal, Interior, Non-Immersed, Subject to Non-Abrasive Conditions: 1. General. All interior above ground ferrous surfaces subject to dry non-abrasive conditions shall be painted in accordance with the following provisions. This includes but is not limited to exposed pumps, exterior of valves, pipes, motors, machinery, and miscellaneous metals such as structural steel. 2. Surface Preparation. SSPC SP-6 Commercial Blast Cleaning, Reference Part 2.02 Surface Preparation, item D for description. 3. Coating (Epoxy-Polyamide) Minimum Coveraae Mf C1 5.0 mils *DFT Tnemec, N69 High Build Epoxoline II Carboline, 893 Polymid Epoxy Primer Devoe, Devran 224 HS Finish Coat 5.0 mils DFT Tnemec, N69 Hi-Build Epoxoline II Carboline, 134 HS Polyurethane Devoe, Devran 224 HS * DFT - Dry Film Thickness C. Ferrous Metal, Exterior, Non-Immersed, Subject to Non-Abrasive Conditions: 1. General. All exterior ferrous surfaces not submerged, and subject to non-abrasive conditions shall be painted in accordance with the following provisions. This includes but is not limited to: Exterior of non-submerged equipment, valves, pipes, pipe sleeves, brackets, grates, structural steel, light poles, exterior face of overhead doors, etc. Surfaces intermittently or partially submerged will be treated as submerged. 2. Surface Preparation. SSPC SP-6 Commercial Blast Cleaning. Reference Part 2.02 Surface Preparation D for description. 3. Coating (Aliphatic-Polyurethane System) Minimum Coverage Mf C1 09 90 00-8 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PAINTING AND COATING Primer 5.0 mils DFT Tnemec, N69 Hi-Build Epoxoline II Carboline, 890 Epoxy Devoe, Devran 224 HS Finish Coat 4.0 mils DFT Tnemec, 750-Color Endura-Shield Carboline, 134 HS Polyurethane Devoe, Devthane 359 DTM D. Ferrous Metals, Immersed or Subject to Abrasive Conditions 1. General. All ferrous surfaces below ground level, submerged, or subject to abrasive conditions shall be painted in accordance with the following provisions. This includes but is not limited to: Ladders, grates, checkered plates, handrails, access covers, exterior of submerged valves, piping, brackets, structural steel, sluice gates, roller gates, drains, etc. (Surfaces that are questionable as to if they are subject to submerged or abrasive conditions will be considered as subject to those conditions). 2. Surface Preparation. SSPC SP-10 Near White Metal Blast Cleaning. Reference Part 2.02 Surface Preparation Ferrous Metal D for description. 3. Coating (Epoxy-Polyamide System) Minimum Coverage Mf Primer 5.0 mils DFT Tnemec, N140-1255 Pota-Pox Plus Primer Devoe, Bar-Rust 233H Carboline Carboguard 61 Finish Coat 5.0 mils DFT Tnemec, N140-11WH Pota-Pox Plus Finish Devoe, Bar-Rust 233H Carboline Carboguard 61 E. Non Ferrous Metal Interior: 1. General. All non-ferrous surfaces where painting is required shall be painted in accordance with the following provisions. This includes but is not limited to: pipe supports, underside of roof decks and service doors. 2. Surface Preparation. SSPC-SP6 Commercial Blast Cleaning. Reference Part 2.02 Surface Preparation D for description. 3. Coating (Epoxy-Polyamide System) CORP2000479 09 90 00-9 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PAINTING AND COATING Minimum Coverage Mf C1 Coat 4.0 mils DFT Tnemec, N69 Hi-Build Epoxoline II Devoe, Devran 205 Carboline Carboguard 60 Finish Coat 5.0 mils DFT Tnemec, N69 Hi-Build Epoxoline II Devoe, Devran 224HS Carboline Carboguard 60 Finish Coat (For Exterior Tnemec Series 73 Endura-Shield Installation) 3.0 mils DFT in Devoe, Devthane 359 addition of Primer and Finish Carboline Carbothane 134HG Coat described above F. Aluminum, Stainless Steel, Galvanized Steel, Copper, or Brass: Unless specifically called out, only clean these surfaces. Do not paint. G. All Aluminum in Contact with Dissimilar Materials: 1. Surface Preparation. Remove all foreign matter and apply sealer as required by coating Manufacturer. 2. Coating (Epoxy-Polyamide) Minimum Coverage Mf Primer (not required) Finish Coats - 2 coats at Tnemec, 66 Hi-Build Epoxoline 4.0 mils each Carboline, 890 Epoxy Devoe, Devran 224 HS CORP2000479 09 90 00-10 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PAINTING AND COATING H. Interior Concrete: Unless specifically called out. Do not paint. I. Exterior Concrete - Exposed. 1. Surface Preparation: Remove all grease, oils, and grime by washing with an emulsifying alkaline water base cleaner. All surface contaminants including existing coatings shall be removed prior to application of new coating. Brush blast or acid- etch concrete prior to coating. Surface preparation shall be as per Manufacturer's recommendations. 2. First coat: Tnemec none required, or Devoe Decraflex 300 Elastomeric System at 12 dry mils or Carboline Flexxide @ 12 mils DFT. 3. Second coat: Tnemec Series 156 Enviro-Crete applied at 8 dry mils, or Devoe Decraflex 300 Elastomeric System at 12 dry mils or Carboline Flexxide @ 12 mils DFT. 4. Third Coat: Tnemec Series 157 Enviro-Crete applied at 9 dry mils, or Devoe Decraflex 300 Elastomeric System at 12 dry mils or Carboline Flexxide @ 12 mils DFT. J. Concrete—Secondary Containment and in any other locations called for in the Drawings for the following chemicals: 1. Sodium Hydroxide (25% conc.) 2. Sodium Hydroxide (12.5% conc) 3. Manufacturers: Tnemec or Sausersain Sauereisen ConoFlex Urethane Refer to Sauereisen data sheets and Surface Preparation instructions for the area preparation, application, and setting/curing requirements. First Coat ConoPrimer No. 502 - 8 mils DFT. Second Coat ConoFlex Urethane No. 381 - 60 mils DFT Or Tnemec High-Build Epoxoline Allow new concrete to cure 28 days. Abrasive blast as per SSPC-SP13 Surface Preparation of Concrete, achieving a surface profile equal to ICRI CSP 3 to 5. All Surface Preparation surfaces shall be dry, clean, and free of dust, dirt, oil, grease, and other contaminants. Fill all voids, divots and cracks with Tnemec Series 215 Surfacing Epoxy and strike flush with adjacent surfaces. First Coat Series 66HS Hi-Build Epoxoline 4.0 to 6.0 DFT. CORP2000479 09 90 00-11 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PAINTING AND COATING Second Coat Series 66H Hi-Build Epoxoline 4.0 to 6.0 DFT Third Coat Series 104 H.S. Epoxy 6.0 to 8.0 DFT Or Tnemec Tneme-Glaze Allow new concrete to cure 28 days. Abrasive blast as per SSPC-SP13 Surface Preparation of Concrete, achieving a surface profile equal to ICRI CSP 3 to 5. All Surface Preparation surfaces shall be dry, clean, and free of dust, dirt, oil, grease, and other contaminants. Fill all voids, divots and cracks with Tnemec Series 215 Surfacing Epoxy and strike flush with adjacent surfaces. First Coat Tenemec Series 201 Epoxoprime 6.0 to 8.0 DFT Second Coat Tnemec Series 282 Tneme-Glaze 10.0 to 12.0 DFT K. Interior Concrete Block Masonry - Exposed. 1. Surface Preparation: Remove all oil, grease, and other contaminants. Allow mortar to cure for 14 days. Surface preparation shall be as per Manufacturer's recommendations. 2. First coat: Tnemec Series 130 Enviro-fill cementious block filler applied at 65-75 square feet per gallon, or Devoe Bloxfill 4000 applied at 50-75 SF per gallon or Carboline Sanitile 100 applied @ 50-75 sq per gallon. 3. Second coat: Tnemec Series 287 Enviro-Pox applied at 2-3 mils DFT, or Devoe Tru- Glaze 4406 applied at 3-5 mils DFT or Carboline Sanitile 555 applied @ 3-5 mils DFT. 4. Third coat: Tnemec Series 297 Enviro-Glaze applied at 2-3 mils DFT, or Devoe Tru- Glaze 4406 applied at 3-5 mils DFT or Carboline Carbothane134WB Applied 2.0-2.5 mils DFT. L. Exterior Concrete Block Masonry - Exposed. 1. Surface Preparation: Remove all oil, grease, and other contaminants. Allow mortar to cure for 14 days. Surface preparation shall be as per Manufacturer's recommendations. 2. First coat: Tnemec Series 130 Enviro-fill applied at 85-115 SF per gallon, or Carboline Sanitile 100 applied @ 50-75 sq per gallon. 3. Second coat: Tnemec Series 6 Tneme-Cryl applied at 4-6 dry mils, or Carboline Sanitile 155 applied @ 10-12 mils DFT. 4. Third coat: Tnemec Series 6 Tneme-Cryl applied at 4-6 dry mils, or Carboline Sanitile 155 applied @ 10-12 mils DFT. CORP2000479 09 90 00-12 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PAINTING AND COATING M. Interior PVC Pipe 1. Surface Preparation. As recommended by MANUFACTURER. 2. Coating (Epoxy-Polyamide) Minimum Coverage Mf C1 (not required) Finish Coat 4.0-6.0 mils DFT Tnemec, N69 Hi-Build Epoxoline II Devoe, Devran 224 HS Carboline Carboguard 60 N. Exterior PVC Pipe 1. Surface Preparation: As recommended by MANUFACTURER. 2. Coating (Hybrid-Polyurethane System). Minimum Coverage Mf C1 4.0 - 6.0 mils DFT Tnemec, N69 Hi-Build Epoxoline II Devoe, Devran 224 HS Carboline Carboguard 60 Finish Coat 3.0-4.Omils SFT Tnemec, 73-Endura-Shield Devoe, Devthane 379 UVA Carboline 133HB PART 3 EXECUTION 3.01 WORK CONDITIONS A. Coating or painting shall be applied per manufacturer's recommendations. B. Surface: If surfaces to be painted cannot be put in proper condition for painting by customary cleaning and sanding operations, notify the Owner's Representative in writing or assume the responsibility for and rectify any unsatisfactory finish resulting from application to an unsatisfactory surface. Do not proceed with surface preparation or coating application until adverse conditions are corrected to provide an acceptable surface. The paint supplier shall inspect and certify all surfaces prior to coating application. Do not apply paint to a wet or damp surface. CORP2000479 09 90 00-13 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PAINTING AND COATING C. Equipment: The Contractor's coating and painting equipment shall be designed for application of the materials specified and shall be maintained in good working order comparable to that described in printed instructions of the coating manufacturer. Clean equipment thoroughly before and after use with the appropriate cleaning solution indicated by the coating manufacturer. All gages and controls on spray equipment shall be in proper working order at all times and the gages must be operational and readable. D. Warnings: Display caution signs in necessary areas advising of spray painting and warning against open flames. E. Barriers: Provide barriers or shelters on windy days to protect equipment and treatment facilities. 3.02 SURFACE PREPARATION A. Surface preparation standards are as described in this specification. The Steel Structures Painting Council, Surface Preparation Specification is used for steel and as a guide for concrete. B. Solvent Cleaning: Remove oil, grease, soil, and other contaminants by use of solvents, emulsions, cleaning compounds, steam cleaning, or similar materials and methods which involve a solvent or cleaning action, in accordance with Steel Structures Painting Council Surface Protection Specifications (SSPC) SP-1. Care must be taken to not allow solvent chemicals to enter treatment processes. C. Hand Tool Cleaning: Remove all loose mill scale, loose rust, loose paint, and other loose detrimental foreign matter by hand chipping, scraping, sanding, and wire brushing. D. Grinding: Remove weld splatter and rough edges and grind rough welds so that all surfaces are in proper condition, in the opinion of the Owner's Representative, to receive the specified coating. E. Abrasive Grit Cleaning: All abrasive blasting shall be done at the shop in accordance with SSPC-SP 10 near white metal blast. No abrasive blasting shall be allowed at the job site. F. Alternative surface preparation methods and materials shall be approved by the Owner's Representative before use. Contractor shall protect all electrical components from entrance of paint, solvents, or blast mediums into the cabinets. Contractor shall be responsible for any damage to switches, contacts, and other electrical controls if contaminated by blast media during painting operations. 3.03 INSPECTION A. Inspection: 1. The Contractor shall provide OSHA-approved staging, scaffolding, and lighting as required to permit proper inspection as outlined in these specifications. 2. Surface preparation, coating application and repairs are subject to inspection by the Owner and Owner's Representative. The standards published by the Steel Structures Painting Council, especially SSPC-VISL-635, Pictorial Surface, will be CORP2000479 09 90 00-14 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PAINTING AND COATING used as guides for acceptance or rejection of the cleaning, painting, or coating application. Particular attention will be given hard-to-reach areas, bolted connections, supports, anchor bolts and threaded joints. 3. A magnetic-type dry film thickness gage, and an electrical holiday detector will be used to determine the acceptability of the paint application. Calibration of the magnetic thickness gage will be done on the site using the U.S. Department of Commerce, Bureau of Standard Film Thickness Calibration Standards. 4. Give sufficient notice in advance of coating applications so that the Owner and Owner's Representative can perform the following inspections: a. Examination and approval of surface preparation prior to any coating. b. Examination and approval of each coat prior to application of the next coat. c. Inspection of the completed coating for runs, overspray, roughness, and any evidence of improper application. d. Direction or observation of testing. 3.04 FIELD TESTING A. Contractor shall be responsible for and shall bear all the costs to perform the quality control tests for the coating. B. Should any paint system fail to pass a test, the Contractor shall make necessary changes approved by the Construction Manager for the corrective measures. The paint system will then be retested. C. The following tests will be conducted: 1. Dry film thickness will be tested after each coat of paint has been applied, and after final coat of the exterior system has been applied to the pump, motor, piping, equipment, metal, and appurtenances. A test will be made for every 25 square feet of surface and at locations designated by the inspector. 2. All submerged paint systems will be tested for holidays after the final coat has been applied. 3. Warranty Inspection: Warranty inspection shall be conducted during the eleventh month following completion of all coating and painting work. All defective work shall be repaired in accordance with this specification and to the satisfaction of the Owner and Owner's Representative. 3.05 FIELD PAINTINIG A. Mix and thin paints in strict accordance with manufacturer's directions. B. At the time of application, paint must show no signs of hard settling, excessive skinning, livering, or other deterioration. 3.06 PROTECTION A. Protect surfaces and installations requiring no painting or finishing by use of drop cloths, masking, or other approved precautionary measures. Repair or replace property and work of other trades damaged, marred or stained by painting and finishing operations. CORP2000479 09 90 00-15 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PAINTING AND COATING B. Prior to surface preparation and painting operations, remove, mask, or otherwise protect hardware, hardware accessories, machined surfaces, plates, light fixtures, and similar items not to be painted but which are in contact with painted surfaces. C. Mask openings in motors to prevent paint and other materials from entering the motors. D. Protect spaces used for mixing or storage of paint materials from damage or staining. Leave space in clean, neat condition. 3.07 COATING APPLICATION A. Manufacturer's Representative: The coating manufacturer will be responsible, through an authorized representative, to provide technical assistance to the paint Contractor as needed. B. Workmen: Employ workmen skilled in structural steel, piping, and mechanical equipment painting. C. Materials: 1. Coating materials, abrasive grit, and equipment used in painting and blasting are subject to inspection at any time by the Owner's Representative and Construction Manager. 2. Remove blasting grit and dust from the surface to be painted before paint application is begun. 3. Dust, dirt, oil, grease, or any foreign matter that will affect the adhesion or durability of the finish must be removed by washing with clean rags dipped in an approved cleaning solvent and wiped dry with clean rags. D. Application: 1. Priming: Not later than during the same day and before the formation of rust, the cleaned exterior surfaces shall be primed with the specified primer. 2. Intermediate Coat: All primed exterior surfaces shall be given a full intermediate coat of the specified paint. 3. Finish Coat: After adequate curing of the intermediate coat, the entire exterior surfaces shall then be given a final coat of the selected paint in the selected color. E. Paint Coating Methods: 1. Finished surfaces must be free from runs, drips, ridges, waves, laps, brush marks and variations in color, texture, and finish. 2. Double-lap all welds. Apply prime coat by brush to all weld areas; then apply prime coat to entire surface, including weld areas, by spray, roller or method selected. 3. Coat areas with a uniform film, free of sags, runs, or brush marks. 4. Except where otherwise specified, thin paint only as necessary for workability of coating material in accordance with manufacturer's printed instructions. Use only an appropriate thinner as recommended by the paint manufacturer. 5. When paint is being applied to any other closed areas, provide adequate ventilation. 6. Comply with recommendations of the paint manufacturer in regard to drying time for each coat, technique of spray application, ventilation, paint thinning, and safety CORP2000479 09 90 00-16 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PAINTING AND COATING precautions. The Contractor must fully inform all members of his field crew of these recommendations. 7. Where inspection shows that the specified thickness is not developed, apply additional coats in accordance with the manufacturer's surface preparation and cure schedule requirements to produce the required film thickness. 8. Repair and recoat improper applications as recommended by the manufacturer or as required by the Construction Manager. 9. Factory finished items shall be protected against damage during transit, storage, and erection. Damaged areas must be refinished as the original. The following items shall receive final finish at the factory, colors to be reviewed by the Owner and Owner's Representative. a. Electrical panels (to be factory painted ANSI No. 61 gray). b. Light fixtures. c. Pressure gages. d. Instrumentation. e. Valves and accessories f. Mechanical equipment with standard factory finish, subject to Owner's Representative's review. 10. The following items shall not be painted unless otherwise specified: a. Aluminum, brass, bronze, chrome, copper, or stainless steel. b. Nameplates or serial numbers. c. Grease fittings. d. Valve operator stems. e. Buried or encased piping or conduit. f. Concrete floors, interior walls, and slabs. g. Glass. h. Fiberglass doors, grating and handrail. i. Existing and new corrugated metal wall panels. j. Exterior split faces concrete masonry units. 11. Finish exterior doors on tops, bottoms, and side edges the same as the exterior face. 12. Sand lightly between each succeeding enamel or varnish coating. 13. Allow sufficient time between successive coatings to permit proper drying. F. Cleaning: Upon completion of the work, remove all staging and scaffolding. Dispose of all used grit, containers, and rubbish in a suitable manner. Remove overspray, paint spots, oil, or stains on adjacent surfaces. Leave the entire job clean and acceptable. END OF SECTION CORP2000479 09 90 00-17 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PAINTING AND COATING *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** SECTION 10 14 00 SIGNAGE PART 1 GENERAL 1.01 SCOPE OF WORK A. This Section includes the following: 1. Panel signs as scheduled. 2. Signage accessories. 1.02 RELATED WORK A. Division 26 — Electrical 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Product Data: Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for each type of sign. C. Shop Drawings: Include plans, elevations, and large-scale sections of typical members and other components. Show mounting methods, grounds, mounting heights, layout, spacing, reinforcement, accessories, and installation details. 1. Provide message list for each sign, including large-scale details of wording, lettering, artwork, and braille layout. D. Samples for Initial Selection: For each type of sign material indicated that involves color selection. E. Maintenance Data: For signage cleaning and maintenance requirements to include in maintenance manuals. 1.04 REFERENCE STANDARDS (NOT USED) 1.05 QUALITY ASSURANCE A. Installer Qualifications: An authorized representative of signage manufacturer for installation and maintenance of units required for this Project. B. Source Limitations: Obtain each sign type through one source from a single manufacturer. C. Regulatory Requirements: Comply with the Americans with Disabilities Act (ADA) and with code provisions as adopted by authorities having jurisdiction. 1. Interior Code Signage: Provide signage as required by accessibility regulations and requirements of authorities having jurisdiction. CORP2000479 10 1400-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SIGNAGE 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENT A. Field Measurements: Where sizes of signs are determined by dimensions of surfaces on which they are installed, verify dimensions by field measurement before fabrication and indicate measurements on Shop Drawings. 1.07 DELIVERY, HANDLING AND STORAGE A. For signs supported by or anchored to permanent construction, advise installers of anchorage devices about specific requirements for placement of anchorage devices and similar items to be used for attaching signs. 1. For signs supported by or anchored to permanent construction, furnish templates for installation of anchorage devices. 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 WARRANTY/EXTENDED WARRANTY (NOT USED) PART 2 PRODUCTS 2.01 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply for 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, the manufacturers specified. 2.02 PANEL SIGNS A. General: Provide panel signs that comply with requirements indicated for materials, thicknesses, finishes, colors, designs, shapes, sizes, and details of construction. 1. Produce smooth panel sign surfaces constructed to remain flat under installed conditions within tolerance of plus or minus 1/16 inch measured diagonally. B. Manufacturers: 1. Andco Industries Corp. 2. ASI Sign Systems, Inc. 3. Supersine Company (The). 4. Substitutions in accordance with Section 01300 - Submittals. C. Aluminum Sheet: Manufacturer's standard for exterior installation and as follows: 1. Color: As selected by OWNER or Architect from manufacturer's full range. D. Unframed Panel Signs: Fabricate signs with edges mechanically and smoothly finished to comply with the following requirements: 1. Corner Condition: Rounded to radius. CORP2000479 10 1400-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SIGNAGE E. Graphic Content and Style: Provide sign copy that complies with requirements indicated for size, style, spacing, content, mounting height and location, material, finishes, and colors of signage. 1. Overall Panel Size: 8 x 8 inches. 2. Panel Color: To be selected from manufacturer's standard colors. 3. Text and Graphic color: Raised text and graphics. Color to be selected from manufacturer's standard colors. 4. Letter Styles, colors, letter sizes and layout position: To be selected from manufactures standard color chart. 5. "No Smoking" signs shall include universal symbology and text. 2.03 ACCESSORIES A. Mounting Methods: Use concealed fasteners fabricated from materials that are not corrosive to sign material and mounting surface. B. Anchors and Inserts: Provide nonferrous-metal or hot-dip galvanized anchors and inserts for exterior installations and elsewhere as required for corrosion resistance. Use toothed steel or lead expansion-bolt devices for drilled-in-place anchors. Furnish inserts, as required, to be set into concrete or masonry work. 2.04 FINISHES, GENERAL A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Appearance of Finished Work: Variations in appearance of abutting or adjacent pieces are acceptable if they are within one-half of range of approved Samples. Noticeable variations in same piece are not acceptable. Variations in appearance of other components are acceptable if they are within range of approved Samples and are assembled or installed to minimize contrast. 2.05 RESTRICTIVE CAUTION AND HAZARD IDENTIFICATION SIGNS A. Room Warning Signs 1. Identical wall-mounted signs shall be furnished and installed, one in Operating Floor and at each entry door into Operating Floor. Actual mounting locations shall be as directed by the Owner. 2. The signs shall be enameled aluminum having dimensions 24-in by 24-in minimum. The signs shall each display the following message in accordance with ASTM E591: CAUTION HEARING PROTECTION REQUIRED B. Equipment Warning Signs 1. Permanent warning signs shall be mounted at all mechanical equipment which may be started automatically or from remote locations. Signs shall be in accordance with OSHA regulations and shall be suitable for exterior use. Mounting CORP2000479 10 1400-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SIGNAGE details shall be in accordance with manufacturer's recommendations and location shall be acceptable to the Owner. 2. Warning signs shall be 7-in high by 10-in wide, colored yellow and black, on not less than 18 gage vitreous enameling stock. Each sign shall read: CAUTION THIS EQUIPMENT STARTS AUTOMATICALLY BY REMOTE CONTROL C. Step Warning Signs 1. Permanent warning sign shall be mounted inside electrical room on the opposite side of the door hinge entering the pump room. Mounting details shall be in accordance with manufacturer's recommendations and location shall be acceptable to the Owner. Each sign shall read: CAUTION WATCH YOUR STEP D. Chlorine Room Warning Signs 1. Placement of the Chlorine Room warning signs shall be per the contract drawings (See structural sheets.). Mounting details shall be in accordance with manufacturer's recommendations and location shall be acceptable to the Owner. E. No Trespassing Signs 1. Permanent warning sign shall be mounted to each entrance gate of all fences. Mounting details shall be in accordance with manufacturer's recommendations and location shall be acceptable to the Owner. Each sign shall read: NO TRESPASSING F. Non-Potable Water Warning Signs 1. Placement of the Non-Potable Water warning signs for the hose bib station shall be per the contract drawings (See standard mechanical details.). Mounting details shall be in accordance with manufacturer's recommendations and location shall be acceptable to the Owner. 2.06 BUILDING SIGNS A. Building signs shall be provided for the following: 1. Chlorine Building B. Building signs shall be ASI LF Series, clear anodized aluminum, 1-1/4 in deep. C. For bidding purposes, text and composition of building signs shall be as shown on Drawings. Final text and composition shall be as shown on approved shop drawings. D. Mounting systems shall be as recommended by the manufacturer. CORP2000479 10 1400-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SIGNAGE PART 3 EXECUTION 3.01 DEMOLITION/PREPARATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of work. B. Verify that items, including anchor inserts, provided under other sections of Work are sized and located to accommodate signs. C. Examine supporting members to ensure that surfaces are at elevations indicated or required to comply with authorities having jurisdiction and are free from dirt and other deleterious matter. D. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. General: Locate signs and accessories where indicated, using mounting methods of types described and in compliance with manufacturer's written instructions. 1. Install signs level, plumb, and at heights indicated, with sign surfaces free from distortion and other defects in appearance. 2. Interior Wall Signs: Install signs on walls adjacent to latch side of door where applicable. Where not indicated or possible, such as double doors, install signs on nearest adjacent walls. Locate to allow approach within 3 inches of sign without encountering protruding objects or standing within swing of door. B. Wall-Mounted Panel Signs: Attach panel signs to wall surfaces using methods indicated below: 1. Mechanical Fasteners: Use non-removable mechanical fasteners placed through predrilled holes. Attach signs with fasteners and anchors suitable for secure attachment to substrate as recommended in writing by sign manufacturer. 2. Where panel signs are scheduled or indicated to be mounted on glass, provide matching plate on opposite side of glass to conceal mounting materials. C. Installation Schedule: Door Number Text Comments / Location A Chlorine Storage Room Exterior B Chlorine Feed Room Exterior B Chlorine Room Danger Exterior (See Warning Sign Chlorine on Drawings) 3.03 CLEANING AND PROTECTION A. After installation, clean soiled sign surfaces according to manufacturer's written instructions. Protect signs from damage until acceptance by Owner. END OF SECTION CORP2000479 10 1400-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SIGNAGE *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** SECTION 10 44 00 FIRE PROTECTION SPECIALITIES PART 1 GENERAL 1.01 SCOPE OF WORK (NOT USED) 1.02 RELATED WORK A. Division 06 — Wood, Plastics, and Composites B. Division 09 — Finishes 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Shop Drawings 1. Indicate physical dimensions, operational features, color and finish, wall mounting brackets with mounting measurements, anchorage details, rough-in measurements, location, details and fire rating of cabinets. C. Certifications and Shop Tests D. Operations and Maintenance Manuals 1. Product Data 2. Submit manufacturer's standard printed installation instructions. 3. Submit manufacturer's standard printed operation and maintenance data. a. Include test, refill or recharge schedules, procedures, and re-certification requirements. 1.04 REFERENCE STANDARDS A. Manufacturer's Qualifications 1. NFPA 10 — Portable Fire Extinguishers. B. Acceptable Manufacturers 1. Fire Extinguishers, Cabinets and Brackets a. J. L. Industries, Bloomington, Minnesota. b. Larsen's Manufacturing Co., Minneapolis, Minnesota. c. Potter-Rommer, Inc., Cerritos, Calif. 2. Substitutions: In accordance with Division 1 requirements. C. Services of Manufacturer's Representative 1.05 QUALITY ASSURANCE A. Conform to NFPA 10 requirements for extinguishers. CORP2000479 10 44 00-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION FIRE PROTECTION SPECIALTIES 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS A. Fire Extinguisher Brackets B. Fire Extinguishers C. Accessories 1.07 DELIVERARY, HANDLING AND STORAGE 1. Project conditions a. Do not install extinguishers when ambient temperatures may cause freezing. 1.08 MAINTENACE/SPARE PARTS (NOT USED) 1.09 EXTENDED WARRANTY PART 2 PRODUCTS 2.01 MATERIALS A. Materials Fire Extinguishers 1. Type 1 a. Fire Class: A,B,C b. Type: Multi-purpose Dry Chemical c. Capacity: 5 pounds d. Range: 15 feet e. UL Rating: 2A-10BC f. Shell Material: Enameled Steel g. Weight: 17 lbs. 2. Fire Extinguisher Brackets: Formed 16 gage galvanized sheet steel. 2.02 FABRICATION A. Fire Extinguisher Brackets 1. Fabricate to fit extinguisher specified. 2. Fabricate with integral spring type band and retaining clip. 3. Provide pre-drilled mounting holes. PART 3 EXECUTION 3.01 INSTALLATION A. Brackets 1. Install one bracket at each location noted on drawings or as required by Authority Having Jurisdiction. 2. Install plumb and level. 3. Mounting height from finished floor in accordance with NFPA 10. CORP2000479 10 44 00-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION FIRE PROTECTION SPECIALTIES 3.02 FIELD PAINTING A. Finishes 1. Extinguishers: Baked red enamel. 2. Brackets: Baked red enamel. END OF SECTION CORP2000479 10 44 00-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION FIRE PROTECTION SPECIALTIES *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** SECTION 13 34 00 FABRICATED ENGINEERED STRUCTURES PART 1 GENERAL 1.01 SCOPE OF WORK A. Contractor to furnish precast, post-tensioned concrete building. Building to be field erected on cast-in-place concrete foundation in accordance with Manufacturer's recommendations. Building to be provided by Manufacturer with all necessary openings as specified in conformance with Manufacturer's structural requirements. 1.02 RELATED WORK A. Division 03 — Concrete B. Division 09 — Finishes 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Building engineering calculations that are designed and sealed by a Professional Engineer, licensed in the State of Texas, shall be submitted for review. 1.04 REFERENCE STANDARDS A. ACI-318-14, "Building Code Requirements for Structural Concrete". B. ASCE-7-10, "Minimum Design Loads for Buildings and Other Structures". C. 2012 IBC, "2018 International Building Code". D. Texas Department of Licensing and Regulation Windstorm Resistant Code. E. PCI Design Handbook, Precast/Prestressed Concrete Institute. F. UL 752, Standard for Safety for Bullet Resisting Equipment, Underwriters Laboratories Inc. G. "Manual of Standard Practice", Concrete Reinforcing Institute. H. ASTM, American Society for Testing and Materials: 1. C150 - Standard Specification for Type I and Type II - Low Alkali Portland cement. 2. C33 - Standard Specification for Concrete Aggregates. 3. A36 - Standard Specification for Carbon Structural Steel. 4. A615 - Standard Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement. CORP2000479 13 34 00-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION FABRICATED ENGINEERED STRUCTURES 5. A706 - Standard Specification for Low-Alloy Steel Deformed and Plain Bars for Concrete Reinforcement. 6. A416 - Standard Specification for Steel Strand, Uncoated Seven-Wire for Prestressed Concrete. 7. A1064 - Standard Specification for Steel Wire and Welded Wire Reinforcement, Plain and Deformed, for Concrete. 8. A307 - Standard Specification for Carbon Steel Bolts and Studs, 60,000 PSI Tensile Strength. 9. A123 - Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products. 10. A153 - Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware. 1.05 QUALITY ASSURANCE A. Building fabricator must have a minimum of 10 years experience manufacturing pre- cast concrete buildings. B. Building fabricator must be a producer member of the National Precast Concrete Association (NPCA). C. No alternate building designs to the pre-engineered specified building manufacturers will be allowed unless pre-approved by the Owner TEN (10) days prior to the bid date. D. Acceptable Manufacturers: 1. Lonestar Prestress Mfg., Inc., Houston, Texas 2. Oldcastle Precast, Telford, Pennsylvania 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS A. Dimensions: 1. Per project drawings. B. Standard Design Loads: 1. Wind Loading - Min. 160 MPH (ASCE 7-10, Category III, Exposure C, Enclosed Building). 2. Roof Live Load - 60 PSF. 3. Floor Live Load — N/A. 4. Seismic Design Category 'B', Seismic use Group I, Site Class "D", Seismic Importance Factor 1.25. C. Roof: Roof panel shall double slope from centerline to edge. The roof shall extend a minimum of 6" beyond the wall panel on each side and have a turndown design which extends 1" below the top edge of the wall panels to prevent water migration into the building along top of wall panels. Roof shall also have an integral architectural ribbed edge. Roof slabs shall be designed to clear span without intermediate internal support. CORP2000479 13 34 00-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION FABRICATED ENGINEERED STRUCTURES D. Keyway Roof Joints: Grout in keyway shall be polymer concrete placed after coating keyway with a methyl methacrylate resin and isocyanate resin. E. Floor: There shall be a 1 1/2" deep recess, the width of the wall panels, cast into the floor. The 1 1/2" recess makes the interior floor surface 1 1/2" higher than the joint between the wall panel and floor slab preventing intrusion of water. F. Walls shall be of an insulated precast concrete sandwich panel type. The walls shall have an extruded polystyrene core sandwiched between interior and exterior concrete wythes. The wall panels shall have a minimum thickness of 61/2". Minimum wythe thickness shall be 2". The walls shall have a minimum equivalent R-value of R-26 per the 2012 International Energy Conservation Code. 1.07 DELIVERY, HANDLING AND STORAGE (NOT USED) 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 EXTENDED WARRANTY A. The Manufacturer shall provide a ten (10) year warranty from the date of successful start-up and Owner acceptance for the precast concrete structure to be free of defects material and/or workmanship under normal use and service. B. All other components supplied as part of the precast concrete structure shall be warranted for a period of two (2) year from the date of successful start-up and Owner acceptance. PART 2 PRODUCTS 2.01 MATERIALS A. Concrete: Steel-reinforced, 6000 PSI minimum 28-day compressive strength. B. Reinforcing Steel: ASTM A615, grade 60 or ASTM A1064, grade 80 unless otherwise indicated: 1. Post-tensioning Strand: Roof shall be post-tensioned in field after keyway is filled and has cured to required strength (psi). Post-tensioned cable shall be 41K Polystrand CP50, .50 in., 270 KSI, 7-wire ungreased strand (ASTM A416). There shall be a minimum of three post-tensioning cables connecting roof panels together to provide watertight joint. C. Caulking: All joints between panels shall be caulked on the exterior and interior surface of the joints. Caulking shall be SIKAFLEX-IA elastic sealant or equal. Exterior caulk joint to be 3/8" x 3/8" square so that sides of joint are parallel for correct caulk adhesion. Back of joint to be taped with bond breaking tape to ensure adhesion of caulk to parallel sides of joint and not the back. D. Panel Connections: All panels shall be securely fastened together with 3/8" thick stainless steel brackets. Steel is to be of structural quality, stainless steel complying with ASTM F593. All fasteners to be 304 stainless steel bolts complying with ASTM CORP2000479 13 34 00-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION FABRICATED ENGINEERED STRUCTURES F593 for stainless steel, hex caps screws, and studs of the size required, by the manufacturers calculations. Cast-in anchors used for panel connections to be Dayton- Superior #F-63, or equal. All inserts for corner connections must be secured directly to form before casting panels. Floating of connection inserts will not be allowed. 2.02 ACCESSORIES — (PROVIDED BY PRECAST BUILDING MANUFACTURER) A. Door and Frame: Shall comply with Steel Door Institute "Recommended Specifications for Standard Steel Doors and Frames" (SDI-100), and as also herein specified. The building shall be equipped with doors as indicated on the drawings. Doors shall be single or double 3'-0" x 7'-0" x 13/4", stainless steel doors per Specification Section 08 71 00 — Door Hardware, with insulated core and galvanized. Doors shall open as noted on drawings. Frames shall be stainless steel per Specification Section 08 71 00 — Door Hardware. Doors and frames shall be painted with one coat of primer and one finish coat of epoxy paint, medium gray, if no other color is specified. B. Door Hardware: 1. Handle: Lindstrum pull-handle stainless steel, 8-1/2" x 2", or equal at exterior. Interior shall be panic-bar full width. 2. Lockset: Cal-Royal lever lock or Easi-Set or equal. 3. Deadbolt: Yale or Easi-Set stainless steel keyed outside only or equal. 4. Hinges: Hagar stainless steel five knuckle ball bearing with non-removable pins or equal. 5. Threshold: Hagar or National Guard Products extruded aluminum with neoprene seal or equal. 6. Overhead Door Holder: Yale surface mounted overhead slide type with safety release or equal. 7. Drip Cap: Hager or National Guard Products aluminum with stainless steel screws or equal. 8. Door Closer: Norton 7500 or Yale 4410 with hold open or equal. 9. Surface Bolts (Upper and Lower): Magnokrom Inc. 400-401 stainless steel finish or equal, as required for double doors. 10. Astragal: Stainless steel, same finish and brand as door, as required for double doors, removable. 11. Door Stop: Ives 445B26D stainless steel (inactive leaf only) or equal, as required for double doors. 2.03 HVAC A. HVAC systems shall consist of air conditioning (AC) units, unit heaters (UH) for system downtime and extreme winter operation, and a positive pressurization/filtration unit (PPU). Building manufacturer shall coordinate all aspects of providing the specified HVAC systems including, but not limited to, equipment, materials, labor, conduit, wiring, etc. 1. The AC units serving the Electrical Room shall be sized for the building envelope loads using ASHRAE minimum `R' values and ASHRAE weather data, and include both outside air loads from the PPU and internal heat gain from the electrical CORP2000479 13 34 00-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION FABRICATED ENGINEERED STRUCTURES equipment. AC units shall be located to distribute airflow throughout the space and not blow directly into electrical equipment. 2. Provide separate condensate dry wells and piping for each AC unit. 3. The PPU shall be vertical upflow type and have a total airflow for 6 air changes per hour with 250 CFM outside air for pressurization. PPU shall be located in the Control Room. 4. The unit heaters shall be sized for the building envelope loads using ASHRAE 90.1 minimum `R' values and ASHRAE weather data, and include outside air loads from the PPU. B. Equipment shall be 208/3/60, refer to electrical drawings. C. Materials shall be aluminum with stainless steel fasteners, unless noted otherwise. D. Provide a wall mounted thermostat for each AC unit and unit heater. E. The following table includes preliminary sizing of the HVAC equipment. Building Manufacturer shall verify HVAC equipment sizes indicated with proposed electrical equipment and building construction. Notify engineer of any discrepancies or changes. Table 1 — HVAC Equipment Tag Serves Size AC-1 Electrical Room 2 tons 2.04 LIGHTING A. External lights shall be provided on each building, adjacent to doors and as shown on the plans. Lights shall be per Electrical drawings and specifications. B. Interior lighting shall be provided per the Electrical drawings and specifications. C. Building manufacturer shall coordinate all aspects of providing a working lighting system including, but not limited to, equipment, materials, labor, conduit, wiring, etc. 2.05 EMERGENCY APPURTENANCES A. Building shall be provided with emergency exit signs and emergency lighting as required by code and Electrical drawings and specifications. 2.06 FINISHES A. Interior of Building: Smooth steel form finish on all interior panel surfaces, painted with two coats of epoxy paint as manufactured by white Sherwin-Williams, or equal. B. Exterior of Building: Architectural precast textured concrete masonry unit finish: Finish shall be imprinted in top face of panel while in form using an open grid impression tool. Face of panels shall be coated with an acrylic concrete stain: FOSROC; or United CORP2000479 13 34 00-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION FABRICATED ENGINEERED STRUCTURES Coatings. Stain color will be as selected by Owner. Stain shall be applied per Manufacturer's recommendation. PART 3 EXECUTION 3.01 SITE PREPARATION REQUIREMENTS (CAST-IN-PLACE FLOOR) A. Concrete floor slab will be constructed by the Contractor. The floor slab will be designed to support the anticipated load of the building walls and its contents. B. The floor shall have a 1 1/2" deep recess, the width of the wall plus 3 1/2" wide cast into the floor around the perimeter except at doors. The 1 1/2" recess shall make the interior floor surface 1 1/2" higher than the joint between the wall panel and the foundation preventing intrusion of water. C. The finished floor slab elevation will be above the exterior grade. The grade will have a positive slope and drainage away from the building at all points. D. Concrete slab to be steel reinforced and level within 1/8" in both directions. E. Foundation depth and reinforcement to be in accordance with design drawings. F. Corner of slab must be square, not chamfered, to allow for proper sealant joint. 3.02 ACCESS A. Contractor shall provide level unobstructed area large enough for crane and tractor/trailer to park adjacent to pad. Crane shall be able to place outriggers within T-0" of edge of pad and truck and crane must be able to get side-by-side under their own power. No overhead lines may be within 75' radius of center of pad. 3.03 ERECTION OF BUILDING A. Erection of building shall be performed by building manufacturer or by a sub- contractor authorized and approved by the building manufacturer. Erection shall be in complete accordance with the requirements of the building manufacturer. B. After completion of the work, Building Manufacturer shall engage an engineer licensed in the State of Texas to inspect the work and prepare a certification that the work has been done in complete accordance with these specifications and their requirements. END OF SECTION CORP2000479 13 34 00-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION FABRICATED ENGINEERED STRUCTURES SECTION 26 00 00 ELECTRICAL GENERAL PROVISIONS PART 1 GENERAL 1.01 SCOPE OF WORK A. This scope covers the furnishing, installation, testing, adjusting and placing in operation all electrical equipment, devices, facilities, materials, and auxiliary items necessary for the complete and successful operation of all electrical equipment as herein described, shown on the plans, or deemed necessary for the completion of the electrical portion of the project. It is the intent of Division 26 to outline the electrical requirements of the contract in order to provide the information necessary for the construction of a fully operational system as shown on the plans and as herein described. A comprehensive electrical scope of work is as follows: 1. Power/Electrical System 2. Lighting System 3. Control System 4. Utility Work 5. Connection of Electrically Powered Mechanical Equipment 6. Temporary Construction Power 7. All Incidentals Necessary for a Complete and Fully Operational Electrical System. 1.02 RELATED WORK A. Division 26 — Electrical B. Division 40 — Process Interconnections 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. 1. The Contractor installing all Electrical work shall review and approve all electrical shop drawings prior to submittal to the Engineer for review. As part of the review, the installer shall certify the following: a. I hereby certify that the (equipment (material) (article) shown and marked in this submittal is in compliance with the contract drawing and specifications, can be installed in the allocated space, will be stored in accordance with the manufacturer's recommendation, will be installed per NEC, and is submitted for approval. Certified by: Date: B. Shop drawing received without the Certification above will be returned without being reviewed. The Certification must be signed by the Master Electrician in responsible charge of the project. CORP2000479 26 00 00-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ELECTRICAL GENERAL PROVISIONS C. Submit shop drawings and product data grouped to include complete submittal of related systems, products, and accessories in a single submittal. No electrical work may be performed until shop drawings are approved. Submit Shop Drawings on the Following Systems as Grouped Below: 1. Low Voltage Power/Electrical System a. Conduit and Conduit Fittings b. Wire c. Pull Boxes d. Panelboards e. Panelboard Layouts f. Circuit Breakers g. Disconnects h. Fuses i. Conduit Support Systems j. Wiring Devices k. Switchboards I. Transformers m. Surge Protection Equipment n. Motor Starters o. VFDs p. Soft Starts q. Motor Starters r. Equipment and Conduit/Tray Supports 2. Power System Studies a. Prior to Approval of Any Power Equipment (i) Load Flow (ii) Short Circuit (iii) Protective Device Evaluation b. Prior to application of Electrical Power (i) Arc Flash c. After 30 Day Facility Run Test (i) Final Load Flow (ii) Final Short Circuit (iii) Final Protective Device Evaluation (iv) Final Arc Flash (v) Final Harmonic Studies d. 3. Generator Equipment a. Generator b. Fuel System c. Generator Enclosure d. Low Voltage Transfer Switches CORP2000479 26 00 00-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ELECTRICAL GENERAL PROVISIONS 4. Lighting System a. All Light Fixtures (i) Computer Printout of Lighting Layout (a) Site (b) All Process Areas (c) All Buildings (ii) Sample Fixture (as directed by Engineer) (iii) IES Photometric Files (iv) Energy Code Analysys 5. Miscellaneous Utility Work a. Power Company Coordination and Ducts b. Telephone Company and Ducts c. Network Communication Company and Ducts 6. Miscellaneous Electrical Equipment a. Miscellaneous Electrical Parts 7. Drawings a. Coordination drawing of All Electrical Rooms b. Conduit layout drawings c. Duct drawings D. Mark dimensions and values in units to match those specified. 1.04 REFERENCE STANDARDS A. ANSI/NFPA 70 — National Electrical Code. B. ANSIC2 — National Electrical Safety Code. C. ANSI — American National Standards Institute D. IBC — International Building Code E. IEEE —The Institute of Electrical and Electronics Engineers F. IES — The Illuminating Engineering Society of North America G. ISA— International Society of Automation H. NECA— National Electrical Contractor Association I. NEMA— National Electrical Manufacturer's Assoc. J. NETA — International Electrical Testing Association K. NFPA— National Fire Protection Assoc. L. TCEQ —Texas Commission on Environmental Quality CORP2000479 26 00 00-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ELECTRICAL GENERAL PROVISIONS M. OSHA — The Occupational Health and Safety Administration of the United States Department of Labor N. UL— Underwriters Laboratories 1.05 QUALITY ASSURANCE (NOT USED) 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE (NOT USED) 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 WARRANTY/EXTENDED WARRANTY (NOT USED) 1.10 WORKING CLEARANCES A. Working clearances around equipment requiring electrical services shall be verified by Contractor to comply with Code requirements. Should there be apparent violations of clearances; the Contractor shall notify the Engineer before proceeding with connection or placing of equipment. B. In the case of panelboards, safety switches and other equipment requiring wire and cable terminations, the Contractor shall ascertain that lug sizes and wiring gutters or space allowed for proper accommodation and termination of the wires and cables are adequate. 1.11 WORKMANSHIP A. Workmanship under this Division shall be accomplished by persons skilled in the performance of the required task. All work shall be done in keeping with conventions of the trade. Work of this Division shall be closely coordinated with work of other trades to avoid conflict and interference. 1.12 PROTECTION OF ELECTRICAL EQUIPMENT A. All electrical equipment and wiring shall be stored in a clean and dry location. The location shall be temperature and humidity controlled. All equipment shall be stored per the equipment manufacturer's published storage requirements and recommendation. The equipment supplier shall verify that the storage location proposed by the contractor is acceptable to the equipment manufacturer. The contractor shall submit documentation proving that the storage location is acceptable to the manufacturer B. All equipment stored outside of the equipment manufacturers published storage guidelines shall be replaced at the contractor expense. The contractor shall provide temperature and humidity monitoring equipment in the storage area as part of the proof of acceptable storage. C. One equipment is placed in an electrical room, the room must be temperature and humidity controlled. In addition, the environment must remain clean and dirt free. CORP2000479 26 00 00-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ELECTRICAL GENERAL PROVISIONS Doors and temporary AC units must be installed prior to electrical equipment being placed in the rooms. Recording temperature and humidity gauges will be required in all electrical and process areas with electrical equipment once the equipment is placed. D. The contractor shall provide monthly storage reports including the temperature and humidity reading for each storage area. The reports shall include 15 minute interval time frame for all temperature and humidity readings. 1.13 UTILITIES A. The Contractor shall provide a fully operational electrical service as described in the plans. 1. Arrange with the utility company for the services and install the services in accordance with their requirements, regulations and recommendations. 1.14 WARRANTY/EXTENDED WARRANTY A. Per Division 1 1.15 TEMPORARY POWER AND LIGHTS DURING CONSTRUCTION A. It shall be the responsibility of the Contractor to provide and maintain adequate temporary power and lighting at all times during construction, so that the various other trades can accomplish their work in a flawless manner. Particular attention will be given to lighting for masonry, drywall, painting, tile work and any other finish work. 1.16 MATERIAL STANDARDS A. Material shall be new and comply with standards of Underwriters' Laboratories, Inc., where standards have been established for the particular product and the various NEMA, ANSI, ASTM, IEEE, AEIC, IPCEA or other publications referenced. 1.17 TEST EQUIPMENT A. The contractor shall provide all test equipment and supplies deemed necessary by the Engineer at no extra cost to the Owner. All equipment shall have a current certification certificate. These supplies shall include but not be limited to the following: volt meters, amp meters, light meters, watt meters, harmonic distortion test equipment, thermal image camera, high pot test equipment, power quality analyzers, and oscilloscopes. B. The test equipment is in addition to any equipment necessary to conduct the testing prescribed in the project documents. 1.18 REGULATORY REQUIREMENTS A. Conform to applicable sections of the Building Code and all local rules, regulations and ordinances. B. Electrical: Conform to NFPA 70 & National Electric Safety Code CORP2000479 26 00 00-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ELECTRICAL GENERAL PROVISIONS C. Obtain permits, and request inspections from authority having jurisdiction. D. References listed in Paragraph 1.04, this section. 1.19 FINAL INSPECTION AND TESTING A. After the electrical installation is complete, the Contractor shall deliver to the Engineer the following information with his request for final inspection. 1. One set of contract drawings marked to show all significant changes in equipment ratings and locations, alterations in locations of conduit runs, or of any data differing from the contract drawings. This shall include revised or changed panelboard and switchgear schedules. 2. Certificates of final inspection from local authority. 3. A tabulation of all motors listing their respective manufacturer, horsepower, nameplate voltage and current, actual running current after installation and overload heater rating. B. The electrical work shall be thoroughly tested to demonstrate that the entire system is in proper working order and in accordance with the plans and specifications. Each motor with its control shall be run as nearly as possible under operating conditions for a sufficient length of time to demonstrate correct alignment, wiring capacity, speed and satisfactory operation. All main switches and circuit breakers shall be operated, but not necessarily at full load. Contractor may be required during final inspection, at the request of the Engineer to furnish test instruments for use during the testing. 1.20 STAFFING A. The electrical contractor shall provide an "Unlimited Electrical Journeyman Electrician" who has been deemed so by exam through the State of Oklahoma as the Electrical Superintendent for the project. The Electrical Superintendent shall be on the project site any time any electrical work is performed by the contractor. B. In addition, the contractor shall provide one Journeyman electrician for every four "Electrical Apprentices" used on the project site. 1.21 PROCESS EQUIPMENT A. The electrical contractor is required to read all other equipment specifications contained in these documents and provide all required power and control conductors required by said equipment to allow them to function as described. B. All equipment for which power is not specifically indicated on the plans shall be provided with power per the NEC to the nearest panelboard, MCC, or switchboard with adequate capacity to serve said equipment as calculated by the NEC. 1.22 COORDINATION DRAWINGS A. The contractor shall provide 3-D Revit coordination drawings for all electrical rooms. CORP2000479 26 00 00-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ELECTRICAL GENERAL PROVISIONS B. The drawings shall be used by the contractor to coordinate conduits stub ups for equipment and cable tray routing. C. The coordination drawings must be approved prior to installation any below grade conduits associates with a building. 1.23 AS-BUILT DRAWINGS A. The contractor shall provide detailed as-built drawings for the project indicating all power wiring. (All Drawings shall be delivered to the Owner in an AutoCAD 2019 Format.) B. The As-Built drawings shall include detailed drawings of all duct banks, underground conduit, above ground conduit, motor control centers, PLC control panels, control drawings. These drawings shall indicate exact location of all underground electrical wiring and fiber optic cable. C. CP&Y will provide electronic copies of all drawings in the bid plans set on a CD for use by the contractor. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION CORP2000479 26 00 00-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ELECTRICAL GENERAL PROVISIONS *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** SECTION 26 00 02 ELECTRICAL SAFETY EQUIPMENT PART 1 GENERAL 1.01 SCOPE OF WORK A. This Section includes the following: 1. Arc Flash Personal Protection Equipment. 2. Voltage Rated Gloves 3. Electrical Tools 4. Test Equipment 5. Lock Out Tag Out Equipment 6. Training Aids 1.02 RELATED WORK (NOT USED) 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Product Data: For each piece of safety equipment. C. Samples: For each type of label and sign to illustrate size, colors, lettering style, mounting provisions, and graphic features of identification products. 1.04 REFERENCE STANDARDS (NOT USED) 1.05 QUALITY ASSURANCE (NOT USED) 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE (NOT USED) 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 WARRANTY/EXTENDED WARRANTY (NOT USED) PART 2 PRODUCTS 2.01 ARC FLASH LEVEL II — PPE (11 CAL/CM2) A. Provide 2 Salisbury model SKCA11 Arc Flash PPE Kits (sizes as requested by customer). 2.02 600 V ELECTRICAL GLOVES A. Provide 2 Salisbury model E0011B gloves (size as requested by customer). B. Provide 2 sets of cotton liner gloves. CORP2000479 26 00 02-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ELECTRICAL SAFETY EQUIPMENT C. Provide 2 Salisbury model ILPG protectors (size as requested by customer). D. Provide 4 Salisbury model GB112 glove bags. 2.03 NON-CONTACT VOLTAGE SENSING EQUIPMENT A. Provide 2 - Fluke 1LAC-II Volt Alert units B. Provide 1 — Salisbury model 4556 high voltage non-contact voltage detector with associated shotgun hot stick. 2.04 MULTIMETERS A. Provide 1 — Fluke 115 digital multimeters, 1 — Fluke C510 leather cases, 1 — I410 amp clamps, and 1 —TL 223 test leads. 2.05 INSULATED TOOLS A. Provide 1 — Klein "22 Piece General-Purpose Insulated Tool Kits", each kit to include a carrying case. 2.06 LOCKOUT, TAGOUT STATIONS A. Provide 1 — Prinzing model LC251M Lockout, Tagout Station for each 480V switchboard or panelboard located in an air-conditioned space. Mount lockout, tagout stations as directed by the owner in the field. B. Mats shall be: 1/4" thick Type 11 Class 2, Recommended max. voltage of 17,000 volts AC RMS C. Mats shall meet Ozone, Flame and Oil Resistance requirements. 2.07 TRAINING VIDEOS A. Provide NFPA 70E video training aids B. Provide Multimeter safety video C. Provide lockout, tagout PART 3 EXECUTION 3.01 TRAINING A. Provide NFPA 70E and Lockout / Tagout training course for up to 10 employees from two shifts. The course shall be a minimum of 16 hours. Upon completion of the course the employees shall be able to: 1. Identify electrical safety hazards and plan protective schemes and techniques to address each hazard 2. Know what safety requirements employers are legally required to provide for employees CORP2000479 26 00 02-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ELECTRICAL SAFETY EQUIPMENT 3. Recognize the steps needed to work on or near live parts 4. Analyze work tasks and select the appropriate PPE 5. Determine the hazard risk category classification of a given task 6. Locate specific requirements for energizing and de-energizing power circuits 7. Explain the intent and limitations of personal protective equipment 8. Locate a simplified approach to assure adequate PPE for diverse tasks 9. Employ the specific steps to be taken to ensure an electrically safe work condition 10. Create lockout/tagout procedures applicable to any given facility or activity B. The training course shall be performed at the Owner's proposed facility upon completion of the proposed plant start-up. C. Provide training on the use of all safety equipment provided. D. The training course shall be a Professional Development Seminar offered by the NFPA, and shall be the"NFPA 70E: Standard for Electrical Safety in the Workplace", or Engineer approved equal. END OF SECTION CORP2000479 26 00 02-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ELECTRICAL SAFETY EQUIPMENT *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** SECTION 26 05 02 COMMON MOTOR REQUIREMENTS FOR PROCESS EQUIPMENT PART 1 GENERAL 1.01 SCOPE OF WORK A. Equipment: This section specifies general requirements for fractional and integral horsepower electric motors 150hp and below with a voltage rating of 480VAC or below. Unless otherwise specified, provide motors meeting the basic requirements for high efficiency premium insulation general-purpose alternating current motors, as defined in NEMA MG 1. B. Unit Responsibility: Motors shall be furnished under other sections of this specification as a part of the driven equipment. The contractor is responsible for all coordination between the various components, as well as for the warranty. C. Exceptions: Exceptions to this section are listed in the various sections that specify motor-driven equipment or are indicated on the drawings. D. Motors connected to variable frequency drives shall be inverter duty rated; each bearing on the non-drive end shall be insulated. E. This specification does not cover Submersible Motors. F. The City has purchased equipment to be used for this project. Purchase Orders (POs) are attached at the end of each of the pre-purchased equipment specification. The Contractor shall provide Services for all equipment provided by the Owner, as specified in Section 01 64 00 — Owner-Furnished Products as well as elsewhere in the Contract Documents. 1.02 RELATED WORK A. Division 26 — Electrical B. Division 40 — Process Interconnections 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Requirements: Refer to Division 26 and to the specific driven equipment sections. C. Information: Include the following information on the attached motor data sheet. 1. Manufacturer. 2. Rated full load horsepower. 3. Rated volts. 4. Number of phases. CORP2000479 26 05 02-1 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON MOTOR REQUIREMENTS FOR PROCESS EQUIPMENT 5. Frequency in hertz. 6. Locked rotor amperes (LRA) at rated voltage or NEMA code letter. 7. NEMA design letter. 8. Bearing Type. 9. Service Factor. 10. Nominal speed at full load. 11. Full Load Amperes (FLA) 12. Efficiency at 1/2, 3/4 and full load. 13. Power factor at no load, 1/2, 3/4 and full load. 14. NEMA insulation system classification. For motors installed outdoors, include information showing compliance with the intent of paragraph 2.03D. 15. Corrosion duty rating 16. Fan, end bell cast evidence. D. Integral Horsepower Motors 40HP and Larger: In addition to the information listed above, include: 1. No load amperes. 2. Safe stall time. 3. Maximum guaranteed slip at full load. 4. Motor damage curves for motors larger than 100HP. 5. Motor manufacturer recommended maximum power factor correction capacitor KVAR. E. Include the motor data sheet at the end of this section in submittal. F. The motor manufacturer shall provide in writing that he has coordinated the motor data with VFD and or RVSS manufacturer and that the motor is suitable for VFD or RVSS application. G. Literature and drawings describing the equipment in sufficient detail, including parts list and materials of construction, to indicate full conformance with the Specifications. H. Submit a letter certifying full and complete compliance with the Specifications, Drawings and other project requirements. The letter shall list any exceptions or deviations from specified requirements, if any and reasons for same. Exceptions or deviation shall also be clearly marked in a separate color in submittals. 1.04 REFERENCE STANDARDS A. The following standards shall apply as if written here in their entirety: 1. ANSI/NEMA MG1 - Motors and Generators. 2. ANSI/UL 674(A) - Safety Standard for Electric Motors and Generators for Use in Hazardous Locations, Class II, Groups E, F and G. 3. ANSI/UL 674(B) - Safety Standard for Electric Motors and Generators for Use in Hazardous Locations, Class I, Groups C and D. 4. NFPA 70 - National Electrical Code (latest Edition). 5. IEEE 112 -Standard Test Procedure for polyphase induction motors and generators. CORP2000479 26 05 02-2 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON MOTOR REQUIREMENTS FOR PROCESS EQUIPMENT 6. UL 1004 - Electric Motors. 7. ASTM B173 - Standard Specification for Rope-Lay-Stranded Copper Conductors Having Concentric-Stranded Members, for Electrical Conductors. 1.05 QUALITY ASSURANCE A. Manufacturer's Qualifications 1. The general construction of the motor and materials shall be similar to that used for motors of the same size and rating in continuous production for at least 15 years and successfully operating in the field in substantial quantities. Upon request,the manufacturer shall submit a copy of his Quality Assurance Manual detailing the quality control and quality assurance measures in place at his facility. 2. The manufacturer shall have available for audit detailed descriptions of the method by which his various manufacturing processes and production test are recorded, thus enabling the "traceability" of the completed motor. All steps in the manufacturing process, from receipt of raw material to the final tests, are to be included. Where multiple records are used, the method for cross-referencing shall be noted. B. Acceptable Manufacturers 1. The motor model shall be as listed and manufactured by one or more of the following manufacturers unless otherwise approved by the Engineer. a. General Electric. b. TECO/Westinghouse c. Siemens. d. Toshiba. e. US Motors. 1.06 SYSTEM DESCRIPTION / DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE A. Store in a clean, dry space. Maintain factory wrapping or provide an additional heavy canvas or heavy plastic cover to protect units from dirt, water, construction debris and traffic. B. Handle in accordance with manufacturer's written instructions. Lift only with lugs provided for the purpose. Handle carefully to avoid damage to components, enclosure and finish. 1.08 MAINTENANCE / SPARE PARTS (NOT USED) 1.09 EXTENDED WARRANTY A. Base Warranty per Division 1 — General Requirements. B. Extended Warranty Period: No less than the driven equipment warranty. CORP2000479 26 05 02-3 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON MOTOR REQUIREMENTS FOR PROCESS EQUIPMENT PART 2 PRODUCTS 2.01 FABRICATION A. Rating 1. Speed and Size: a. Speed and horsepower sizes are specified in the driven equipment specification sections or are indicated on the drawings. b. Furnish motors sufficiently sized for the particular application and with full-load rating not less than required by the driven equipment at specified capacity. c. Size motors so as not to overload at any point throughout the normal operating range. d. Furnish dual speed motors of two speed, two winding type, when specified. 2. Frequency: 60 hertz. 3. Service Factor: 1.15 for all motors. B. Design Type 1. Motors Smaller Than 1/6 Horsepower: Provide single-phase 120 volts, induction motors with integral thermal protectors. 2. Motors 1/6 Through 1/2 Horsepower: Provide single-phase 120 volts, NEMA Design N, induction motors. 3. Motors Larger Than 1/2 Horsepower: Provide 3-phase, 480 volts NEMA Design B, induction motors unless specified otherwise. 4. Acceleration NEMA Time: If the calculated acceleration time of the combined motor and driven load exceeds 3 seconds at 90 percent of rated voltage, request review by the Engineer. Do not proceed with manufacturing without approval. 5. All induction motors shall have squirrel cage rotors. 6. Motor shall be suitable for outdoor environment. C. Motor Insulation and Winding 1. Class: Use a Class F insulation with temperature Rise of Class B or better, meeting the requirements of NEMA MG 1 and made of non-hygroscopic materials. The insulation shall be manufacturer's premium grade, resistant to attack by moisture, acids, alkalies, and mechanical or thermal shock for 480-volt motors. 2. All insulated winding conductors shall be copper. 3. Insulation for inverter duty motor shall meet or exceed the Pulse Endurance Index for magnetic wire and shall not be damaged when exposed to repeated pulse type wave forms, repetitive high voltage transients, switching frequency and rate of rise of the pulse. All bearings on the non-drive end shall be insulated. 4. Outdoor Suitability: all motors must be suitable for outdoor installation. D. Grounding Connections 1. Ground provisions shall be furnished per NEMA standard. 2. For motors less than 1/6 HP, each motor shall be furnished with provision for attaching a ground connection to the motor frame inside the motor terminal housing. CORP2000479 26 05 02-4 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON MOTOR REQUIREMENTS FOR PROCESS EQUIPMENT E. Leads 1. For motor leads, use not less than ASTM B 173, Class G, stranded copper conductors with insulation the same as or better than specified in the preceding Motor Insulation paragraph. 2. Provide permanent identification numbers on leads according to NEMA MG1. 3. Use crimp-on, solderless tinned copper terminals on leads and place heat-shrink insulation sleeves or covers between leads and terminals. F. Enclosure 1. Use enclosure type as follows: a. Indoors: Totally enclosed, fan cooled (TEFC). b. Outdoors: Totally enclosed, fan cooled (TEFC), weatherproof. c. Class 1 Division 2 Area: Provide motors totally enclosed, non-vented, explosion proof (TEFC-XP). d. Class 1 Division 1 Area: Provide motors rated for this class. e. Motors mounted vertically shall be provided with the rain/snow shield made of the same material as the motor frame. f. Motors shall have drain openings and plugs suitably located for the type assembly being provided. g. Motor shall be corrosion resistant and severe duty rated per IEEE 841. 2. TEFC motors shall have a cast iron frame, cast iron end brackets, cast iron bell frame, cast iron conduit box, tapped drain holes (erosion resistant plug for frames 286T(20HP) and smaller and automatic breaker/drain devices for frame 324T(25HP) and larger, and upgraded insulation by additional dips and baked to increase moisture resistance. G. Additional Requirements for Vertical motors 1. Solid shaft vertical motors are acceptable for all applications except when the connection to the driven equipment consists of sectional driven shaft which may unscrew and lengthen with direction reversal. 2. Hollow shaft vertical motors are acceptable for all applications when the thrust is in the direction to engage the coupling. 3. Hollow shaft vertical motors coupled to a sectional drive shaft with screwed joints shall have special coupling described as follows: a. Provide motors, except the explosion-proof type, with self-releasing couplings designed to disconnect motor from driven equipment and permit lengthening of drive shaft upon reversal of rotation. 4. Design vertical motor thrust bearings conservatively to carry maximum axial thrusts (up and down) imposed by driven equipment. 5. Vertical motors shall have grease or oil-lubricated bearings at both top and bottom. 6. Vertical motor bases shall be NEMA type P. 7. Provide hollow shaft vertical motors with a positive, non-reversing, corrosion- resistant anti-reverse ratchet mechanism. 8. Provide vertical motors with fan-end splash shields. H. Bearings CORP2000479 26 05 02-5 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON MOTOR REQUIREMENTS FOR PROCESS EQUIPMENT 1. Motors smaller than 1/6 Horsepower: Motor manufacturer's standard bearing is acceptable. 2. Motors 1/6 Horsepower and Larger: Supply these motors with grease-lubricated antifriction ball bearings conservatively rated for 60,000 hours L10 minimum life of continuous operation under the total radial and thrust loads produced by the actual combination of motor-driven equipment. Provide each motor with suitable lubrication fittings and pressure relief devices. 3. Oil Lubricated: If the driven equipment section specifies oil-lubricated bearings for motors, include a suitable sight gauge on each bearing with maximum and minimum levels clearly indicated. 4. Unless specified otherwise in the driven equipment specifications. Motor bearing life shall be 60,000 hours L10 minimum life whichever is greater. I. Nameplates 1. Main Nameplate: Provide each motor with a stainless steel nameplate meeting the requirements of NEMA MG1, and the National Electrical Code, Section 430-7. 2. Heater Nameplate: When space heaters are furnished, include voltage and wattage on a suitable nameplate. 3. Bearings Nameplate: When bearings are oil lubricated, include oil type information on a suitable nameplate. Also, indicate bearing data if nonstandard. 4. Attachment: Attach the nameplates to the motor with stainless steel fastening pins or screws. J. Identifications: 1. All motors shall be identified per Division 26 — Electrical. K. Conduit Box 1. Provide each motor not supplied with a cord and plug with a conduit box amply dimensioned for the motor lead terminations. Include a grounding lug on motors 1/6 horsepower and larger. Supply a gasket suitable for the motor enclosure type and application. 2. Provide an oversized box to facilitate wiring terminations. 3. Oversized terminal box shall have a volume greater than or equal to the next standard NEMA size box. 4. Terminals shall be tinned copper. L. Space Heaters 1. Provide space heaters in all motors 25HP and above. a. Use heaters hermetically sealed in stainless steel or equivalent corrosion- resistant sheaths. b. Heaters shall be rated for 240V, but will be operated at 120 volts. c. Braze heat-resistant insulated leads to the heater or supply heater with brazed leads and extend to the conduit box. M. Monitoring Devices 1. Motor shall be protected and be supplied with necessary monitoring devices per driven equipment specification and contract drawing. CORP2000479 26 05 02-6 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON MOTOR REQUIREMENTS FOR PROCESS EQUIPMENT N. Paint 1. Shall be severe duty and shall have an epoxy coating per IEEE 841. 0. Motor Efficiencies 1. Three phase motors rated 1 Hp and larger shall be of the NEMA premium efficiency type. Efficiency values shall be based on tests performed in accordance with IEEE Publication No. 112, Method B. Motors with horsepower or rpm's not listed shall conform to comparable standards of construction and materials as those for listed motors. 2. Motor shall be severe duty rated for industrial application. PART 3 EXECUTION 3.01 INSTALLATION A. The Contractor shall make all electrical connections to equipment specified. Installation shall be made in compliance with manufacturer's recommendations and the Contract Drawings. If the Contract Drawings or drawings and recommendations from the Manufacturer are not available then installation shall proceed according to the best electrical industry and trade practice. B. Properly install and align motors in the locations shown, except motors which are factory mounted on the driven equipment. When the motor and equipment are installed, the nameplate must be in full view. C. Larger Motors 1. If a motor horsepower rating larger than indicated is offered as a substitute and accepted, provide required changes in conductors, motor controllers, overload relays, fuses, breakers, switches and other related items with no change in the contract price. 3.02 FIELD TESTING A. General: Provide all necessary instruments, labor and personnel required to perform motor inspection and testing. B. Inspection: Inspect all motors for damage, moisture, alignment, freedom of rotation, proper lubrication, oil leaks, phase identification and cleanliness, and report any abnormalities to Engineer before energizing. C. Energizing: After installation has been thoroughly checked and found to be in proper condition, with thermal overloads in motor controllers properly rated and all controls in place, energize the equipment at system voltage for operational testing. D. As a part of the testing procedure, the Contractor shall prepare a card for each motor, 20 HP and larger, installed on this contract. After each motor has been run to operating temperature, the motor shall be shut down and an insulation resistance shall be made, using a megohmmeter. Make the test immediately after shutdown. Record megohmmeter reading and winding temperature. Correct reading of insulation CORP2000479 26 05 02-7 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON MOTOR REQUIREMENTS FOR PROCESS EQUIPMENT resistance to 40° C/104°F. Insulation resistance in megohms, corrected to 40° C, shall be at least equal to one (1) megohm for each 1000 volts applied. E. Testing shall be in accordance with Division 26 — Electrical. CORP2000479 26 05 02-8 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON MOTOR REQUIREMENTS FOR PROCESS EQUIPMENT ELECTRIC MOTOR QUESTIONNAIRE Motor Data Manufacturer: Motor HP: Frame Enclosure: Type: RPM: Voltage: Phases: Hertz: Starting Method: Shaft: Size: Insulation Class: Duty: Full Load AMPS: No Load AMPS: Locked Rotor AMPS: Locked Rotor Time: Locked Rotor Torque: % Breakdown Torque: Locked Rotor KVA/HP: Rotor WK2 (Ib-ft2): NEMA Design: Service Factor: Inrush Current (%of Full Load): Max Safe Stalled Time (Seconds): Number of Safe Starts Per Day: Number of Consecutive Starts: *Full Load Temp Rise, degrees C over 40° C Ambient (at 1.0 S.F.): *Service Factor Temp Rise, degrees C over 40° C Ambient (at 1.15 S.F.): *Limiting Temperature Rise: Resistance (at 250C): Bearings: Type/Size Life Lubrication: Exhaust Air (CFM): Exhaust Air Temp Rise (°F): EFFICIENCY: POWER FACTOR:CURRENT 1.15 S.F. Load: 4/4 Load: 3/4 Load: 1/2 Load: 1/4 Load: *Temperature rise measured by embedded detectors and not by resistance. All Data Fields To Be Completed By The Motor Manufacturer CORP2000479 26 05 02-9 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION END OF SECTION COMMON MOTOR REQUIREMENTS FOR PROCESS EQUIPMENT *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** SECTION 26 05 19 LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish labor, materials, equipment and incidentals necessary to install 600 volt wires and cables. Electrical work shall be in accordance with Division 26 — Electrical. B. Work shall include building wire, cable, wiring connections and terminations, and mod- ular wiring systems. 1.02 RELATED WORK A. Division 26 — Electrical 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Condi- tions and the Contract Documents and shall include: 1. Product Data: Submit for wire and each cable assembly type. 2. Project Record Documents: Record actual locations of components and circuits. 1.04 REFERENCE STANDARDS A. International Electrical Testing Association: 1. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems. B. National Fire Protection Association: 1. NFPA 70 - National Electrical Code. 2. NFPA 262 - Standard Method of Test for Flame Travel and Smoke of Wires and Cables for Use in Air-Handling Spaces. C. National Electrical Manufacturers Association: 1. NEMA WC-3Rubber-Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy 2. NEMA WC-5Thermoplastic-Insulated Wire and Cable for the Transmission and Dis- tribution of Electrical Energy D. Underwriters Laboratories, Inc.: 1. UL 1277 - Standard for Safety for Electrical Power and Control Tray Cables with Optional Optical-Fiber Members. 1.05 QUALITY ASSURANCE A. Perform Work in accordance with State and Local codes and standards; NEC, and project specifications. CORP2000479 4005 19-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES B. Manufacturer: Company specializing in manufacturing products specified in this section with minimum three years. 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS A. Product Requirements: Provide products as follows: 1. Supply Stranded conductor for all feeders and branch circuits. 2. Increase wire size in branch circuits to limit voltage drop to a maximum of 3 percent. B. Wiring Methods: Provide the following wiring methods: 1. For all Raceway Locations: Use only Type XHHW-2 insulation in raceways. 2. Office Locations: THHN/THWN insulation in raceways. 3. Cable Tray Locations: Use only Tray cable Type TC or XHHW-2 for individual con- ductors as permitted by the NEC. 4. All VFDs shall be supplied with VFD rated cable 5. All Control Cables shall have on overall shield and be grounded 6. All 4-20mA cable shall be #16AWG Twisted Shielded Pair 7. Ground Wire used as a counterpoise shall be bare tinned copper 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 con- nections. Wire connections to the ground rods of the ground mat shall be of the fused type equal to the Cadweld process. D. Conductor sizes are based on copper. E. Aluminum conductors are not permitted 1.07 DELIVERY, HANDLING AND STORAGE (NOT USED) 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 WARRANTY/EXTENDED WARRANTY (NOT USED) 1.10 COORDINATION A. Where wire and cable destination is indicated and routing is not shown, determine rout- ing and lengths required. B. Wire and cable routing indicated is approximate unless dimensioned. CORP2000479 4005 19-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES PART 2 PRODUCTS A. CONDUCTORS: Soft-drawn, annealed copper with a conductivity of not less than that of 98% pure copper bearing the U.L. label. The minimal size shall be #12. Conductors #8 or larger shall be stranded. Utilize single conductors. B. SINGLE CONDUCTORS: Conductor with thermoplastic insulation rated at 600 volts and insulated with type XHHW-2 insulation. Wire shall be water tank tested and approved as machine tool wire, in accordance with National Machine Tool Builders Association. Wire in light fixture channels and other special locations shall be as specifically noted for temperature in NEC Article 300. Wire shall be manufactured by Okonite, Southwire, Encore Wire, or General Cable. C. GROUND WIRE: Bare or Tinned, Class B stranded conductor without insulation. Ground wire installed above ground shall be tinned, below ground shall be bare. D. PAIRED SHIELDED CABLE: 18 gauge, 7/28 stranded, tinned copper conductors with .015" extruded PVC; .004" nylon insulation twisted into pairs, stranded into a core and enclosed by a non-hygroscopic core tape, 100% coverage, helically wound, aluminum foil shield, drain wire, and .045" minimum extruded PVC jacket. Pairs shall be black/red or black/white numbered. Cables shall be 600 volts in accordance with NEC-725 and IEEE 383. Cables shall be manufactured by Belden, Okonite, Alpha or General Cable. E. TRIAD SHIELDED CABLE (RTD CABLE): RTD cable shall have the following characteris- tics: 1. Eight (8) triads each with three (3) 18 AWG conductors. 2. Triads shall each have individual shield and overall shield. 3. Each conductor insulated for 600V and entire cable rated for 90 deg C. a. Primary Insulation: 15 mils nominal; PVC; 4 mils nylon b. Number of Conductors: 3 c. Color Code: Black and white and red d. Group Identification: Each triad numbered e. Pair Shield: 100% coverage; .35 mil aluminum x .5 mil Mylar tape and 20 gauge 7 strand tinned copper drain wire; shield tape to be applied to give a total shield isolation from all other triad shields. f. Cable Shield: 100% coverage; 2.35 mil aluminum Mylar tape shield and an 18 gauge 7 strand tinned copper drain wire. g. Jacket: Black 90 deg C FR PVC h. RTD cable shall be manufactured by Okonite, Belden, or General Cable. F. TRAY CABLE: Type TC; multi-conductor cable specifically approved for the installation of cable trays, in accordance with NEC Article 340. Cable shall be Okonite, Southwire, Encore Wire, or General Cable. Each cable conductor shall be insulated with XHHW-2 type insulation rated at 600 volts. The individual conductors shall be twisted together and jacketed with a PVC outer covering containing a U.L. label and necessary identifi- cation, including the Manufacturer,the number of conductors, size,XHHW-2 conductors, sun-resistance, and other pertinent information. CORP2000479 4005 19-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 2.02 TERMINATIONS A. Terminal Lugs for Wires 6 AWG and Smaller: Solderless, compression type copper. B. Lugs for Wires 4 AWG and Larger: Color keyed, compression type copper, with insulating sealing collars. PART 3 EXECUTION 3.01 EXAMINATION A. Verify interior of building has been protected from weather. B. Verify mechanical work likely to damage wire and cable has been completed. C. Verify raceway installation is complete and supported. 3.02 PREPARATION A. Completely and thoroughly swab raceway before installing wire. 3.03 EXISTING WORK A. Remove exposed abandoned wire and cable, including abandoned wire and cable above accessible ceiling finishes. Patch surfaces where removed cables pass through building finishes. B. Disconnect abandoned circuits and remove circuit wire and cable. Remove abandoned boxes when wire and cable servicing boxes is abandoned and removed. Install blank cover for abandoned boxes not removed. C. Provide access to existing wiring connections remaining active and requiring access. Modify installation or install access panel. D. Extend existing circuits using materials and methods compatible with existing electrical installations, or]as specified. E. Clean and repair existing wire and cable remaining or wire and cable to be reinstalled. 3.04 INSTALLATION A. 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. B. 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. 4AWG 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. CORP2000479 4005 19-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES C. Circuits shall be tagged at terminations (both ends), in pull boxes, cabinets, and enclo- sures as follows: 1. Tags relying on adhesives or taped-on markers are not acceptable. 2. Provide conductor tags for conductors No. 10 AWG and below with legible perma- nent sleeve of yellow or white PVC with machine printed black marking, Raychem TMS sleeves. 3. Provide tags for cables and for conductors No. 8 AWG and larger consisting of per- manent 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. 4. Tags shall be imprinted with panelboard and panelboard position number(e.g. LA3- 23) for conductors fed from panelboards. Other conductors shall have tags im- printed with the MCC which feeds the conductors (e.g. MCC 1). 5. Switchlegs shall have the designation described above on their tags, plus an "S" suffix. Travelers shall have the designation described above on their tags, plus a "T" suffix. 6. Where more than one neutral is present with a group of conductors, a tag shall be applied to each neutral indicating which phase conductors are served by each neu- tral (e.g. HA-2, 4, 6). D. Wire other than telephone station wire shall be stranded. The minimum size conductor permitted is #12 AWG, except as specifically indicated on the plans. Wire shall bear the approval of Underwriter's Laboratories, Inc. Conductors terminated on a screw termina- tion shall have a crimp on type spade connector applied on the wire end, Panduit Pan- Term. E. 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. F. Route wire and cable to meet Project conditions. G. Neatly train and lace wiring inside boxes, equipment, and panelboards. H. Identify and color code wire and cable under provisions of Division 26. Identify each conductor with its circuit number or other designation indicated. I. Special Techniques--Wire in Raceway: 1. Pull conductors into raceway at same time. 2. Install building wire 4 AWG and larger with pulling equipment. J. Special Techniques - Cable: 1. Protect exposed cable from damage. 2. Support cables above accessible ceiling, using spring metal clips or metal cable ties to support cables from structure. Do not rest cable on ceiling panels. 3. Use suitable cable fittings and connectors. CORP2000479 4005 19-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES K. Special Techniques - Wiring Connections: 1. Clean conductor surfaces before installing lugs and connectors. 2. Make splices, taps, and terminations to carry full ampacity of conductors with no perceptible temperature rise. 3. Tape uninsulated conductors and connectors with electrical tape to 150 percent of insulation rating of conductor. 4. Install split bolt connectors for copper conductor splices and taps, 6 AWG and larger. 5. Install solderless pressure connectors with insulating covers for copper conductor splices and taps, 8 AWG and smaller. 6. Install insulated spring wire connectors with plastic caps for copper conductor splices and taps, 10 AWG and smaller. 7. Install suitable reducing connectors or mechanical connector adaptors for connect- ing aluminum conductors to copper conductors. 8. PAIRED SHIELDED AND TRIAD SHIELDED CABLE: Ground paired shielded and triad shielded cables at the instrument panel end only and insulate from ground else- where. The shield shall be continuous for the entire run. The paired shielded and triad shielded cable shall not be laced with or placed in the same conduit with power cables. Each termination of paired shielded or triad shielded cable shall be coated with silicone jelly after termination. The shield of pair shielded cable and triad shielded cable shall only be broken when the conductors are terminated on terminal strips. L. Install stranded conductors for branch circuits 10 AWG and smaller. Install crimp on fork terminals for device terminations. Do not place bare stranded conductors directly under screws. M. Install terminal lugs on ends of 600 volt wires unless lugs are furnished on connected device, such as circuit breakers. N. Size lugs in accordance with manufacturer's recommendations terminating wire sizes. Install 2-hole type lugs to connect wires 4 AWG and larger to copper bus bars. 0. For terminal lugs fastened together such as on motors, transformers, and other appa- ratus, or when space between studs is small enough that lugs can turn and touch each other, insulate for dielectric strength of 2-1/2 times normal potential of circuit. 3.05 WIRE COLOR A. 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: 1. For 480Y/277V, 3-phase wiring: a. Phase A - Brown b. Phase B - Orange c. Phase C - Yellow d. Neutral - Gray e. Equipment Grounding Conductor - Green CORP2000479 4005 19-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 2. For 208Y/120V or 240/120V, 3-phase wiring: a. Phase A - Black b. Phase B - Red c. Phase C - Blue d. Neutral - White e. Equipment Grounding Conductor— Green 3. For 120/240V, 1-phase wiring: a. Leg A - Black b. Leg B - Red c. Neutral - White d. Equipment Grounding Conductor - Green B. 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. C. Neutral Conductors: White. When two or more neutrals are located in one conduit, in- dividually identify each with proper circuit number. D. Branch Circuit Conductors: Install three or four wire home runs with each phase uniquely color coded. E. Feeder Circuit Conductors: Uniquely color code each phase. F. Ground Conductors: 1. For 6 AWG and smaller: Green. 2. For 4 AWG and larger: Identify with green tape at both ends and visible points including junction boxes. 3.06 GROUND CONDUCTORS A. 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. B. 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. Con- nections to motors shall be to the grounding stud which shall be threaded into the stationary frame; Burndy KC Servit, and not an end bell. The ground wire shall not be lugged to a mounting bolt. C. 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 CORP2000479 40 05 19-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES conductors in the conduit, or where the ground wire is directly buried in earth or con- crete. In all other cases, insulate ground wire with insulation as specified for low voltage wire. 3.07 FIELD QUALITY CONTROL A. Inspect and test in accordance with NETA ATS. END OF SECTION CORP2000479 4005 19-8 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES SECTION 26 05 26 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required and install a complete grounding system in strict accordance with Article 250 of the National Electrical Code (NEC), as shown on the Drawings and as specified herein. B. All raceways, conduits and ducts shall contain equipment grounding conductors sized in accordance with the NEC. Minimum sizes shall be No. 12 AWG. C. Section Includes: 1. Rod electrodes. 2. Active electrodes. 3. Wire. 4. Grounding well components. 5. Mechanical connectors. 6. Exothermic connections. 1.02 RELATED WORK A. Division 26 — Electrical 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Con- ditions and the Contract Documents. B. Product Data: 1. Submit catalog data showing specified features of standard products. 2. Submit data on grounding electrodes and connections. C. Test Reports: Indicate overall resistance to ground and resistance of each electrode. D. Manufacturer's Installation Instructions: Submit for active electrodes. E. Manufacturer's Certificate: Certify Products meet or exceed specified requirements. F. Project Record Documents: Record actual locations of components and grounding electrodes. 1.04 REFERENCE STANDARDS A. Institute of Electrical and Electronics Engineers: 1. IEEE 142 - Recommended Practice for Grounding of Industrial and Commercial Power Systems. CORP2000479 2605 26-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 2. IEEE 1100 - Recommended Practice for Powering and Grounding Electronic Equipment. B. International Electrical Testing Association: 1. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems. C. National Fire Protection Association: 1. NFPA 70 - National Electrical Code. 2. NFPA 99 - Standard for Health Care Facilities. 1.05 QUALITY ASSURANCE A. Provide grounding materials conforming to requirements of NEC, IEEE 142, and UL la- beled. B. Manufacturer: Company specializing in manufacturing Products specified in this section with minimum three years documented experience. C. Installer: Company specializing in performing work of this section with minimum 5 years documented experience. 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS A. Grounding systems use the following elements as grounding electrodes: 1. Metal underground water pipe. 2. Metal building frame. 3. Concrete-encased electrode. 4. Ground ring as shown on the drawings. 5. Rod electrode. 6. Plate electrode. B. Grounding System Resistance: 5 ohms maximum. 1.07 DELIVERY, STORAGE, AND HANDLING A. Section 26 00 00 — Electrical General Provisions B. Accept materials on site in original factory packaging, labeled with manufacturer's identification. C. Protect from weather and construction traffic, dirt, water, chemical, and mechanical damage, by storing in original packaging. D. Do not deliver items to project before time of installation. Limit shipment of bulk and multiple-use materials to quantities needed for immediate installation. 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 WARRANTY/EXTENDED WARRANTY (NOT USED) CORP2000479 2605 26-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 1.10 COORDINATION A. Complete grounding and bonding of building reinforcing steel prior concrete place- ment. PART 2 PRODUCTS 2.01 ROD ELECTRODES A. Product Description: 1. Material: Stainless Steel. 2. Diameter: 3/4 inch (19 mm). 3. Length: 10 feet (3.0 m) Sections 4. Total Length: As shown on the drawings B. Connector: Connector for exothermic welded connection. 2.02 WIRE A. Material: Stranded Tinned copper. B. Sizes: 1. 4/0 Counterpoise 2. 4/0 Switchboard Bonding Jumpers 3. #2 Bonding jumpers for all other as allowed by the NEC 2.03 GROUNDING WELL COMPONENTS A. Test Well box: 12"x 12"x 12" Open Bottom Polymer Concrete B. Well Cover: Polymer Concrete with legend "GROUND" cast in cover. 2.04 MECHANICAL CONNECTORS A. Manufacturers: 1. Burndy 2. Substitutions: Division 1 — General Requirements. B. Description: Bronze connectors, suitable for grounding and bonding applications, in configurations required for particular installation. 2.05 EXOTHERMIC CONNECTIONS A. Manufacturers: 1. Cadweld 2. Substitutions: Division 1 — General Requirements B. Product Description: Exothermic materials, accessories, and tools for preparing and making permanent field connections between grounding system components. CORP2000479 2605 26-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS PART 3 EXECUTION 3.01 EXAMINATION A. Verify final backfill and compaction has been completed before driving rod electrodes. 3.02 PREPARATION A. Remove paint, rust, mill oils, surface contaminants at connection points. 3.03 EXISTING WORK A. Modify existing grounding system to maintain continuity to accommodate renovations. B. Extend existing grounding system using materials and methods compatible with exist- ing electrical installations. 3.04 INSTALLATION A. Install in accordance with IEEE 142. B. Install rod electrodes at locations as indicated on Drawings. Install additional rod elec- trodes to achieve specified resistance to ground. C. Install grounding and bonding conductors concealed from view. D. Install grounding well pipe with cover at rod locations as indicated on Drawings. Install well boxes top flush with finished grade. E. Install grounding electrode conductor and connect to reinforcing steel in foundation footing as indicated on Drawings. Electrically bond steel together. F. Bond together metal siding not attached to grounded structure; bond to ground. G. Bond together reinforcing steel and metal accessories in fountain structures. H. Install isolated grounding conductor for circuits shown on the drawing in accordance with IEEE 1100. 1. Isolated Grounding Conductors: Green-colored insulation with continuous yellow stripe. On feeders with isolated ground, identify grounding conductor where visi- ble to normal inspection, with alternating bands of green and yellow tape, with at least three bands of green and two bands of yellow. I. Install grounding and bonding in patient care areas to meet requirements of NFPA 99. J. Equipment Grounding Conductor: Install separate, insulated conductor within each feeder and branch circuit raceway. Terminate each end on suitable lug, bus, or bush- ing. K. Connect to site grounding system. L. Bond to lightning protection system. CORP2000479 2605 26-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS M. Install continuous grounding using underground cold-water system and building steel as grounding electrode. Where water piping is not available, install artificial station ground by means of driven rods or buried electrodes. N. Permanently ground entire light and power system in accordance with NEC, including service equipment, distribution panels, lighting panelboards, switch and starter enclo- sures, motor frames, grounding type receptacles, and other exposed non-current car- rying metal parts of electrical equipment. 0. Install branch circuits feeding isolated ground receptacles with separate insulated grounding conductor, connected only at isolated ground receptacle, ground terminals, and at ground bus of serving panel. P. Accomplish grounding of electrical system by using insulated grounding conductor in- stalled with feeders and branch circuit conductors in conduits. Size grounding conduc- tors in accordance with NEC. Install from grounding bus of serving panel to ground bus of served panel, grounding screw of receptacles, lighting fixture housing, light switch outlet boxes or metal enclosures of service equipment. Ground conduits by means of grounding bushings on terminations at panelboards with installed number 12 conductor to grounding bus. Q. Grounding electrical system using continuous metal raceway system enclosing circuit conductors in accordance with NEC. R. Permanently attach equipment and grounding conductors prior to energizing equip- ment. S. Grounding Bus: Install in electrical and telephone equipment rooms, in rooms hous- ing service equipment, and elsewhere as indicated. 1. Install bus on insulated spacers 1 inch, minimum, from wall 6 inches above fin- ished floor, unless otherwise indicated. 2. Where indicated on both sides of doorways, route bus up to top of door frame, across top of doorway, down to specified height above floor, and connect to hor- izontal bus. 3.05 GROUNDING UNDERGROUND DISTRIBUTION SYSTEM COMPONENTS A. Comply with IEEE C2 grounding requirements. B. Grounding Manholes and Handholes: Install a driven ground rod through manhole or handhole floor, close to wall, and set rod depth so 4 inches will extend above finished floor. If necessary, install ground rod before manhole is placed and provide No. 1/0 AWG bare, copper conductor from ground rod into manhole through a waterproof sleeve in manhole wall. Protect ground rods passing through concrete floor with a double wrapping of pressure-sensitive insulating tape or heat-shrunk insulating sleeve from 2 inches above to 6 inches below concrete. Seal floor opening with wa- terproof, nonshrink grout. C. Grounding Connections to Manhole Components: Bond exposed-metal parts such as inserts, cable racks, pulling irons, ladders, and cable shields within each manhole or CORP2000479 2605 26-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS handhole, to ground rod or grounding conductor. Make connections with No. 4 AWG minimum, stranded, hard-drawn copper bonding conductor. Train conductors level or plumb around corners and fasten to manhole walls. Connect to cable armor and ca- ble shields as recommended by manufacturer of splicing and termination kits D. Pad-Mounted Transformers and Switches: Install four ground rods and a ground ring around the pad. Ground pad-mounted equipment and noncurrent-carrying metal items associated with substations by connecting them to underground cable and grounding electrodes. Install bare copper conductor not less than No. 2 AWG for ground ring and for taps to equipment grounding terminals. Bury ground ring not less than 24 inches from the foundation. Install a ground rod at each corner of the ground ring. 3.06 FIELD QUALITY CONTROL A. Division 1 - Field inspecting, testing, adjusting, and balancing. B. Inspect and test in accordance with NETA ATS C. Grounding and Bonding: Perform inspections and tests listed in NETA ATS D. Perform ground resistance testing in accordance with IEEE 142. E. Perform leakage current tests in accordance with NFPA 99. F. Perform continuity testing in accordance with IEEE 142. G. When improper grounding is found on receptacles, check receptacles in entire project and correct. Perform retest. 3.07 DESIRED GROUND RESISTANCE A. The Contractor shall report ground resistances that exceed the following values: 1. Power and Lighting Equipment or System with Capacity 500 kVA and Less: 5 ohms. 2. Power and Lighting Equipment or System with Capacity 500 to 1000 kVA: 5 ohms. 3. Power and Lighting Equipment or System with Capacity More Than 1000 kVA: 3 ohms. 4. Power Distribution Units or Panelboards Serving Electronic Equipment: 1 ohm. 5. Substations and Pad-Mounted Equipment: 5 ohms. 6. Manhole Grounds: 10 ohms. END OF SECTION CORP2000479 2605 26-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS SECTION 26 05 29 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS PART 1 GENERAL 1.01 SCOPE OF WORK A. Section Includes: 1. Conduit supports. 2. Formed steel channel. 3. Spring steel clips. 4. Sleeves. 5. Mechanical sleeve seals. 6. Firestopping relating to electrical work. 7. Firestopping accessories. 8. Equipment bases and supports. 1.02 RELATED WORK A. Division 3 — Concrete B. Division 7 —Thermal and Moisture Protection C. Division 26 — Electrical 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Condi- tions and the Contract Documents. B. Shop Drawings: Indicate system layout with location and detail of trapeze hangers. C. Product Data: 1. Anchor Systems a. Acceptable base material conditions (i.e. cracked, un-cracked concrete) b. Acceptable drilling methods c. Acceptable bore hole conditions (dry, water saturated, water filled, under wa- ter) d. Manufacturer's installation instructions including bore hole cleaning procedures and adhesive injection. e. Cure and gel timetables f. Temperature ranges (storage, installation and in-service). 2. Hangers and Supports: Submit manufacturers catalog data including load capacity. 3. Firestopping: Submit data on product characteristics, performance and limitation criteria. CORP2000479 2605 29-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS D. Firestopping Schedule: Submit schedule of opening locations and sizes, penetrating items, and required listed design numbers to seal openings to maintain fire resistance rating of adjacent assembly. E. Design Data: Indicate load carrying capacity of trapeze hangers and hangers and sup- ports. F. Manufacturer's Installation Instructions: 1. Hangers and Supports: Submit special procedures and assembly of components. 2. Firestopping: Submit preparation and installation instructions. G. Manufacturer's Certificate: Certify products meet or exceed specified requirements. H. Firestopping Engineering Judgments: For conditions not covered by UL or WH listed designs, submit judgments by licensed professional engineer suitable for presentation to authority having jurisdiction for acceptance as meeting code fire protection require- ments. 1.04 REFERENCE STANDARDS A. ASTM International: 1. ASTM E84 - Standard Test Method for Surface Burning Characteristics of Building Materials. 2. ASTM E119 - Standard Test Methods for Fire Tests of Building Construction and Materials. 3. ASTM E814 - Standard Test Method for Fire Tests of Through-Penetration Fire Stops. 4. ASTM E1966 - Standard Test Method for Fire-Resistive Joint Systems. 5. ASTM E 488-96 (2003); Standard Test Method for Strength of Anchors in Concrete and Masonry Elements, ASTM International. 6. ASTM E 1512-93, Standard Test Methods for Testing Bond Performance of Adhe- sive- Bonded Anchors, ASTM International B. American Concrete Institute 1. AC308; Acceptance Criteria for Post-Installed Anchors in Concrete Elements, Latest revision. C. FM Global: 1. FM -Approval Guide, A Guide to Equipment, Materials &Services Approved By Fac- tory Mutual Research For Property Conservation. D. National Fire Protection Association: 1. NFPA 70 - National Electrical Code. E. Underwriters Laboratories Inc.: 1. UL 263 - Fire Tests of Building Construction and Materials. 2. UL 723 - Tests for Surface Burning Characteristics of Building Materials. 3. UL 1479 - Fire Tests of Through-Penetration Firestops. CORP2000479 2605 29-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 4. UL 2079 - Tests for Fire Resistance of Building Joint Systems. 5. UL - Fire Resistance Directory. F. Intertek Testing Services (Warnock Hersey Listed): 1. WH - Certification Listings. 1.05 QUALITY ASSURANCE A. Through Penetration Firestopping of Fire Rated Assemblies: UL 1479 or ASTM E814 with 0.10 inch water gage (24.9 Pa) minimum positive pressure differential to achieve fire F- Ratings and temperature T-Ratings as indicated on Drawings, but not less than 1-hour. 1. Wall Penetrations: Fire F-Ratings as indicated on Drawings, but not less than 1- hour. 2. Floor and Roof Penetrations: Fire F-Ratings and temperature T-Ratings as indicated on Drawings, but not less than 1-hour. a. Floor Penetrations Within Wall Cavities: T-Rating is not required. B. Through Penetration Firestopping of Non-Fire Rated Floor and Roof Assemblies: Mate- rials to resist free passage of flame and products of combustion. 1. Noncombustible Penetrating Items: Noncombustible materials for penetrating items connecting maximum of three stories. 2. Penetrating Items: Materials approved by authorities having jurisdiction for pene- trating items connecting maximum of two stories. C. Fire Resistant Joints in Fire Rated Floor, Roof, and Wall Assemblies: ASTM E1966 or UL 2079 to achieve fire resistant rating as indicated on Drawings for assembly in which joint is installed. D. Fire Resistant Joints Between Floor Slabs and Exterior Walls: ASTM E119 with 0.10 inch water gage (24.9 Pa) minimum positive pressure differential to achieve fire resistant rating as indicated on Drawings for floor assembly. E. Surface Burning Characteristics: Maximum 25/450 flame spread/smoke developed index when tested in accordance with ASTM E84. F. Perform Work in accordance with local codes and standards. G. Maintain one copy of each installation detail on site on site. H. Manufacturer: Company specializing in manufacturing Products specified in this section with minimum three years documented experience. I. Installer: Company specializing in performing work of this section with minimum 3 years' experience and approved by manufacturer. 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS A. Firestopping Materials: UL Listed to achieve fire ratings as noted on Drawings for adja- cent construction, but not less than 1 hour fire rating. CORP2000479 2605 29-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 1. Ratings may be 3-hours for firestopping in through-penetrations of 4-hour fire rated assemblies unless otherwise required by applicable codes. B. Firestop interruptions to fire rated assemblies, materials, and components. C. Firestopping: Conform to UL Standards for fire resistance ratings and surface burning characteristics. D. Firestopping: Provide certificate of compliance from authority having jurisdiction indi- cating approval of materials used. 1.07 DELIVERY, STORAGE, AND HANDLING A. Division 1 — Requirements for transporting, handling, storing, and protecting products. B. Accept materials on site in original factory packaging, labeled with manufacturer's iden- tification. C. Protect from weather and construction traffic, dirt, water, chemical, and mechanical damage, by storing in original packaging. 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 WARRANTY/EXTENDED WARRANTY (NOT USED) 1.10 DEFINITIONS A. Firestopping (Through-Penetration Protection System): Sealing or stuffing material or assembly placed in spaces between and penetrations through building materials to ar- rest movement of fire, smoke, heat, and hot gases through fire rated construction. 1.11 PRE-INSTALLATION MEETINGS A. Division 1 — Requirements for Pre-installation meeting. B. Convene minimum one week prior to commencing work of this section. 1.12 ENVIRONMENTAL REQUIREMENTS A. Division 1 — Environmental conditions affecting products on site. B. Do not apply firestopping materials when temperature of substrate material and ambient air is below 60 degrees F (15 degrees C). C. Maintain this minimum temperature before, during, and for minimum 3 days after in- stallation of firestopping materials. CORP2000479 2605 29-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS PART 2 PRODUCTS 2.01 CONDUIT SUPPORTS A. Stainless Steel Slotted Support Systems: Comply with MFMA-4, factory-fabricated com- ponents for field assembly. 1. Manufacturers:Subject to compliance with requirements, provide products by one of the following: a. Cooper B-Line, Inc.; a division of Cooper Industries. b. Thomas & Betts Corporation. c. Unistrut; Tyco International, Ltd. B. Nonmetallic Slotted Support Systems: Structural-grade, factory-formed, glass-fiber- resin channels and angles with 9/16-inch- diameter holes at a maximum of 8 inches o.c., in at least 1 surface. 1. Manufacturers:Subject to compliance with requirements, provide products by one of the following: a. Cooper B-Line, Inc.; a division of Cooper Industries. b. Unistrut; Tyco International, Ltd. 2. Fittings and Accessories: Products of channel and angle manufacturer and de- signed for use with those items. 3. Fitting and Accessory Materials: Same as channels and angles, except metal items shall be stainless steel. 4. Rated Strength: Selected to suit applicable load criteria. C. Raceway and Cable Supports: As described in NECA 1 and NECA 101. D. Conduit and Cable Support Devices: Stainless Steel hangers, clamps, and associated fittings, designed for types and sizes of raceway or cable to be supported. E. Support for Conductors in Vertical Conduit: Factory-fabricated assembly consisting of threaded body and insulating wedging plug or plugs for non-armored electrical conduc- tors or cables in riser conduits. Plugs shall have number, size, and shape of conductor gripping pieces as required to suit individual conductors or cables supported. Body shall be malleable iron. F. Manufacturers: 1. Unistrut 2. Substitutions: Division 1 — Substitution Requirements. G. Hanger Rods: Threaded high tensile strength stainless steel with free running threads. H. Beam Clamps: stainless steel, with tapered hole in base and back to accept either bolt or hanger rod. Set screw: stainless steel. I. Conduit clamps for trapeze hangers: Galvanized steel, notched to fit trapeze with single bolt to tighten. CORP2000479 2605 29-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS J. Conduit clamps - general purpose: One-hole malleable iron for surface mounted con- duits. K. Cable Ties: High strength nylon temperature rated to 185 degrees F (85 degrees Q. Self-locking. 2.02 MOUNTING, ANCHORING, AND ATTCAHMENT A. Mounting, Anchoring, and Attachment Components: Items for fastening electrical items or their supports to building surfaces include the following: 1. Powder-Actuated Fasteners: Threaded-stainless steel stud, for use in hardened portland cement concrete, steel, or wood, with tension, shear, and pullout capaci- ties appropriate for supported loads and building materials where used. a. Manufacturers: Subject to compliance with requirements, provide products by one of the following: (i) Hilti Inc. (ii) ITW Ramset/Red Head; a division of Illinois Tool Works,Inc. 2. Mechanical-Expansion Anchors: Insert-wedge-type, stainless steel, for use in hard- ened portland cement concrete with tension, shear, and pullout capacities appro- priate for supported loads and building materials in which used. a. Manufacturers: Subject to compliance with requirements, provide products by one of the following: (i) Hilti Inc. (ii) ITW Ramset/Red Head; a division of Illinois Tool Works,Inc. 3. ADHESIVE ANCHORING SYSTEMS a. Acceptable Manufacturers (i) Subject to compliance with the Contract Documents, the following Manu- facturers are acceptable: (a) HILTI HIT-RTZ with HIT-HY 150 MAX. (ii) The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and func- tions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. b. Product Description (i) Anchor body with helical cone shaped thread on the embedded end and standard threads on the exposed end, with washer and nut, inserted into Injection adhesive. (ii) No cleaning of dust or water removal shall be required prior to installation of the adhesive and anchor body (iii) All parts shall be manufactured of 316 stainless steel conforming to SAE 316. 4. Clamps for Attachment to Steel Structural Elements: Stainless Steel, type suitable for attached structural element. 5. Through Bolts: Stainless Steel Structural type, hex head, and high strength. 6. Hanger Rods: Threaded stainless steel CORP2000479 2605 29-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 2.03 FABRICATED METAL EQUIPMENT SUPPORT ASSEMBLIES A. Description: Welded or bolted, structural-stainless steel shapes, shop or field fabricated to fit dimensions of supported equipment. 2.04 SLEEVES A. Furnish materials in accordance with local codes and standards. B. Sleeves for Electrical Through Non-fire Rated Floors: 18 gage (1.2 mm) thick galvanized steel. C. Sleeves for Electrical Through Non-fire Rated Beams, Walls, Footings, and Potentially Wet Floors: Steel pipe or 18 gage (1.2 mm) thick galvanized steel. D. Sleeves for Electrical Through Fire Rated and Fire Resistive Floors and Walls, and Fire Proofing: Prefabricated fire rated sleeves including seals, UL listed. E. Fire-stopping Insulation: Glass fiber type, non-combustible. 2.05 FIRESTOPPING A. Manufacturers: 1. 3M 2. Hilti 3. Substitutions: Division 1 — Substitution Requirements. B. Product Description: Different types of products by multiple manufacturers are accepta- ble as required to meet specified system description and performance requirements; provide only one type for each similar application. 1. Silicone Firestopping Elastomeric Firestopping: Single component silicone elasto- meric compound and compatible silicone sealant. 2. Foam Firestopping Compounds: Single component foam compound. 3. Formulated Firestopping Compound of Incombustible Fibers: Formulated compound mixed with incombustible non-asbestos fibers. 4. Fiber Stuffing and Sealant Firestopping: Composite of mineral fiber stuffing insula- tion with silicone elastomer for smoke stopping. 5. Mechanical Firestopping Device with Fillers: Mechanical device with incombustible fillers and silicone elastomer, covered with sheet stainless steel jacket, joined with collars, penetration sealed with flanged stops. 6. Intumescent Firestopping: Intumescent putty compound which expands on expo- sure to surface heat gain. 7. Firestop Pillows: Formed mineral fiber pillows. C. Color: RED CORP2000479 2605 29-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS PART 3 EXECUTION 3.01 EXAMINATION A. Division 1 - Verification of existing conditions before starting work. B. Verify openings are ready to receive sleeves. C. Verify openings are ready to receive firestopping. 3.02 PREPARATION A. Clean substrate surfaces of dirt, dust, grease, oil, loose material, or other matter affect- ing bond of firestopping material. B. Remove incompatible materials affecting bond. C. Install backing materials to arrest liquid material leakage. D. Obtain permission from Architect/Engineer before using powder-actuated anchors. E. Obtain permission from Architect/Engineer before drilling or cutting structural members. 3.03 INSTALLATION - HANGERS AND SUPPORTS A. Anchors and Fasteners: 1. Concrete Structural Elements: Provide expansion anchors, powder actuated an- chors, or adhesive anchors. 2. Steel Structural Elements: Provide beam clamps, and welded fasteners. 3. Concrete Surfaces: Provide self-drilling anchors and expansion anchors. 4. Hollow Masonry, Plaster, and Gypsum Board Partitions: Provide toggle bolts and hollow wall fasteners. 5. Solid Masonry Walls: Provide expansion anchors. 6. Sheet Metal: Provide sheet metal screws. 7. Wood Elements: Provide wood screws. B. Install conduit and raceway support and spacing in accordance with NEC. C. Do not fasten supports to pipes, ducts, mechanical equipment, or conduit. D. Install multiple conduit runs on common hangers. E. All supports shall be Stainless Steel except in areas where the chemical atmosphere is corrosive to Stainless Steel. In corrosive atmosphere's use Non Metallic Supports. 3.04 INSTALLATION - FIRESTOPPING A. Install material at fire rated construction perimeters and openings containing penetrat- ing sleeves, piping, ductwork, conduit and other items, requiring firestopping. CORP2000479 2605 29-8 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS B. Apply primer where recommended by manufacturer for type of firestopping material and substrate involved, and as required for compliance with required fire ratings. C. Apply firestopping material in sufficient thickness to achieve required fire and smoke rating, to uniform density and texture. D. Compress fibered material to maximum 40 percent of its uncompressed size. E. Remove dam material if allowed by Firestop manufacturer and UL Listed assembly F. Fire Rated Surface: 1. Seal opening at floor, wall, partition, ceiling, and roof as follows: a. Install sleeve through opening and extending beyond minimum of 1 inch (25 mm) on both sides of building element. b. Size sleeve allowing minimum of 1-inch (25 mm) void between sleeve and building element. c. Pack void with backing material. d. Seal ends of sleeve with UL listed fire resistive silicone compound to meet fire rating of structure penetrated. 2. Where cable tray, bus, cable bus, conduit, wireway, and trough penetrates fire rated surface, install firestopping product in accordance with manufacturer's instructions. G. Non-Rated Surfaces: 1. Seal opening through non-fire rated wall, partition, floor, ceiling, and roof opening as follows: a. Install sleeve through opening and extending beyond minimum of 1 inch (25 mm) on both sides of building element. b. Size sleeve allowing minimum of 1-inch (25 mm) void between sleeve and building element. c. Install type of firestopping material recommended by manufacturer. 2. Install escutcheons or ceiling plates where conduit, penetrates non-fire rated sur- faces in occupied spaces. Occupied spaces include rooms with finished ceilings and where penetration occurs below finished ceiling. 3. Exterior wall openings below grade: Assemble rubber links of mechanical seal to size of conduit and tighten in place, in accordance with manufacturer's instructions. 4. Interior partitions: Seal pipe penetrations at clean rooms, laboratories, hospital spaces, computer rooms, telecommunication rooms, and electrical rooms. Apply sealant to both sides of penetration to completely fill annular space between sleeve and conduit. 3.05 INSTALLATION - EQUIPMENT BASES AND SUPPORTS A. Provide housekeeping pads of concrete, minimum 3-1/2 inches (87 mm) thick and ex- tending 6 inches (150 mm) beyond supported equipment. Refer to Division 3. B. Using templates furnished with equipment, install anchor bolts, and accessories for mounting and anchoring equipment. CORP2000479 2605 29-9 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS C. Construct supports of formed hot dipped galvanized steel channel. Brace and fasten with flanges bolted to structure. 3.06 INSTALLATION - SLEEVES A. Exterior watertight entries: Seal with adjustable interlocking rubber links. B. Conduit penetrations not required to be watertight: Sleeve and fill with silicon foam. C. Set sleeves in position in forms. Provide reinforcing around sleeves. D. Size sleeves large enough to allow for movement due to expansion and contraction. Provide for continuous insulation wrapping. E. Extend sleeves through floors 1 inch (25 mm) above finished floor level. Caulk sleeves. F. Where conduit or raceway penetrates floor, ceiling, or wall, close off space between conduit or raceway and adjacent work with fire stopping insulation and caulk. Provide close fitting metal collar or escutcheon covers at both sides of penetration. G. Install stainless steel escutcheons at finished surfaces. 3.07 FIELD QUALITY CONTROL A. Division 1 — Field inspecting, testing, adjusting, and balancing. B. Inspect installed firestopping for compliance with specifications and submitted schedule. 3.08 CLEANING A. Division 1 — Requirements for cleaning. B. Clean adjacent surfaces of firestopping materials. 3.09 PROTECTION OF FINISHED WORK A. Division 1 — Requirements for protecting finished Work. B. Protect adjacent surfaces from damage by material installation. END OF SECTION CORP2000479 2605 29-10 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS SECTION 26 05 33 RACEWAYS FOR ELECTRICAL SYSTEMS PART 1 GENERAL 1.01 SCOPE OF WORK A. Section includes conduit and tubing, surface raceways, wireways, outlet boxes, pull and junction boxes. 1.02 RELATED WORK A. Division 26 — Electrical 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Condi- tions and the Contract Documents. B. Product Data: Submit catalog data showing specified features of standard products. C. Product Data: Submit for the following: 1. Rigid Aluminum Conduit 2. EMT Conduit 3. Galvanized Rigid Steel 4. Stainless Steel 5. PCV Coated Galvanized Rigid Steel 6. PVC Sch 40 7. PVC Sch 80 8. Liquid Tight Flexible Nonmetallic Conduit. 9. Raceway / Conduit fittings and bodies 10. Wireways 11. Above grade pull and junction boxes. D. Manufacturer's Installation Instructions: Submit application conditions and limitations of use stipulated by Product testing agency specified under Regulatory Requirements. In- clude instructions for storage, handling, protection, examination, preparation, and in- stallation of Product. E. For the following raceway components.Include plans, elevations, sections, details, and attachments to other work. 1. For handholes and boxes for underground wiring, including the following: 2. Duct entry provisions, including locations and duct sizes. 3. Frame and cover design. 4. Grounding details. 5. Dimensioned locations of cable rack inserts, and pulling-in and lifting irons. 6. Joint details. CORP2000479 26 05 33-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION RACEWAYS FOR ELECTRICAL SYSTEMS F. Coordination Drawings: Conduit routing plans, drawn to scale, on which the following items are shown and coordinated with each other, based on input from installers of the items involved: 1. Structural members in the paths of conduit groups with common supports. 2. HVAC and plumbing items and other features in the paths of conduit groups with common supports. G. Project Record Documents: 1. Record actual routing of conduits in yard using GPS technology. Provide a AutoCAD as-built drawing as part of closeout documentation. 1.04 REFERENCE STANDARDS A. American National Standards Institute: 1. ANSI C80.1 - Rigid Steel Conduit, Zinc Coated. 2. ANSI C80.3 - Specification for Electrical Metallic Tubing, Zinc Coated. 3. ANSI C80.5 - Aluminum Rigid Conduit - (ARC). B. National Electrical Manufacturers Association: 1. NEMA 250 - Enclosures for Electrical Equipment (1000 Volts Maximum). 2. NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit and Cable Assemblies. 3. NEMA OS 1 - Sheet Steel Outlet Boxes, Device Boxes, Covers, and Box Supports. 4. NEMA OS 2 - Nonmetallic Outlet Boxes, Device Boxes, Covers, and Box Supports. 5. NEMA RN 1 - Polyvinyl Chloride (PVC) Externally Coated Galvanized Rigid Steel Con- duit and Intermediate Metal Conduit. 6. NEMA TC 2 - Electrical Polyvinyl Chloride (PVC) Tubing and Conduit. 7. NEMA TC 3 - PVC Fittings for Use with Rigid PVC Conduit and Tubing. 1.05 QUALITY ASSURANCE (NOT USED) 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS A. Minimum Raceway Size: 1" unless otherwise specified. 1.07 DELIVERY, STORAGE, AND HANDLING A. Division 1 - Product storage and handling requirements. B. Protect conduit from corrosion and entrance of debris by storing above grade. Provide appropriate covering. C. Protect PVC conduit from sunlight. CORP2000479 26 05 33-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION RACEWAYS FOR ELECTRICAL SYSTEMS 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 WARRANTY/EXTENDED WARRANTY (NOT USED) 1.10 COORDINATION A. Division 1 — Coordination and project conditions. B. Coordinate installation of in slab outlet boxes. C. Coordinate mounting heights, orientation and locations of outlets mounted above coun- ters, benches, and backsplashes. PART 2 PRODUCTS 2.01 CONDUIT A. PVC Coated Rigid Aluminum Conduit 1. PVC coated rigid aluminum conduit shall have a minimum 0.040-in thick, polyvinyl chloride coating permanently bonded to rigid aluminum conduit and an internal chemically cured urethane or enamel coating. Rigid aluminum conduit shall be as manufactured by the Allied Tube and Conduit Corp.; Wheatland Tube Co.; Triangle PWC Inc. The ends of all couplings, fittings, etc. shall have a minimum of one pipe diameter in length of PVC overlap. PVC coated conduit and fittings shall be as man- ufactured by Perma-Cote, Robroy Industries, Triangle PWC Inc. or Ocal. 2. Elbows and couplings shall be PVC coated by the same manufacturer supplying the conduit PVC coating system. Elbows and couplings used with PVC coated conduit shall be furnished with a PVC coating bonded to the aluminum, the same thickness as used on the coated aluminum conduit. B. Rigid Nonmetallic Conduit 1. PVC conduit shall be rigid polyvinyl chloride schedule 40 as manufactured by Can- tex; Prime Conduit; Allied Tube. Thinwall conduit designated for encased burial as (Type EB) is not acceptable for any application. C. Liquidtight Aluminum Flexible Metal Conduit 1. Liquidtight aluminum flexible metal conduit shall have an interlocked aluminum core, PVC jacket rated for 80 degrees C., meets NEC Article 351, UL 360 as manu- factured by Ultratite AEF by Southwire, the Anaconda Metal Hose Div.; Anaconda American Brass Co.; American Flexible Conduit Co., Inc.; Universal Metal Hose Co.; ALFLEX. 2. Fittings used with liquidtight flexible aluminum conduit shall be extruded from 6063 alloy in temper designation T-1 with maximum 0.1% copper content and shall con- form to FEDSPEC WW-C-540C ANSI C80.5, and UL-6. D. Aluminum Flexible Metal Conduit 1. Aluminum flexible metal conduit shall have an interlocked aluminum core, meeting NEC Article 348, UL land Federal Specification WW-C-566C, as manufactured by CORP2000479 26 05 33-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION RACEWAYS FOR ELECTRICAL SYSTEMS Southwire Alflex, the Anaconda Metal Hose Div.; Anaconda American Brass Co.; American Flexible Conduit Co., Inc.; Universal Metal Hose Co. 2. Fittings used with aluminum flexible metal conduit shall be extruded from AA 6063 alloy in temper designation T-1 and shall conform to FEDSPEC WW-C-540C ANSI C80.5, and UL-6. E. Rigid Aluminum Conduit 1. Rigid Aluminum conduit shall be extruded from AA 6063 alloy in temper designation T-1 and shall conform to FED Spec WW-C-540C, ANSI C80-5 and UL-6. Rigid alu- minum conduit shall be as manufactured by Wheatland Tube Company, or Allied. F. PVC Schedule 40 Conduit 1. Schedule 40 PVC Rigid Nonmetallic Conduit (RNC) shall be designed for use above ground and underground as described in the NEC, resistant to sunlight. The con- duits and fittings shall be manufactured to NEMA TC-2, Federal Specification WC1094A and UL 651 specifications. Fittings shall be manufactured to NEMA TC-3, Federal Specification WC1094A and UL 514B. Conduit shall have a UL Label. Conduit shall be Carlon, or Kraloy. G. PVC Schedule 80 Conduit 1. Schedule 80 PVC Rigid Nonmetallic Conduit (RNC) shall be designed for use above ground and underground as described in the NEC, resistant to sunlight. The con- duits and fittings shall be manufactured to NEMA TC-2, Federal Specification WC1094A and UL 651 specifications. Fittings shall be manufactured to NEMA TC-3, Federal Specification WC1094A and UL 514B. Conduit shall have a UL Label. Conduit shall be Cantex, Prime Conduit, or Allied Tube. 2.02 BOXES A. Boxes specified herein are for use with raceway systems only. Boxes used for housing electrical and instrumentation equipment shall be as described elsewhere in these Spec- ifications. B. NEMA 1 Areas: NEMA 1 terminal boxes,junction boxes, pull boxes, etc, shall be of sheet or cast aluminum for wall mounting, or have mounting feet where self-standing. Boxes shall have continuously welded seams. Welds shall be ground smooth. Box bodies shall be flanged and shall not have holes or knockouts. Box bodies shall not be less than 14 gauge metal and covers shall not be less than 12 gauge metal. All boxes shall have hinged, gasketed doors with quarter-turn latches or a 3-point latch (single operator) system on enclosures larger than 36 inches wide or 32 inches tall. Terminal boxes shall be furnished with terminal mounting straps and brackets. Terminal blocks shall be NEMA type, not less than 20A. 600V. Boxes shall be furnished with hinged doors, terminal mounting straps and brackets. Boxes shall be Concept Series as manufactured by Hoff- man Engineering Co. C. NEMA 4X Areas: NEMA 4X terminal boxes, junction boxes, pull boxes etc, shall be Type 316 stainless steel for wall mounting, or have mounting feet where self-standing. Boxes shall have continuously welded seams. Welds shall be ground smooth. Box bodies shall be flanged and shall not have holes or knockouts. Box bodies shall not be less than 14 CORP2000479 26 05 33-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION RACEWAYS FOR ELECTRICAL SYSTEMS gauge metal and covers shall not be less than 12 gauge metal. All boxes shall have hinged, gasketed doors with quarter-turn latches or a 3-point latch (single operator) system on enclosures larger than 36 inches wide or 32 inches tall. Terminal boxes shall be furnished with terminal mounting straps and brackets. Terminal blocks shall be NEMA type, not less than 20A., 600V. Boxes shall be furnished with hinged doors, terminal mounting straps and brackets. Boxes shall be Concept Series as manufactured by Hoff- man Engineering Co. D. NEMA 7 Areas: Explosion-proof boxes shall be designed for Class 1, Group D, Division 1 hazardous locations, and shall also have 0-ring seals to meet NEMA 4 requirements. Boxes shall be aluminum, with stainless steel hinged covers and stainless steel bolts; Type EJB-N4 as manufactured by the Crouse-Hinds Co.; Appleton Electric Co.; Adalet- PLM. E. Boxes for use in Chlorine and Caustic areas shall be of rigid PVC. Construction shall be the same as specified for NEMA 4X terminal boxes, junction boxes, pull boxes etc. as specified above. F. Malleable iron boxes shall not be used. 2.03 CONDUIT HUBS A. Conduit hubs for use on raceway system pull and junction boxes shall be watertight aluminum, insulated throat, gasketed, with grounding screw, as manufactured by 0- Z/Gedney, or Red-Dot. B. Conduit hubs for use on outlet boxes or boxes containing electrical or instrumentation equipment shall be watertight, threaded aluminum, grounding screw type, insulated throat, hub of female-female type, with locking nipple of male construction. Hubs shall be T&B HTGZ. Hubs with female locking nipples, where the hub projects into the box, will not be acceptable. 2.04 CONDUIT SEALS A. Conduit wall seals for new concrete walls below grade shall be O.Z./Gedney Co. type WSK. B. Conduit wall seals for cored holes shall be type CSML-XXXA as manufactured by the O.Z./Gedney Co. C. Conduit wall and floor seals for sleeved openings shall be type CSMI-XXXA as manufac- tured by the O.Z./Gedney Co. D. Conduit sealing bushings shall be aluminum O.Z./Gedney Type CSBA Series. 2.05 EXPANSION-DEFLECTION FITTINGS A. Combination expansion-deflection fittings embedded in concrete, or exposed, with in- ternal grounding, 4" movement, shall be stainless steel/cast iron, Type XJGD as manu- factured by the Crouse-Hinds Co. CORP2000479 26 05 33-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION RACEWAYS FOR ELECTRICAL SYSTEMS 2.06 EXPANSION FITTINGS A. Expansion fittings shall be aluminum, 8" movement, Type XJGSA as manufactured by Crouse-Hinds Co., with internal grounding. 2.07 EXPLOSION-PROOF FITTINGS A. Explosion proof fittings shall be as manufactured by the Crouse-Hinds Co.; Appleton Electric Co.; O.Z./Gedney Co. 2.08 KELLEMS GRIPS A. Kellems grips to support cables shall be of 316 stainless steel. 2.09 CONDUIT MOUNTING EQUIPMENT A. All pull and junction box supports, spacers, conduit support rods, clamps, hangers, chan- nel, nut, bolts, washers, etc. and shall be of 316 stainless steel. 2.10 WIREWAYS A. All wireways shall be constructed of NEMA 4X 316 stainless steel, with gasketed hinged covers and stainless-steel screws. Wireway shall be as manufactured by Hoffman PART 3 EXECUTION 3.01 RACEWAY APPLICATIONS A. Unless exact locations are shown on the Drawings, the Contractor shall coordinate the placement of conduit and related components with other trades and existing installations B. Unless shown on the drawings or specified otherwise, the conduit type installed with respect to the location shall be as follows Conduit Type Location Rigid Galvanized Conduit Air Conditioned Spaces. Stainless Steel All embedded conduit bends (except un- derground duct banks) and all conduit stub- ups to a minimum of 6" above fin- ished floor or grade. Liquidtight Flexible Aluminum Conduit Raceway connection to vibrating equip- ment only in all areas. Maximum of 6' Rigid Non-metallic, Schedule 40 PVC Conduit Underground encased in red dyed rein- forced concrete. CORP2000479 26 05 33-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION RACEWAYS FOR ELECTRICAL SYSTEMS Conduit Type Location Rigid Non-metallic, Schedule 80 PVC Conduit For use only in Chemical Areas. Flexible Aluminum Conduit Fixture whip connection to lighting fix- tures in NEMA 1 areas (maximum 3-ft). BX or AC type prefabricated cables are Aluminum Rigid Metal Conduit All above areas, except for concrete em- bedded and those areas described in Lo- cations 2 through 6 above. EMT Not Allowed C. All conduit of a given type shall be the product of one manufacturer. 3.02 BOX APPLICATIONS A. Boxes installed in dry areas may be of NEMA 1 aluminum construction. All other boxes shall be of Type 316 stainless steel. B. Exposed switch, receptacle and lighting outlet boxes and conduit fittings shall be cast aluminum. C. Junction boxes and pull boxes shall have NEMA ratings suitable for the location in which they are installed, as specified in Section 26 00 00. D. Where the raceway system connects to junction and pull boxes in a NEMA 1 area, double locknut (one outer and one inner) plus insulated bushing. E. All boxes shall be provided with factory mounting lugs. Drilling through the back of any box or enclosure is prohibited, and if so installed shall be removed and replaced, with no increase in the Contract Price or Construction Schedule. F. The Contractor shall be responsible for sizing all junction boxes and pull boxes in ac- cordance with the National Electrical Code, Article 314 and relevant sections of the NEC. G. Penetrations into the top of NEMA 4X and NEMA 7 boxes shall not be allowed. H. Exposed pull boxes or junction boxes installed outdoors, per NEMA 250 shall be NEMA 4X weatherproof and shall be provided with watertight gasketed covers fastened with stainless steel screws and be 316 stainless steel. All hardware shall be 316 stainless steel. Boxes shall be provided with integral mounting lugs. CORP2000479 26 05 33-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION RACEWAYS FOR ELECTRICAL SYSTEMS I. NEMA 1 boxes shall be provided for Air Conditioned spaces only, NEMA 7 for Class 1, Group D, Division 1 hazardous locations and NEMA 4X 316 stainless steel for all other locations. 3.03 FITTINGS APPLICATIONS A. Combination expansion-deflection fittings shall be installed where conduits cross struc- ture expansion joints, on conduit transitions from underground to above ground, and where installed in exposed conduit runs such that the distance between expansion- deflection fittings does not exceed one hundred fifty (150) feet of conduit run. B. On exposed conduit transitions from underground to above ground, where the earth has been disturbed to a depth of more than ten (10) feet, an expansion fitting, with a minimum of 6" available movement, shall be installed on the exposed side of the tran- sition, in lieu of a combination expansion-deflection fitting. 3.04 CONDUIT SEALS APPLICATIONS A. Conduit wall seals shall be used where underground conduits penetrate walls or at other locations shown on the Drawings. B. Conduit sealing bushings shall be used to seal conduit ends exposed to the weather and at other locations shown on the Drawings. 3.05 INSTALLATION A. Comply with NECA 1 for installation requirements applicable to products specified in Part 2 except where requirements on Drawings or in this Article are stricter. B. Keep raceways at least 6 inches away from parallel runs of flues and steam or hot-water pipes. Install horizontal raceway runs above water and steam piping. C. Complete raceway installation before starting conductor installation. D. Arrange stub-ups so curved portions of bends are not visible above the finished slab. E. Install no more than the equivalent of three 90-degree bends in any conduit run except for communications conduits, for which fewer bends are allowed. F. No conduit smaller than 1-in electrical trade size, shall be used, nor shall any have more than the equivalent of three 90-degree bends in any one run. Pull boxes shall be pro- vided as required or as directed. G. No wire shall be pulled until the conduit system is complete in all details; in the case of concealed work, until all rough plastering or masonry has been completed; in the case of exposed work, until the conduit system has been completed in every detail. H. The ends of all conduits shall be tightly plugged to exclude dust and moisture during construction. Duxseal, or 3M seal spray shall be used in all applications. Plugging with tape is prohibited, even for a temporary time. CORP2000479 26 05 33-8 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION RACEWAYS FOR ELECTRICAL SYSTEMS I. Where raceways enter or leave the raceway system where the raceway origin or termi- nation, could be subjected to the entry of moisture, rain or liquid of any type, particularly where the termination of such raceways terminate in any equipment, new or existing at a lower elevation, such raceways shall be tightly sealed at the higher elevation, both before and after the installation of cables, such that there shall be no entry of water or moisture to the Raceway System at any time. Any damage to new or existing equipment shall be corrected by complete replacement of such equipment, at no cost to the Owner. Cleaning or drying of such equipment will not be acceptable. J. Conduit supports, other than for underground raceways, shall be spaced at intervals of 8-ft or less, as required to obtain rigid construction. K. Single conduits shall be supported by means of one-hole pipe clamps in combination with one-screw back plates, to raise conduits from the surface. Multiple runs of conduits shall be supported on trapeze type hangers with horizontal members and threaded hanger rods. The rods shall be not less than 3/8-in diameter. Surface mounted panel boxes,junction boxes, conduit, etc shall be supported by spacers to provide a minimum of 1/2-in clearance between wall and equipment. L. Conduit hangers shall be attached to structural steel by means of beam or channel clamps. Where attached to concrete surfaces, concrete inserts of the spot type shall be provided. M. All conduits on exposed work shall be run at right angles to and parallel with the sur- rounding wall and shall conform to the form of the ceiling. No diagonal runs will be allowed. Bends in parallel conduit runs shall be concentric. All conduits shall be run perfectly straight and true. N. Conduit terminating in boxes and enclosures, other than NEMA 1 type, shall be termi- nated with conduit hubs. 0. Conduits terminated into enclosures shall be perpendicular to the walls where flexible liquidtight or rigid conduits are required. The use of short sealtight elbow fittings for such terminations will not be permitted. P. Conduits containing equipment grounding conductors and terminating in boxes shall have insulated throat grounding bushings. The wire shall be grounded to the box. Q. Conduits shall be installed using threaded fittings. Running threads will not be permitted. R. All conduit fittings on PVC conduit shall be of the glued type. S. Liquidtight flexible aluminum conduit shall be used for the primary and secondary of transformers, generator terminations and other equipment where vibration is present. Use in other locations is not permitted. Liquidtight flexible aluminum conduit shall have a maximum length not greater than that of a factory manufactured long radius elbow of the conduit size being used. The maximum bending radius shall not be less than that shown in the NEC Chapter 9, Table 2,"Other Bends". BX or AC type prefabricated cables will not be permitted. CORP2000479 26 05 33-9 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION RACEWAYS FOR ELECTRICAL SYSTEMS T. Where conduits pass through openings in walls or floor slabs, the remaining openings shall be sealed against the passage of flame and smoke. U. Conduit ends exposed to the weather or corrosive gases shall be sealed with conduit sealing bushings. V. Raceways terminating in Control Panels, or boxes containing electrical equipment, shall not enter from the top of the panel or box, and the raceway shall be sealed with a removable silicone sealant. W. All conduits from external sources entering or leaving a multiple compartment enclosure shall be stubbed up into the bottom horizontal wireway or other manufacturer desig- nated area, directly below the vertical section in which the conductors are to be termi- nated. Conduits entering from cable tray shall be stubbed into the upper section. X. Conduit sealing and drain fittings shall be installed in areas designated as NEMA 4X or 7. Y. A conduit identification plate shall be installed on all power, instrumentation, alarm and control conduits at each end of the run and at intermediate junction boxes, manholes, etc. Conduit plates shall be installed before conductors are pulled into conduits. Exact identification plate location shall be coordinated with the Owner/Engineer at the time of installation to provide uniformity of placement and ease of reading. Conduit numbers shall be exactly as shown on the Drawings. Z. Conduits noted as spare shall be capped or plugged at both ends with easily removable fittings. AA. Mandrels shall be pulled through all existing conduits that will be reused and through all new conduits 2-in in diameter and larger prior to installing conductors. BB. 3/16-in polypropylene pull lines shall be installed in all new conduits noted as spares or designated for future equipment. CC. All conduit that may under any circumstance contain liquids such as water, condensa- tion, liquid chemicals, etc, shall be arranged to drain away from the equipment served. If conduit drainage is not possible, conduit seals shall be used to plug the conduits at the point of attachment to the equipment. DD. Where no type or size is indicated for junction boxes, pull boxes or terminal cabinets, they shall be sized in accordance with the requirements of the NEC. EE. Conduits shall not cross pipe shafts, access hatches or vent duct openings. They shall be routed to avoid such present or future openings in floor or ceiling construction. FF. The use of running threads is prohibited. Where such threads are necessary, a 3-piece union shall be used. GG. Conduits passing from heated to unheated spaces, exterior spaces, refrigerated spaces, cold air plenums, etc, shall be sealed with "Duxseal," as manufactured by Mansville or 3M, or seal fitting to prevent the accumulation of condensation. CORP2000479 26 05 33-10 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION RACEWAYS FOR ELECTRICAL SYSTEMS HH. Conduits shall be located a minimum of 3-in from steam or hot water piping.Where crossings are unavoidable, the conduit shall be kept at least 1-in from the covering of the pipe crossed. II. Conduits terminating at a cable tray shall be supported independently from the cable tray. JJ. Provide a conduit support within 1-ft of the cable tray. The weight of the conduit shall not bear on the cable tray. KK. Penetrations by conduit, raceways, cables, sleeves, etc., through rated walls, shafts, floors, ceilings, etc., shall be sealed by a closure foam, Dow Corning 3-6548 Silicone RTV, GE RTV 35D Silicone Foam. 3.06 EXISTING WORK A. Remove exposed abandoned raceway, including abandoned raceway above accessible ceiling finishes. Cut raceway flush with walls and floors, and patch surfaces. B. Remove concealed abandoned raceway to its source. C. Disconnect abandoned outlets and remove devices. Remove abandoned outlets when raceway is abandoned and removed. Install blank cover for abandoned outlets not re- moved. D. Maintain access to existing boxes and other installations remaining active and requiring access. Modify installation or provide access panel. E. Extend existing raceway and box installations using materials and methods compatible with existing electrical installations, or as specified. F. Clean and repair existing raceway and boxes to remain or to be reinstalled. END OF SECTION CORP2000479 26 05 33-11 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION RACEWAYS FOR ELECTRICAL SYSTEMS *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** SECTION 26 05 43 UNDERGROUND SYSTEM PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish and install a complete underground system of raceways, manholes and handholes as shown on the Drawings and as specified herein. 1.02 RELATED WORK A. Other sections that may relate to the work in this section include, but are not limited to, the following: 1. Division 26 — Electrical. 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Submit shop drawings and product data, for the following: 1. Manholes, handholes and associated hardware. 2. Underground Ducts 3. Concrete Backfill 4. Plastic duct spacers C. Submittals shall also contain information on related equipment to be furnished under this Specification. Incomplete submittals not containing the required information on the related equipment will be returned unreviewed. D. Provide manhole and handhole NEC sizing calculations for all manholes and handholes used on the project. Sizing calculations shall be provided with initial submittal. 1.04 REFERENCE STANDARDS A. All products and components shown on the Drawings and listed in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): 1. NFPA 70 — National Electrical Code(NEC) 2. NFPA 70E — Standard for Electrical Safety in the Workplace 3. ASTM A615/A615M-06a — Standard Specification for Deformed and Plain Carbon- Steel Bars for concrete Reinforcement 4. ASTM A48 — Standard Specification for Gray Iron Castings 5. ASTM A536 — Standard Specification for Ductile Iron Castings 6. AASHTO M306-04/ASTM A48— Drainage Structure Castings, Section 7.0 Proof Load Testing 7. ASTM C-850- Specifications for underground precast concrete utility structures CORP2000479 26 05 43-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION UNDERGROUND SYSTEM B. All excavation, trenching, and related sheeting, bracing, etc., as shown on the Drawings and listed in these Specifications, shall comply with the following standards (unless otherwise noted): 1. Occupational Safety and Health Administration (OSHA) a. Excavation safety standards (29 CFR Part 1926.650 Subpart P) - Excavation. 2. American Society for Testing and Materials(ASTM) a. ASTM D 698a — Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-Ibf/ft3 (600kN-m/m3)). C. All equipment specified in this section of the Specifications shall bear the appropriate label of Underwriters Laboratories. 1.05 QUALITY ASSURANCE A. The manufacturer of these materials shall have produced similar electrical materials and equipment for a minimum period of five (5) years. When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B. The precast manholes shall be manufactured in a NPCA (National Precast Concrete Association) Certified Plant. 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY STORAGE AND HANDLING A. Equipment shall be handled and stored in accordance with manufacturer's instructions. B. Protect equipment and materials from exposure to the elements and keep thoroughly clean and dry until installation. 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 WARRANTY/EXTENDED WARRANTY A. Base Warranty per Division 1 1.10 COORDINATION A. Coordinate layout and installation of ducts, manholes, handholes, and boxes with final arrangement of other utilities, site grading, and surface features as determined in the field B. Coordinate elevations of ducts and duct-bank entrances into manholes, handholes, and boxes with final locations and profiles of ducts and duct banks as determined by coordination with other utilities, underground obstructions, and surface features. Revise locations and elevations from those indicated as required to suit field conditions and to ensure that duct runs drain to manholes and handholes, and as approved by Engineer CORP2000479 26 05 43-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION UNDERGROUND SYSTEM PART 2 PRODUCTS 2.01 MATERIALS A. Raceways 1. Raceways shall be rigid polyvinyl chloride conduit Schedule 40, encased in concrete, as manufactured by Cantex; Prime Conduit; Allied Tube. Thinwall conduit designated for encased burial as (Type EB) is not acceptable for any application. 2. All underground raceways of the underground system, terminating in manholes or handholes shall use bell end fittings of the same size and type as the raceway. Bell ends and duct spacers shall be as manufactured by Cantex or Prime Conduit. 3. Concrete encasement for raceways and duct banks shall be normal weight concrete weighing not more than 145 pcf with compressive strength a minimum of 3000 psi at 28 days, as specified in Section 16033, and of dimensions as shown on the Drawings. 4. Reinforcing steel shall comply with ASTM A615 Grade 60 as specified in Division 26, and of a size and installation as shown on the Drawings. 5. Where raceways terminate into existing and new manholes, handholes or structures which have flanged threaded couplers in the wall of the manhole or structure, threaded splice bars 24 inches in length shall be installed in all of the existing threaded couplers for that bank, and the threaded splice bars lapped into the duct bank steel for the last 24 inches length of the duct bank, and tied to the duct bank reinforcing steel at the end for that length. 6. Where raceways terminate into existing manholes, handholes or structures which do not have flanged threaded couplers in the wall of the manhole or structure, the bank duct reinforcing steel shall be dowelled into the existing structure, manhole or handhole wall at least 1/2 of the wall thickness, and secured with epoxy compound. The last 10' of the duct bank reinforcing shall be one bar size larger than shown for the encasement reinforcing. 7. All new manholes and handholes shall be provided with threaded splice bars, setting bars, and threaded rebar couplers, as manufactured by Meadow Burke Inc.,Tampa, FL. for overlapping the duct bank reinforcing steel with screwlock couplers, as shown on the Drawings. B. Manholes and Handholes 1. General a. Manholes and handholes shall be of the precast concrete type, designed for a Class H2O load with sizes as shown on the Drawings, and as manufactured by Oldcastle Precast. 2. Construction a. Concrete for manholes and handholes shall have a 28-day compressive strength of 5000 PSI. Cement shall be Type 1 or III. Reinforcing steel shall be Grade 60 with yield strength of 60,000 P.S. Design loadings shall be H-20-44 w/impact. b. Duct bank entries into the manhole or handhole shall be centered on the entering wall. c. Where present or future duct banks are shown to terminate at a manhole or handhole, the terminating area of the manhole wall within the confines of the duct bank steel reinforcing shall be recessed approximately 1-1/2" for shear support, with beveled edges, all as shown on the Drawings. CORP2000479 26 05 43-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION UNDERGROUND SYSTEM d. Each manhole and handhole shall have a 18" x 18" x 24" deep concrete sump in one corner of the manhole or handhole. 3. Manhole Covers a. Unless otherwise shown on the Drawings, manhole and handhole covers shall be heavy duty 36 in. machined gray iron, and AASHTO M306-04/ ASTM A48 CL35B Min., 40,000-pound proof load value (Class H2O X 2.5) "True Traffic" load covers, complete with frame, and "Electric" or "Communication" raised lettering recessed flush, as required, on the cover. Covers shall be V-1600-5, with drop handles as manufactured by East Jordan Iron Works, Ardmore, OK b. All castings shall be made In the USA, cast with the foundry's name, part number, "Made in USA", and production date (example: mm/dd/yy). Castings without proper markings will be rejected. Manufacturer shall certify that all castings conform to the ASTM and AASHTO Designations as specified herein. All casting shall be true to pattern in form and dimension, free from pouring faults, sponginess, cracks, blow holes and other defects in positions affecting strength and value for the service intended. Angles shall be filleted, and arises shall be sharp and true. 4. Hardware a. Cable racks shall be of the heavy duty non-metallic type with arm lengths of 8", 14" and 20", each supporting a load of not less than 250 lbs. at the outer end. Racks shall be molded in one piece of U.L. listed glass reinforced nylon, Catalog CR36N with RA08N, RA14N and RA20N arms as manufactured by Underground Devices Inc. Northbrook, IL. Cable racks shall have reinforced nylon inserts cast flush in the manhole and handhole walls and the rack secured by 316 stainless steel bolts. Arms for racks shall be vertically spaced not greater than 24" on centers. Furnish inserts for all present and future cable racks as shown on the Drawings. b. Pulling irons shall be of copolymer polypropylene coated 1/2" dia. cable, tensile strength rated at 270,000 psi, with polyethylene pulling iron pocket, all recessed in the manhole wall opposite each duct entry. Pulling irons for handholes shall have the pulling iron located in the floor of the handhole near the center of the handhole opposite the duct entry. Pulling irons shall be as manufactured by M.A. Industries, Inc. Peachtree, GA. or Bowco Industries, Portland OR. c. Each manhole shall have a 3/4 x 10' tin-plated copper ground rod inserted through the floor of the manhole or handhole, and epoxy sealed. Provide a #4/0 bare tinned copper conductor ring around the inside perimeter of the manhole. Connect the access hatch, ladder, etc. with a #6 AWG tinned copper conductor. d. Manhole and handhole ladders shall be constructed of fiberglass reinforced plastic, safety yellow, 18" rung width with 12" rung spacings, Safrail as manufactured by Strongwell Corp., Bristol, VA. Furnish a total of two ladders, each of a length 4' greater than the deepest manhole in the underground system. 2.02 HANDHOLES AND BOXES OTHER THAN PRECAST CONCRETE A. Description: Comply with SCTE 77. 1. Color: Gray or Engineer approved equal. CORP2000479 26 05 43-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION UNDERGROUND SYSTEM 2. Configuration: Units shall be designed for flush burial and have open bottom, unless otherwise indicated. 3. Cover: Weatherproof, secured by tamper-resistant locking devices and having structural load rating consistent with enclosure. 4. Cover Finish: Nonskid finish shall have a minimum coefficient of friction of 0.50. 5. Cover Legend: Molded lettering, as indicated for each service. 6. Direct-Buried Wiring Entrance Provisions: Knockouts equipped with insulated bushings or end-bell fittings, selected to suit box material, sized for wiring indicated, and arranged for secure, fixed installation in enclosure wall. 7. Duct Entrance Provisions: Duct-terminating fittings shall mate with entering ducts for secure, fixed installation in enclosure wall. 8. Handholes 12 inches wide by 24 inches long and larger shall have factory- installed inserts for cable racks and pulling-in irons. B. Polymer Concrete Handholes and Boxes with Polymer Concrete Cover: Molded of sand and aggregate, bound together with a polymer resin, and reinforced with steel or fiberglass or a combination of the two. 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 2. Manufacturers: Subject to compliance with requirements, provide products by one of the following, or Engineer approved equal: a. Armorcast Products Company. b. Carson Industries LLC. c. CDR Systems Corporation. d. NewBasis. C. Fiberglass Handholes and Boxes with Polymer Concrete Frame and Cover: Sheet- molded, fiberglass-reinforced, polyester resin enclosure joined to polymer concrete top ring or frame. 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 2. Manufacturers:Subject to compliance with requirements, provide products by one of the following, or Engineer approved equal: a. Armorcast Products Company. b. Carson Industries LLC. c. Christy Concrete Products. d. Synertech Moulded Products, Inc.; a division of Oldcastle Precast. D. Fiberglass Handholes and Boxes: Molded of fiberglass-reinforced polyester resin, with covers of polymer concrete. 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 2. Manufacturers:Subject to compliance with requirements, provide products by one of the following, or Engineer approved equal: a. Carson Industries LLC. b. Christy Concrete Products. CORP2000479 26 05 43-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION UNDERGROUND SYSTEM c. Nordic Fiberglass, Inc. E. High-Density Plastic Boxes: Injection molded of high-density polyethylene or copolymer- polypropylene. Cover shall be plastic. 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 2. Manufacturers:Subject to compliance with requirements, provide products by one of the following, or Engineer approved equal: a. Carson Industries LLC. b. Nordic Fiberglass, Inc. c. PenCell Plastics. PART 3 EXECUTION 3.01 GENERAL A. The Contractor shall field verify the routing of all underground duct banks before placement. He shall modify the routing as necessary to avoid underground utilities or above ground objects. Modification or rerouting for the convenience of the Contractor, or to reduce the length of duct run as designed, will not be permitted. The Contractor shall provide any alternate routing of the duct banks to the Owner/Engineer and, after approval, shall proceed with the installation. B. The Contractor shall saw cut and repair existing pavements above new and modified existing duct banks. The Contractor shall provide the alternate routing of the duct banks to the Owner/Engineer and after approval shall proceed with the installation. C. Install raceways to drain away from buildings. Raceways between manholes or handholes shall drain toward the manholes or handholes. Raceway slopes shall not be less than 3 in per 100 ft. D. Reinforce raceway banks as shown on the Drawings. E. A #4/0 stranded bare copper ground conductor shall be threaded through the lower tier of duct spacers, as shown on the Drawings, for the full length of each duct run between manholes and handholes, entering the duct bank opening at each manhole, and bonded to the ground rod in the floor of each manhole and handhole. F. Lay raceway lines in trenches on compacted earth as specified in Division 26. G. Use plastic spacers located not more than 4 ft apart to hold raceways in place. Spacers shall provide not less than 2 in clearance between raceways. H. The minimum cover for raceway banks shall be 24 in unless otherwise permitted by the Owner/Engineer. I. Raceway terminations at all manholes, existing and new, shall be with end bells for PVC conduit. CORP2000479 26 05 43-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION UNDERGROUND SYSTEM J. Where bends in raceways greater than 15 degrees are required, use long radius elbows, sweeps and offsets of PVC coated aluminum conduit. Tape unions and transitions of PVC coated aluminum conduit such that the aluminum does not come into contact with the concrete. K. The ends of all ducts shall be tightly plugged to exclude dust and moisture during construction. Duxseal shall be used in all applications. Plugging with tape is prohibited, even for a temporary time. L. Where raceways enter or exit the Underground System, and the raceways rise to a higher elevation upon entering or leaving the System, such raceways shall be tightly sealed at the higher elevation, both before and after the installation of cables, such that there shall be no entry of water or moisture to the Underground System at any time. M. No wire shall be pulled until the duct system has been completed in every detail. N. Swab all raceways clean before installing cable. 0. Train cables in manholes and handholes and support and restrain them on cable racks. All cables passing manhole duct entrances in the manhole or handhole shall pass above all duct entrances. No cable shall pass in front of or below duct bank entrances. 3.02 TRENCH EXCAVATION A. The excavation shall extend to the width and depth as shown on the Drawings, or as specified, and shall provide suitable room for installing manholes, handholes, ducts and appurtenances. B. Furnish and place all sheeting, bracing and supports. C. Excavation shall include material of every description and of whatever substance encountered, regardless of the methods or equipment required to remove the material. Pavement shall be cut with a saw, wheel or pneumatic chisel along straight lines before excavating. D. The Contractor shall strip and stockpile topsoil from grassed areas crossed by trenches. At the Contractor's option, topsoil may be otherwise disposed of and replaced, when required, with approved topsoil of equal quality. E. While excavating and backfilling is in progress,traffic shall be maintained, and all utilities and other property protected, as provided for in the Contract Documents. F. Materials shall be excavated to the depth indicated on the Drawings and in widths sufficient for installing manholes and laying the ducts. Coordinate the trench width the Details shown on the Drawings. The bottom of the excavations shall be firm and dry in all respects acceptable to the Owner/Engineer. Trench width shall be a practical minimum, but not less than 6 inches greater than the total duct section arrangement, including reinforcing steel. G. Excavation and dewatering shall be accomplished by methods which preserve the undisturbed state of subgrade soils. The trench may be excavated by machinery to, or CORP2000479 26 05 43-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION UNDERGROUND SYSTEM just below, the designated subgrade, provided that material remaining in the bottom of the trench is no more than slightly disturbed. Subgrade soils which become soft, loose or otherwise unsatisfactory as a result of inadequate excavation, dewatering or other construction methods, shall be removed and replaced by gravel fill, of aggregate as specified in Division 3, as required by the Owner/Engineer at the Contractor's expense. 3.03 EXCAVATION BELOW GRADE AND REFILL A. Regardless of the nature of unstable material encountered, or the groundwater conditions, trench and excavation drainage shall be complete and effective. B. If deemed necessary by the Owner/Engineer, or as shown on the Drawings, the Contractor shall be required to deposit pea gravel for duct bedding or gravel refill for excavation below grade, directly on the bottom of the trench immediately after excavation has reached the proper depth and before the bottom of the trench has become softened or disturbed by any cause whatsoever. All excavation shall be made in open trenches. Gravel used for this purpose, shall be aggregate as specified in Division 16, with a maximum coarse aggregate size of 3/4 inch. 3.04 BACKFILLING A. Remove from the excavation all materials which the Owner/Engineer may deem unsuitable for backfilling. B. Backfilling shall not commence until, not less than 48 hrs after placing of any concrete embedment, have lapsed. C. Where the ductbanks are laid in the yard, the remainder of the trench, after concrete encasement, shall be filled with common fill material, void of rock or other non-porous material, in layers not to exceed 8-in in loose measure and compacted to 90% standard Proctor density at optimum moisture content of +/- 4%. The backfill shall be mounded 6-in above the existing grade or as directed by the Owner/Engineer. Where a grass, loam or gravel surface exists prior to excavations in the yard, it shall be removed, conserved and replaced to the full original depth as part of the work under the duct items. In some areas it may be necessary to remove excess material during the cleanup process, so that the ground may be restored to its original level and condition. D. Where the ductbanks are laid in paved areas or designated future paved areas, existing or designated future structures, or other existing or future utilities, the remainder of the trench above the encasement, shall be backfilled with select common fill or select fill material in layers not to exceed 8-inches loose measure and compacted at optimum moisture content E. (+/- 3%) to 95 percent standard Proctor density. The top 18-inches below subgrade level shall be compacted at optimum moisture content (+/- 3%) to 100 percent of standard Proctor density. F. Compaction shall be by use of hand or pneumatic tamping with tools weighing at least 20 lbs. The material being spread and compacted shall be placed in layers not over 8-in CORP2000479 26 05 43-8 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION UNDERGROUND SYSTEM loose thick. If necessary, sprinkling shall be employed in conjunction with rolling or ramming. G. Bituminous paving shall not be placed in backfill. H. Water jetting will not be accepted as a means of consolidating or compacting backfill. I. All road surfaces shall be broomed and hose-cleaned immediately after backfilling. Dust control measures shall be employed at all times. 3.05 RESTORING TRENCH AND ADJACENT SURFACES A. In paved areas, the edge of the existing pavement to be removed shall be cut along straight lines, and the pavement replaced with the same type and quality of the existing paving. B. In sections where the ductbank passes through grassed areas, the Contractor shall, at his own expense, remove and replace the sod, or shall loam and reseed the surface to the satisfaction of the Owner/Engineer. 3.06 CLEANING A. Remove all rubbish and debris from inside and around the underground system. Remove dirt, dust, or concrete spatter from the interior and exterior of manholes, handholes and structures, using brushes, vacuum cleaner, or clean, lint free rags. Do not use compressed air. END OF SECTION CORP2000479 26 05 43-9 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION UNDERGROUND SYSTEM *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** SECTION 26 05 53 IDENTIFICATION FOR ELECTRICAL SYSTEMS PART 1 GENERAL 1.01 SCOPE OF WORK A. Section Includes: 1. Nameplates. 2. Labels. 3. Wire markers. 4. Conduit markers. 5. Stencils. 6. Underground Warning Tape. 7. Lockout Devices. 1.02 RELATED WORK 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Condi- tions and the Contract Documents. B. Product Data: 1. Submit manufacturer's catalog literature for each product required. 2. Submit electrical identification schedule including list of wording, symbols, letter size, color coding, tag number, location, and function. C. Samples (only required if specifically asked for by the Engineer): 1. Submit two samples of each type of identification products applicable to project. 2. Submit two nameplates, 4 x 4 inch in size illustrating materials and engraving qual- ity. D. Manufacturer's Installation Instructions: Indicate installation instructions, special proce- dures, and installation. E. Project Record Documents: Record actual locations of tagged devices; include tag num- bers. 1.04 QUALITY ASSURANCE A. Manufacturer: Company specializing in manufacturing Products specified in this section with minimum three years' experience. B. Installer: Company specializing in performing Work of this section with minimum three years' experience. CORP2000479 2605 53-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION IDENTIFICATION FOR ELECTRICAL SYSTEMS 1.05 QUALITY ASSURANCE (NOT USED) 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE A. Division 1 - Requirements for transporting, handling, storing, and protecting products. B. Accept identification products on site in original containers. Inspect for damage. C. Accept materials on site in original factory packaging, labeled with manufacturer's iden- tification, including product density and thickness. D. Protect insulation from weather and construction traffic, dirt, water, chemical, and me- chanical damage, by storing in original wrapping. 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 WARRANTY/EXTENDED WARRANTY A. Per Division 1 — General Provisions 1.10 COORDINATION A. Coordinate identification names, abbreviations, colors, and other features with require- ments in the Contract Documents, 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. E. Install all signs and labels horizontal (level) and consistent for similar equipment and panels. PART 2 PRODUCTS A. NAMEPLATES B. Product Description: Laminated three-layer plastic with engraved black letters on white contrasting background color. C. Letter Size: 1. 1/4-inch-high letters for identifying grouped equipment and loads. D. Minimum nameplate thickness: 1/8 inch. CORP2000479 2605 53-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION IDENTIFICATION FOR ELECTRICAL SYSTEMS 2.02 LABELS A. In this article, list manufacturers acceptable for this Project. B. Edit the following descriptive specifications to identify project requirements and to elim- inate conflicts with manufacturers' products specified above. C. Labels: Embossed adhesive tape, with 3/16 inch (5 mm) white letters on black back- ground. 2.03 WIRE MARKERS A. In this article, list manufacturers acceptable for this Project. B. Edit the following descriptive specifications to identify Project requirements and to elim- inate conflicts with manufacturers' products specified above. C. Description: split sleeve or tubing] type wire markers. D. Legend: 1. Power and Lighting Circuits: Branch circuit or feeder number as indicated on Draw- ings. 2. Control Circuits: Control wire number as indicated on schematic and interconnection diagrams by the equipment manufacturer 2.04 DESCRIBE LEGENDS REQUIRED FOR OTHER WIRE AND CABLE APPLICATIONS. 2.05 CONDUIT AND RACEWAY MARKERS A. In this article, list manufacturers acceptable for this Project. B. Edit the following descriptive specifications to identify Project requirements and to elim- inate conflicts with manufacturers' products specified above. C. Description: Nameplate fastened with stainless steel straps. D. Color: 1. Medium Voltage System: Black lettering on white background. 2. 480 Volt System: Black lettering on white background. 3. 208 Volt System: Black lettering on white background. 4. Describe requirements for color of markers for other systems. Legend: 5. Medium Voltage System: HIGH VOLTAGE. 6. 480 Volt System: 480 VOLTS. 7. 208 Volt System: 208 VOLTS. E. Describe requirements for legend for other systems. STENCILS F. Stencils: With clean cut symbols and letters of following size: 1. Up to 2 inches (50 mm) Outside Diameter of Raceway: 1/2 inch (13 mm) high letters. CORP2000479 2605 53-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION IDENTIFICATION FOR ELECTRICAL SYSTEMS 2. 2-1/2 to 6 inches (64 to 150 mm) Outside Diameter of Raceway: 1 inch (25 mm) high letters. G. The following are suggestions for colors and background. Edit or revise to meet project conditions. H. Stencil Paint: As specified in Section 09 90 00, semi-gloss enamel, colors conforming to the following: 1. Black lettering on white background. 2.06 UNDERGROUND WARNING TAPE A. In this article, list manufacturers acceptable for this Project. B. Manufacturers: 1. Brady ID 2. Kolbi Pipe Marker Co. 3. Seton Identification Products 4. Substitutions: Per Division 1. C. Edit the following descriptive specifications to identify Project requirements and to elim- inate conflicts with manufacturers' products specified above. D. Description: 4 inch (100 mm) wide plastic tape, detectable type, colored red with suita- ble warning legend describing buried electrical lines. PART 3 EXECUTION 3.01 APPLICATION A. Accessible Raceways and Metal-Clad Cables, 600 V or Less, for Service, Feeder, and Branch Circuits More Than 30 A: Identify with snap-around label. 1. Snap-Around Labels: Slit, pretensioned, flexible, preprinted, color-coded acrylic sleeves, with diameter sized to suit diameter of raceway or cable it identifies and to stay in place by gripping action. B. Accessible Raceways and Cables of Auxiliary Systems: Identify the following systems with color-coded, snap-around, color-coding bands: 1. Snap-Around Labels: Slit, pretensioned, flexible, preprinted, color-coded acrylic sleeves, with diameter sized to suit diameter of raceway or cable it identifies and to stay in place by gripping action. 2. Fire Alarm System: Red. 3. Fire-Suppression Supervisory and Control System: Red and yellow. 4. Combined Fire Alarm and Security System: Red and blue. 5. Security System: Blue and yellow. 6. Mechanical and Electrical Supervisory System: Green and blue. 7. Telecommunication System: Green and yellow. 8. Control Wiring: Green and red. CORP2000479 2605 53-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION IDENTIFICATION FOR ELECTRICAL SYSTEMS C. Power-Circuit Conductor Identification: For primary and secondary conductors No. 1/0 AWG and larger in vaults, pull and junction boxes, manholes, and handholes use metal tags. Identify source and circuit number of each set of conductors. For single conductor cables, identify phase in addition to the above. 1. Metal Tags: Brass or aluminum, 2 by 2 by 0.05 inch, with stamped legend, punched for use with self-locking nylon tie fastener. D. Branch-Circuit Conductor Identification: Where there are conductors for more than three branch circuits in same junction or pull box, use color-coding conductor tape, and identify each ungrounded conductor according to source and circuit number. 1. Color-Coding Conductor Tape: Colored, self-adhesive vinyl tape not less than 3 mils thick by 1 to 2 inches wide. E. Conductors to Be Extended in the Future: Attach write-on tags to conductors and list source and circuit number. 1. Write-On Tags: Polyester tag, 0.015 inch thick, with corrosion-resistant grommet and polyester or nylon tie for attachment to conductor or cable. 2. Marker for Tags: Permanent, waterproof, black ink marker recommended by tag manufacturer. F. Auxiliary Electrical Systems Conductor Identification: Identify field-installed alarm, con- trol, signal, sound, intercommunications, voice, and data connections. 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 Operation and Maintenance Manual. 4. Marker Tapes: Vinyl or vinyl-cloth, self-adhesive wraparound type, with circuit iden- tification legend machine printed by thermal transfer or equivalent process. G. Locations of Underground Lines: Identify with underground-line warning tape for power, lighting, communication, and control wiring and optical fiber cable. Install un- derground-line warning tape for both direct-buried cables and cables in raceway. Dur- ing backfilling of trenches install continuous underground-line warning tape directly above line at 12 inches above duct. Use multiple tapes where width of multiple lines installed in a common trench or concrete envelope exceeds 16 inches overall. The Con- tractor shall utilize one color of warning tape to identify electrical and control ducts throughout the plant. 1. Description: a. Permanent, bright-colored, continuous-printed, polyethylene tape. b. Not less than 6 inches wide by 4 mils thick. c. Compounded for permanent direct-burial service. d. Embedded continuous metallic strip or core. e. Printed legend shall indicate type of underground line. CORP2000479 2605 53-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION IDENTIFICATION FOR ELECTRICAL SYSTEMS H. Warning Labels for Indoor Cabinets, Boxes, and Enclosures for Power and Lighting: Comply with 29 CFR 1910.145 and apply self-adhesive warning labels. Identify system voltage with black letters on an orange background. Apply to exterior of door, cover, or other access. 1. Equipment with Multiple Power or Control Sources: Apply to door or cover of equip- ment including, but not limited to, the following: a. Power transfer switches. b. Controls with external control power connections. Equipment Requiring Work- space Clearance According to NFPA 70: Unless otherwise indicated, apply to door or cover of equipment but not on flush panelboards and similar equipment in finished spaces. 2. Comply with NFPA 70 and 29 CFR 1910.145. 3. Self-Adhesive Warning Labels: Factory printed, multicolor, pressure-sensitive ad- hesive labels, configured for display on front cover, door, or other access to equip- ment, unless otherwise indicated. 4. Baked-Enamel Warning Signs: Preprinted aluminum signs, punched or drilled for fasteners, with colors, legend, and size required for application. 1/4-inch grommets in corners for mounting. Nominal size, 7 by 10 inches. 5. Metal-Backed, Butyrate Warning Signs: Weather-resistant, nonfading, preprinted, cellulose-acetate butyrate signs with 0.0396-inch galvanized-steel backing; and with colors, legend, and size required for application. 1/4-inch grommets in corners for mounting. Nominal size, 10 by 14 inches. 6. Warning label and sign shall include, but are not limited to, the following legends: a. Multiple Power Source Warning: "DANGER - ELECTRICAL SHOCK HAZARD - EQUIPMENT HAS MULTIPLE POWER SOURCES." b. Workspace Clearance Warning: "WARNING - OSHA REGULATION - AREA IN FRONT OF ELECTRICAL EQUIPMENT MUST BE KEPT CLEAR FOR 36 INCHES." I. Instruction Signs: 1. Operating Instructions: Install instruction signs to facilitate proper operation and maintenance of electrical systems and items to which they connect. Install instruc- tion signs with ENGINEER/OWNER APPROVED instructions where needed for sys- tem or equipment operation. Instructions are needed for all equipment unless oth- erwise noted. a. Signs shall be engraved, laminated acrylic or melamine plastic, minimum 1/16 inch thick for signs up to 20 sq. in. and 1/8 inch thick for larger sizes. b. The engraved legend shall be 1/2"White letters on Brown face, and punched or drilled for mechanical fasteners. c. The signs shall be installed with stainless hardware. 2. Emergency Operating Instructions: Install emergency operating instruction signs at equipment used for power transfer, safety shutdown, or any other locations re- quiring operation in an emergency. a. Signs shall be engraved, laminated acrylic or melamine plastic, minimum 1/16 inch thick for signs up to 20 sq. in. and 1/8 inch thick for larger sizes. b. The engraved legend shall be 1/2 "White letters on Red face, and punched or drilled for mechanical fasteners. CORP2000479 26 05 53-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION IDENTIFICATION FOR ELECTRICAL SYSTEMS c. The signs shall be installed with stainless hardware. J. Equipment Identification Labels: On each unit of equipment, install unique designation label that is consistent with wiring diagrams, schedules, and Operation and Maintenance Manual. Apply labels to disconnect switches and protection equipment, central or mas- ter 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 and Outdoor Equipment: Use engraved, laminated acrylic or melamine labels, punched or drilled for screw mounting. Identification labels shall have white letters on a dark-gray background. Unless otherwise indicated, provide a single line of text with 1/2-inch- high letters on 1-1/2-inch- high label; where 2 lines of text are required, use labels 2 inches high. Mount labels with stainless hardware. b. Labels for field mounted equipment shall include the name of the equipment, and the location from which power is feed. (Provide example for review by Owner/Engineer prior to labeling) c. Elevated Components: Increase the size of the labels and letters to those ap- propriate for viewing from the floor. 2. Equipment to Be Labeled: a. Identification labeling of some items listed below may be required by individual Sections or by NFPA 70. b. Panelboards, electrical cabinets, and enclosures. c. Access doors and panels for concealed electrical items. d. Electrical switchgear and switchboards. e. Transformers. f. Electrical substations. g. Emergency system boxes and enclosures generators. h. Motor-control centers. i. Disconnect switches. j. Enclosed circuit breakers. k. Motor starters. I. Push-button stations. m. Power transfer equipment. n. Contactors. o. Battery inverter units. p. Battery racks. q. Power-generating units. r. Voice and data cable terminal equipment. s. Television/audio components, racks, and controls. t. Fire-alarm control panel and annunciators. u. Security and intrusion-detection control stations, control panels, terminal cabi- nets, and racks. CORP2000479 2605 53-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION IDENTIFICATION FOR ELECTRICAL SYSTEMS v. Monitoring and control equipment. w. Uninterruptible power supply equipment. x. Terminals, racks, and patch panels for voice and data communication and for signal and control functions. y. Control systems z. Field mounted control devices aa. Field mounted instruments 3.02 INSTALLATION PRACTICES 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. Attach all signs and labels with stainless steel screws or rivets including any auxiliary hardware appropriate or required for the location and substrate. D. Color-Coding for Phase and Voltage Level Identification, 600 V and Less: Use the colors listed below for ungrounded service, feeder, and branch-circuit conductors. 1. Color shall be factory applied or, for sizes LARGER than No. 10 AWG if authorities having jurisdiction permit, field applied. 2. Colors for 208/120-V Circuits: a. Phase A: Black. b. Phase B: Red. c. Phase C: Blue. 3. Colors for 480/277-V Circuits: a. Phase A: Brown. b. Phase B: Orange. c. Phase C: Yellow. 4. Field-Applied, Color-Coding Conductor Tape: Apply in half-lapped turns for a mini- mum distance of 6 inches from terminal points and in boxes where splices or taps are made. Apply last two turns of tape with no tension to prevent possible unwind- ing. Locate bands to avoid obscuring factory cable markings. E. Aluminum Wraparound Marker Labels and Metal Tags: Secure tight to surface of con- ductor or cable at a location with high visibility and accessibility. F. Painted Identification: Prepare surface and apply paint according to Division 9 painting Sections. 3.03 EXISTING WORK A. Install identification on existing equipment to remain in accordance with this section. B. Install identification on unmarked existing equipment. C. Replace lost labels. CORP2000479 2605 53-8 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION IDENTIFICATION FOR ELECTRICAL SYSTEMS D. Re-stencil existing equipment. END OF SECTION CORP2000479 2605 53-9 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION IDENTIFICATION FOR ELECTRICAL SYSTEMS *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** SECTION 26 05 73 POWER SYSTEM STUDIES PART 1 GENERAL 1.01 SCOPE OF WORK A. Load Flow, Short Circuit Studies, Protective Device Evaluation Studies, Equipment Eval- uation, Arc Flash, and Harmonic Studies, shall be performed by an electrical service firm regularly engaged in power system studies. B. The studies shall be submitted to the Engineer prior to receiving final approval of the distribution equipment shop drawings, and/or prior to release of equipment for manu- facture. If formal completion of the studies cause delay in equipment manufacture, approval from the Engineer may be obtained for a preliminary submittal of sufficient study data to ensure that the selection of device ratings and characteristics will be sat- isfactory. C. The studies shall include all portions of the electrical distribution system from the normal power source and generator sources down to, and including, the 120-Volt distribution system, including 208V main 3 phase circuit breaker and all 208V, 1 phase loads. Study shall also include all manufacturer supplied equipment. Normal system connections and those, which result in maximum fault conditions, shall be adequately covered in the study. System showing the largest load or partial list of the equipment on the bus will be rejected. One line diagram shall show all loads on the system. Combined circuits or partial one lines are not allowed. Utility owned transformer protection device shall be included in each power system study. D. The engineer performing the study shall coordinate with OGE and the manufacturer of the generator paralleling switchgear to provide all required relay setting. The engineer performing the study shall obtain a letter / email from OGE "System Protection Engi- neering" that the proposed settings are acceptable to the utility company. E. The engineer performing the study shall certify that all protective devices and relays have been set per the study and submit a letter stating such. 1.02 RELATED WORK (NOT USED) 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Condi- tions and the Contract Documents. B. Qualifications of the professional engineer performing the study and a copy of the pro- fessional liability insurance certificate. C. The studies shall be submitted to the design engineer prior to receiving final approval of the distribution equipment shop drawings and/or prior to release of equipment draw- ings for manufacturing. If formal completion of the studies may cause delay in equip- ment manufacturing, approval from the engineer may be obtained for preliminary CORP2000479 26 05 73-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION POWER SYSTEM STUDIES submittal of sufficient study data to ensure that the selection of device and characteris- tics will be satisfactory. D. The results of the studies shall be summarized in a final report. Provide three (3) bound copies of the complete final report shall be submitted. Provide a PDF copy of the full report including all one line drawings on a three (3) CDs for the owner. E. The contractor is required to provide the study project files to the Owner in electronic format. 1. The electronic version shall include the backup folder with all the libraries files. F. The report shall include the following sections: 1. Executive Summary. 2. Descriptions, purpose, basis and scope of the study. 3. Tabulations of circuit breaker, fuse and other protective device ratings versus cal- culated short circuit duties. 4. Protective device time versus current coordination curves, tabulations of relay and circuit breaker trip unit settings, fuse selection. 5. Fault current calculations including a definition of terms and guide for interpretation of the computer printout. 6. Details of the incident energy and flash protection boundary calculations. 7. Recommendations for system improvements, where needed. 8. One-line diagram. 9. A letter from utility provider showing available short circuit current at the service entrance, X/R ratios, impedances and characteristics of upstream protective de- vices. G. The Registered/Licensed Professional Electrical Engineer shall meet with the Owner/En- gineer to review each submittal in person. H. Arc flash labels shall be provided in hard copy only. I. Certification by the PE performing the electrical studies that the protective elements have been set per the study. 1.04 REFERENCE STANDARDS A. Institute of Electrical and Electronics Engineers, Inc. (IEEE): 1. IEEE 141 — Recommended Practice for Electric Power Distribution and Coordination of Industrial and Commercial Power Systems 2. IEEE 242 — Recommended Practice for Protection and Coordination of Industrial and Commercial Power Systems 3. IEEE 399 — Recommended Practice for Industrial and Commercial Power System Analysis 4. IEEE 241 — Recommended Practice for Electric Power Systems in Commercial Build- ings CORP2000479 26 05 73-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION POWER SYSTEM STUDIES 5. IEEE 1015— Recommended Practice for Applying Low-Voltage Circuit Breakers Used in Industrial and Commercial Power Systems. 6. IEEE 1584 - Guide for Performing Arc-Flash Hazard Calculations B. American National Standards Institute (ANSI): 1. ANSI C57.12.00 — Standard General Requirements for Liquid-Immersed Distribu- tion, Power, and Regulating Transformers 2. ANSI C37.13 — Standard for Low Voltage AC Power Circuit Breakers Used in Enclo- sures 3. ANSI C37.010 — Standard Application Guide for AC High Voltage Circuit Breakers Rated on a Symmetrical Current Basis 4. ANSI C 37.41 —Standard Design Tests for High Voltage Fuses, Distribution Enclosed Single-Pole Air Switches, Fuse Disconnecting Switches and Accessories. C. The National Fire Protection Association (NFPA) 1. NFPA 70 - National Electrical Code, latest edition 2. NFPA 70E — Standard for Electrical Safety in the Workplace 1.05 QUALITY ASSURANCE A. The studies shall be conducted under the supervision and approval of a Registered/Li- censed Professional Electrical Engineer skilled in performing and interpreting the power system studies. B. The engineer shall have experience in generator paralleling and 15kV power distribution systems. C. The Registered/Licensed Professional Electrical Engineer shall have a minimum of five (5) years of experience in performing power system studies. 1. The Engineer shall demonstrate experience with Electrical Studies by submitting names of at least ten actual studies performed in the past two year D. The Registered/Licensed Professional Electrical Engineer shall sign and seal all studies submitted to the Owner/Engineer. E. The Registered/Licensed Professional Electrical Engineer shall meet with the Owner/En- gineer to review each submittal in person. F. The equipment manufacturer or approved engineering firm. 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE (NOT USED) 1.08 MAINTENANCE/SPARE PARTS (NOT USED) CORP2000479 26 05 73-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION POWER SYSTEM STUDIES 1.09 WARRANTY/EXTENDED WARRANTY A. The engineer performing the Power System Studies shall include a 2 million dollar Pro- fessional Liability insurance policy covering Profession Errors and Omission for this pro- ject and the related study. 1.10 COMPUTER ANALYSIS SOFTWARE A. The studies shall be performed using the latest revision of the SKM Systems Analysis Power*Tools for Windows (PTW) software program. 1.11 PRE-INSTALLATION MEETINGS A. Convene minimum one week prior to commencing work of this section. 1.12 SEQUENCING A. Allow 2 weeks for review of completed study by Owner and Engineer. B. Submit short circuit and protective device coordination study to Owner and Engineer prior to receiving final approval of distribution equipment shop drawings and prior to releasing equipment for manufacturing. C. When formal completion of study will cause delay in equipment manufacturing, obtain approval from Owner and Engineer for preliminary submittal of study data sufficient in scope to ensure selection of device ratings and characteristics will be satisfactory. 1.13 SCHEDULING A. Schedule work to expedite collection of data to ensure completion of study for final approval of distribution equipment shop drawings prior to release of equipment for man- ufacturing. 1.14 COORDINATION A. Coordinate work with local power company. B. Coordinate with all equipment manufacturer's supplying equipment for the project: 1. HVAC 2. Process Mechanical 3. Electrical 4. Generator PART 2 PRODUCT 2.01 STUDIES A. Contractor to furnish short-circuit and protective device coordination studies as prepared by an approved engineering firm. CORP2000479 26 05 73-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION POWER SYSTEM STUDIES B. The contractor shall furnish an Arc Flash Risk Assessment Study per NFPA 70E - Stand- ard for Electrical Safety in the Workplace, reference Article 130.5 and Annex D. 2.02 DATA COLLECTION A. Contractor shall furnish all data as required by the power system studies. The Engineer performing the studies shall furnish the Contractor with a listing of required data imme- diately after award of the contract. The Contractor shall expedite collection of the data to assure completion of the studies as required for final approval of the distribution equipment shop drawings and/or prior to the release of the equipment for manufactur- ing. B. Source combination may include present and future motors and generators. C. Load data utilized may include existing and proposed loads obtained from Contract Doc- uments provided by Owner, or Contractor. D. If applicable, include fault contribution of existing motors in the study. The Contractor shall obtain required existing equipment data, if necessary, to satisfy the study require- ments. 2.03 LOAD FLOW STUDY A. Verify that the electrical equipment and cabling proposed can support the estimated load flows on the system. 2.04 EQUIPMENT EVALUATION STUDY A. Verify that the electrical equipment AIC rating is acceptable based on the equipment X/R ratio. 2.05 HARMONIC ANALYSIS STUDY A. The evaluate the sizing of the proposed Harmonic and power correction units based on the proposed process and VFD equipment. 2.06 SHORT-CIRCUIT AND PROTECTIVE DEVICE EVALUATION STUDY A. Use actual conductor impedances if known. If unknown, use typical conductor imped- ances based on IEEE Standard 141-1993. B. Transformer design impedances shall be used when test impedances are not available. C. Provide the following: 1. Calculation methods and assumptions 2. Selected base per unit quantities 3. One-line diagram of the system being evaluated 4. Source impedance data, including electric utility system and motor fault contribution characteristics 5. Tabulations of calculated quantities CORP2000479 26 05 73-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION POWER SYSTEM STUDIES 6. Results, conclusions, and recommendations. D. Calculate short-circuit momentary and interrupting duties for a three-phase bolted fault at each: 1. Electric utility's supply termination point 2. Incoming switchgear 3. Unit substation primary and secondary terminals 4. Low voltage switchgear 5. Motor control centers 6. Standby generators and automatic transfer switches 7. Branch circuit panelboards 8. Disconnect Switches 9. Process Equipment Control Panels 10. Control System Control Panels 11. Other significant locations throughout the system. E. For grounded systems, provide a bolted line-to-ground fault current study for areas as defined for the three-phase bolted fault short-circuit study. F. Protective Device Evaluation: 1. Evaluate equipment and protective devices and compare to short circuit ratings 2. Adequacy of switchgear, motor control centers, and panelboard bus bars to with- stand short-circuit stresses 3. Notify Owner in writing, of existing, circuit protective devices improperly rated for the calculated available fault current. 2.07 PROTECTIVE DEVICE COORDINATION STUDY A. Proposed protective device coordination time-current curves (TCC) shall be displayed on log-log scale graphs. B. Include on each TCC graph, a complete title and one-line diagram with legend identify- ing the specific portion of the system covered. C. Terminate device characteristic curves at a point reflecting maximum symmetrical or asymmetrical fault current to which the device is exposed. D. Identify the device associated with each curve by manufacturer type, function, and, if applicable, tap, time delay, and instantaneous settings recommended. E. Plot the following characteristics on the TCC graphs, where applicable: 1. Electric utility's overcurrent protective device 2. Medium voltage equipment overcurrent relays 3. Medium and low voltage fuses including manufacturer's minimum melt, total clear- ing, tolerance, and damage bands 4. Low voltage equipment circuit breaker trip devices, including manufacturer's toler- ance bands CORP2000479 26 05 73-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION POWER SYSTEM STUDIES 5. Transformer full-load current, magnetizing inrush current, and ANSI through-fault protection curves 6. Conductor damage curves 7. Ground fault protective devices, as applicable 8. Pertinent motor starting characteristics and motor damage points, where applicable 9. Pertinent generator short-circuit decrement curve and generator damage point 10. The largest feeder circuit breaker in each motor control center and applicable pan- elboard. F. Provide adequate time margins between device characteristics such that selective oper- ation is provided, while providing proper protection. 2.08 ARC FLASH RISK ASSESSMENT A. The arc flash risk assessment shall be performed according to the IEEE 1584 equations that are presented in NFPA70E, Annex D. B. The flash protection boundary and the incident energy shall be calculated at all signifi- cant locations in the electrical distribution system (switchboards, switchgear, motor- control centers, panelboards, busway and splitters) where work could be performed on energized parts. C. The Arc-Flash Risk Assessment shall include all significant locations in 240 volt and 208 volt systems fed from transformers equal to or greater than 125 kVA where work could be performed on energized parts. D. Safe working distances shall be based upon the calculated arc flash boundary consider- ing an incident energy of 1.2 cal/cm2. E. When appropriate, the short circuit calculations and the clearing times of the phase overcurrent devices will be retrieved from the short-circuit and coordination study model. Ground overcurrent relays should not be taken into consideration when deter- mining the clearing time when performing incident energy calculations. F. The short-circuit calculations and the corresponding incident energy calculations for multiple system scenarios must be compared and the greatest incident energy must be uniquely reported for each equipment location. Calculations must be performed to rep- resent the maximum and minimum contributions of fault current magnitude for all nor- mal and emergency operating conditions. The minimum calculation will assume that the utility contribution is at a minimum and will assume a minimum motor contribution (all motors off). Conversely, the maximum calculation will assume a maximum contribution from the utility and will assume the maximum amount of motors to be operating. Cal- culations shall take into consideration the parallel operation of synchronous generators with the electric utility, where applicable. G. The incident energy calculations must consider the accumulation of energy over time when performing arc flash calculations on buses with multiple sources. Iterative calcu- lations must take into account the changing current contributions, as the sources are CORP2000479 26 05 73-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION POWER SYSTEM STUDIES interrupted or decremented with time. Fault contribution from motors and generators should be decremented as follows: 1. Fault contribution from induction motors should not be considered beyond 3-5 cy- cles. 2. Fault contribution from synchronous motors and generators should be decayed to match the actual decrement of each as closely as possible (e.g. contributions from permanent magnet generators will typically decay from 10 per unit to 3 per unit after 10 cycles). H. For each equipment location with a separately enclosed main device (where there is adequate separation between the line side terminals of the main protective device and the work location), calculations for incident energy and flash protection boundary shall include both the line and load side of the main breaker. I. When performing incident energy calculations on the line side of a main breaker (as required per above), the line side and load side contributions must be included in the fault calculation. J. Mis-coordination should be checked amongst all devices within the branch containing the immediate protective device upstream of the calculation location and the calculation should utilize the fastest device to compute the incident energy for the corresponding location. K. Arc Flash calculations shall be based on actual overcurrent protective device clearing time. Maximum clearing time will be capped at 2 seconds based on IEEE 1584-2002 section B.1.2. Where it is not physically possible to move outside of the flash protection boundary in less than 2 seconds during an arc flash event, a maximum clearing time based on the specific location shall be utilized. 2.09 REPORT SECTIONS A. Input data shall include, but not be limited to the following: 1. Feeder input data including feeder type (cable or bus), size, length, number per phase, conduit type (magnetic or non-magnetic) and conductor material (copper or aluminum). 2. Transformer input data, including winding connections, secondary neutral-ground connection, primary and secondary voltage ratings, kVA rating, impedance, % taps and phase shift. 3. Reactor data, including voltage rating, and impedance. 4. Generation contribution data, (synchronous generators and Utility), including short- circuit reactance (X"d), rated MVA, rated voltage, three-phase and single line- ground contribution (for Utility sources) and X/R ratio. 5. Motor contribution data (induction motors and synchronous motors), including short-circuit reactance, rated horsepower or kVA, rated voltage, and X/R ratio. B. Short-Circuit Output Data shall include, but not be limited to the following reports: CORP2000479 26 05 73-8 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION POWER SYSTEM STUDIES 1. Low Voltage Fault Report shall include a section for three-phase and unbalanced fault calculations and shall show the following information for each applicable loca- tion: a. Voltage b. Calculated fault current magnitude and angle c. Fault point X/R ratio d. Equivalent impedance 2. Momentary Duty Report shall include a section for three-phase and unbalanced fault calculations and shall show the following information for each applicable location: a. Voltage b. Calculated symmetrical fault current magnitude and angle c. Fault point X/R ratio d. Calculated asymmetrical fault currents (i) Based on fault point X/R ratio (ii) Based on calculated symmetrical value multiplied by 1.6 (iii) Based on calculated symmetrical value multiplied by 2.7 e. Equivalent impedance 3. Interrupting Duty Report shall include a section for three-phase and unbalanced fault calculations and shall show the following information for each applicable loca- tion: a. Voltage b. Calculated symmetrical fault current magnitude and angle c. Fault point X/R ratio d. No AC Decrement (NACD) Ratio e. Equivalent impedance f. Multiplying factors for 2, 3, 5 and 8 cycle circuit breakers rated on a symmet- rical basis g. Multiplying factors for 2, 3, 5 and 8 cycle circuit breakers rated on a total basis C. Recommended Protective Device Settings: 1. Phase and Ground Relays: a. Current transformer ratio b. Current setting c. Time setting d. Instantaneous setting e. Recommendations on improved relaying systems, if applicable. 2. Circuit Breakers: a. Adjustable pickups and time delays (long time, short time, ground) b. Adjustable time-current characteristic c. Adjustable instantaneous pickup d. Recommendations on improved trip systems, if applicable. D. Incident energy and flash protection boundary calculations 1. Arcing fault magnitude CORP2000479 26 05 73-9 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION POWER SYSTEM STUDIES 2. Protective device clearing time 3. Duration of arc 4. Arc flash boundary 5. Working distance 6. Incident energy 7. Hazard Risk Category* 8. Recommendations for arc flash energy reduction *Applicable only when using the arc flash PPE category method. PART 3 EXECUTION 3.01 FIELD ADJUSTMENT A. Adjust relay and protective device settings according to the recommended settings table provided by the coordination study. Field adjustments to be completed by the engineer- ing service division of the equipment manufacturer. B. Make minor modifications to equipment as required to accomplish conformance with short circuit and protective device coordination studies. C. Notify Owner in writing of any required major equipment modifications. 3.02 ARC FLASH WARNING LABELS A. The contractor of the Arc Flash Risk Assessment shall provide a 3.5 in. x 5 in. thermal transfer type label of high adhesion polyester for each work location analyzed. B. All labels will be based on recommended overcurrent device settings and will be provided after the results of the analysis have been presented to the owner and after any system changes, upgrades or modifications have been incorporated in the system. C. The label shall include the following information, at a minimum: 1. Location designation 2. Nominal voltage 3. Flash protection boundary 4. Hazard risk category* 5. Incident energy 6. Working distance 7. Engineering report number, revision number and issue date. *Applicable only when using the arc flash PPE category method. D. Labels shall be machine printed, with no field markings. E. Arc flash labels shall be provided in the following manner and all labels shall be based on recommended overcurrent device settings. 1. For each 600, 480 and applicable 208-volt panelboard, one arc flash label shall be provided. CORP2000479 26 05 73-10 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION POWER SYSTEM STUDIES 2. For each motor control center, one arc flash label shall be provided. 3. For each low voltage switchboard, one arc flash label shall be provided. 4. For each switchgear, one flash label shall be provided. 5. For medium voltage switches one arc flash label shall be provided F. ARC FLASH TRAINING 1. The contractor of the Arc Flash Risk Assessment shall train the owner's qualified electrical personnel of the potential arc flash risks associated with working on en- ergized equipment (minimum of 4 hours) END OF SECTION CORP2000479 26 05 73-11 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION POWER SYSTEM STUDIES *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** SECTION 26 08 00 COMMISSIONING FOR ELECTRICAL SYSTEMS PART 1 GENERAL 1.01 SCOPE OF WORK A. This section provides the guidelines for testing of electrical equipment, cable, protective relays, circuit breakers, motor control centers, motors, and related apparatus to be used for the site interior and exterior electrical distribution system. This specification does not release the Contractor or vendor from any further testing required for safe commissioning of the equipment. All tests shall be completely recorded on forms provided at the end of this section. Tests shall be submitted to Engineer/Owner for approval. B. Contractor will provide and pay the cost of electrical testing by an independent testing firm or the manufacturer of the 480V switchboards (Square D Field Services or ABB Field Services). Testing firm shall have a minimum of five years of experience in providing acceptance testing for electrical systems. Testing shall be performed per the latest InterNational Electric Testing Association Standards (NETA) standard. This cost will be included in the Contract Base Bid. C. The Contractor shall immediately correct all deficiencies discovered during testing by the independent firm. The independent testing firm has the final say on the acceptance of the equipment, if testing determines the equipment is deficient, contractor shall be responsible to fix the deficiency even if the manufacturer said the equipment is satisfactory. D. The Contractor shall set all adjustable protective devices per the Approved Power System Study and verify their proper operation. In addition, the Contractor shall verify that all other protective devices are installed per the Approved Power System Study. 1.02 RELATED WORK A. Division 26 — Electrical 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. The report shall include the following section: 1. Executive Summary 2. Description, purpose, basis and scope of the work. 3. Field data sheet showing all visual, mechanical and electrical inspection done on the equipment. The data sheet shall show check mark and values of all the testing done, a description of the instrument used for testing. 4. A summary of the deficiency, concern, repairs and recommendation. CORP2000479 26 08 00-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMISSIONING FOR ELECTRICAL SYSTEMS 5. A table showing the final settings of all the adjustable equipment tested. 6. All the testing values shall be in accordance with the latest NETA standard. C. Literature and drawings describing the equipment in sufficient detail, including parts list and materials of construction, to indicate full conformance with the Specifications. D. Submit a letter certifying full and complete compliance with the Specifications, Drawings and other project requirements. The letter shall list any exceptions or deviations from specified requirements, if any and reasons for same. Exceptions or deviation shall also be clearly highlighted in a separate color in submittals. This shall be included in the NETA report and be prepared by the Independent Test Firm. 1.04 REFERENCE STANDARDS A. InterNational Electric Testing Association Standards (NETA) 1. ANSI/NETA ATS-2017: Standard for Acceptance Testing Specification for Electrical Power Equipment and Systems 2. ANSI/NETA ECS-2015: Standard for Electrical Commissioning Specification for Electrical Power Equipment and Systems for acceptance testing of Electrical Distribution Apparatus B. Institute of Electrical and Electronics Engineers (IEEE) 1. IEEE Publication No. 141, are hereby made a part of this section, unless otherwise modified herein C. Related equipment specification in all section of Division 26 — Electrical. 1.05 QUALITY ASSURANCE A. Testing firm shall have a minimum of five years of experience in providing electrical acceptance testing for electrical system. Testing shall be performed per the latest InterNational Electric Testing Association Standards (NETA) standard. This cost will be included in the Contract Bid as part of the electrical installation. B. The Contractor shall immediately correct all deficiencies discovered during testing by the independent firm. The independent testing firm has the final say on the acceptance of the equipment, if testing determines the equipment is deficient, contractor shall be responsible to fix the deficiency even if the manufacturer said the equipment is satisfactory. C. The Testing Firm shall be NETA Accredited or one of the two approved switchboard manufacturers. D. All Technicians shall be NETA Level 4 or certified by the switchboard manufacturer. 1.06 SYSTEM DESCRIPTION / DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE (NOT USED) 1.08 MAINTENANCE AND SPARE PARTS (NOT USED) CORP2000479 26 08 00-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMISSIONING FOR ELECTRICAL SYSTEMS 1.09 WARRANTY/EXTENDED WARRANTY (NOT USED) PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 PREPARATION A. Preparatory work 1. Prior to the testing of any specific piece of equipment, the Contractor shall remove all shipping hardware and inspect for broken or missing parts and proper connections in accordance with the manufacturer's instructions 3.02 TESTS A. All tests shall be supervised by the Engineer/Owner and the contractor. Contractor shall give 30-day's notice of all scheduled tests to the Engineer/Owner in writing. B. Contractor shall notify the Engineer/Owner of scheduled dates of electrical equipment installation completion. Equipment testing shall be coordinated at this time by Contractor with Engineer/Owner and appropriate Manufacturer's Representatives. C. All testing prescribed in NETA ATS & ECS shall be performed by an independent NETA Firm paid for by the contractor. 3.03 EXECUTION A. Visual and Mechanical Inspection a. Prior to any electrical testing Contractor shall perform a visual and Mechanical inspection as specified in the latest NETA ATS and ECS standards. B. Initial Infrared Scanning: After the equipment is placed in operation under full load, but not more than 60 days after Final Acceptance, perform an infrared scan on each major part or piece of equipment (MCC, Pad Mounted Switchgear, transformer tap box, etc.). Remove from panels so joints and connections are accessible to portable scanner. Infrared testing shall be performed on loaded equipment. 1. Follow-up Infrared Scanning: Perform an additional follow-up infrared scan 11 months after date of Substantial Completion. 2. Instruments, Equipment, and Reports: a. Use an infrared scanning device designed to measure temperature or to detect significant deviations from normal values. Provide calibration record for device. 3. Prepare a certified report that identifies equipment included and that describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations after remedial action. 3.04 NETA FIELD TESTING A. Equipment to be NETA inspected and tested: 1. Generators CORP2000479 26 08 00-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMISSIONING FOR ELECTRICAL SYSTEMS 2. Switchboards 3. Panelboards 4. Low Voltage Transformers 5. VFDs 6. Ground Rods 7. Grounding Systems 8. TVSS Devices 9. Motors 10. Switches 11. Circuit Breakers 12. All other electrical equipment installed on the project for which NETA describes a test. B. Inspections and Test to be performed: 1. All visual and mechanical inspections listed in NETA ATS-2017 and NETA ECS-215 2. All electrical test listed in NETA ATS-2017 and NETA ECS-215 END OF SECTION CORP2000479 26 08 00-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMISSIONING FOR ELECTRICAL SYSTEMS SECTION 26 22 13 LOW-VOLTAGE TRANSFORMERS PART 1 GENERAL 1.01 SCOPE OF WORK A. Section Includes: 1. Two-winding transformers. 2. Buck-and-boost transformers. 1.02 RELATED WORK A. Division 3 — Concrete B. Division 26 — Electrical 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Condi- tions and the Contract Documents. B. Product Data: Submit outline and support point dimensions of enclosures and accesso- ries, unit weight, voltage, kVA, and impedance ratings and characteristics, tap configu- rations, insulation system type, and rated temperature rise. C. Test and Evaluation Reports: Indicate loss data, efficiency at 25, 50, 75 and 100 percent rated load, and sound level. D. Source Quality Control Submittals: Indicate results of factory tests and inspections. E. Field Quality Control Submittals: Indicate results of Contractor furnished tests and in- spections. F. Record Documentation: Record actual locations of transformers. 1.04 REFERENCE STANDARDS A. National Electrical Manufacturers Association: 1. NEMA ST 1 - Specialty Transformers (Except General Purpose Type). 2. NEMA ST 20 - Dry Type Transformers for General Applications. B. United States Department of Energy 1. CFR Title 10 Chapter II, Part 431 C. International Electrical Testing Association: 1. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems. CORP2000479 2622 13-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION LOW-VOLTAGE TRANSFORMERS 1.05 QUALITY ASSURANCE A. Source Limitations: Obtain each transformer type through one source from a single manufacturer. B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. C. Manufacturer: Transformers to be by the same manufacture as the switchboards and panelboards used on the project. 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, STORAGE, AND HANDLING A. Store in clean, dry space. Maintain factory wrapping or provide additional canvas or plastic cover to protect units from dirt, water, construction debris, and traffic. B. Handle in accordance with manufacturer's written instructions. Lift only with lugs pro- vided. Handle carefully to avoid damage to transformer internal components, enclosure, and finish. C. Temporary Heating: Apply temporary heat according to manufacturer's written instruc- tions within the enclosure of each ventilated-type unit, throughout periods during which equipment is not energized and when transformer is not in a space that is con- tinuously under normal control of temperature and humidity. D. Section 26 00 00 — Electrical General Provisions 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 WARRANTY/EXTENDED WARRANTY (NOT USED) 1.10 COORDINATION A. Coordinate size and location of concrete bases with actual transformer provided. Cast anchor-bolt inserts into bases. Concrete, reinforcement, and formwork requirements are specified in Division 3. B. Coordinate installation of wall-mounting and structure-hanging supports with actual transformer provided. Transformers not specifically designed for wall mounting by the Manufacturer shall be provided with structural mounting details signed and sealed by a Registered Professional Engineer licensed in the state of the project location. PART 2 PRODUCTS 2.01 TWO-WINDING TRANSFORMERS A. Manufacturers: 1. General Electric 2. Square D CORP2000479 2622 13-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION LOW-VOLTAGE TRANSFORMERS 3. Division 1 — Substitutions B. Description: NEMA ST 20, factory-assembled, air-cooled, dry type transformers, ratings as indicated on Drawings. C. Operation: 1. Insulation system and average winding temperature rise for rated kVA as follows: 2. 1-15 kVA: Class 185 with 115 degrees C rise. 3. 16-500 kVA: Class 220 with 150 degrees C rise. 4. Case temperature: Do not exceed 35 degrees C rise above ambient at warmest point at full load. 5. Winding Taps: a. Transformers Less than 15 kVA: Two 5 percent below rated voltage, full capac- ity taps on primary winding. b. Transformers 15 kVA and Larger: NEMA ST 20. 6. Sound Levels: Minimum of 3 dBA less than NEMA ST 20. 7. Basic Impulse Level: 10 kV for transformers less than 300 kVA, 30 kV for transform- ers 300 kVA and larger. 8. Mounting: a. 1-15 kVA: Suitable for wall mounting. b. 16-75 kVA: Suitable for floor, or trapeze mounting. c. Larger than 75 kVA: Suitable for floor mounting. D. Materials: 1. Ground core and coil assembly to enclosure by means of visible flexible copper grounding strap. 2. Coil Conductors: Continuous copper windings with terminations brazed or welded. 3. Enclosure: a. Air-Conditioned Areas: NEMA ST 20, Type 1 ventilated. Furnish lifting eyes or brackets. b. Exterior/Interior Corrosive Areas: NEMA ST 20, Type 4X non-ventilated Stain- less Steel. Furnish lifting eyes or brackets. E. Fabrication: 1. Isolate core and coil from enclosure using vibration-absorbing mounts. 2. Nameplate: Include transformer connection data and overload capacity based on rated allowable temperature rise. 2.02 BUCK-AND-BOOST TRANSFORMERS A. Manufacturers: 1. General Electric 2. Square D 3. Division 1 — Substitutions. CORP2000479 2622 13-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION LOW-VOLTAGE TRANSFORMERS B. Description: NEMA ST 1, factory-assembled, dry type two winding buck and boost trans- formers, ratings as indicated on Drawings. C. Operation: 1. Insulation system and average winding temperature rise for rated kVA as follows: a. 0.25-2 kVA: Class 185 with 80 degrees C rise. b. 3-7.5 kVA: Class 220 with 80 degrees C rise. 2. Primary Voltage: 208 volts, single phase. 3. Secondary Voltage: 240 volts. D. Materials: 1. Coil Conductors: copper Continuous windings. 2. Lugs: Suitable for terminating conductors sized for full load ampacity of transformer unit when operating in buck-and-boost configuration shown. 3. Enclosure: NEMA ST 1, Type 1. E. Fabrication: 1. Isolate core and coil from enclosure using vibration-absorbing mounts. 2. Nameplate: Include transformer connection data. 2.03 SOURCE QUALITY CONTROL A. Division 1 requirements for Testing, inspection and analysis requirements. B. Production test each unit according to NEMA ST20. PART 3 EXECUTION 3.01 EXAMINATION A. Examine conditions for compliance with enclosure- and ambient-temperature require- ments for each transformer. B. Verify that field measurements are as needed to maintain working clearances required by NFPA 70 and manufacturer's written instructions. C. Examine walls, floors, roofs, and concrete bases for suitable mounting conditions where transformers will be installed. D. Verify that ground connections are in place and requirements in Division 26 Section Grounding have been met. Maximum ground resistance shall be 5 ohms at location of transformer. E. Proceed with installation only after unsatisfactory conditions have been corrected F. Verify mounting supports are properly sized and located including concealed bracing in walls. CORP2000479 2622 13-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION LOW-VOLTAGE TRANSFORMERS 3.02 PREPARATION A. Provide concrete pads under provisions of Division 3. 3.03 DEMOLITION A. Disconnect and remove abandoned transformers. B. Maintain access and adequate ventilation to existing transformers and other installations remaining active and requiring access and ventilation. Modify installation or provide ac- cess panel or ventilation grilles. 3.04 INSTALLATION A. Set transformer plumb and level. B. Use flexible conduit, 2 feet minimum length, for connections to transformer case. Make conduit connections to side panel of enclosure. C. Support transformers as required. 1. Mount wall-mounted transformers using integral flanges or accessory brackets fur- nished by manufacturer. 2. Mount floor-mounted transformers on vibration isolating pads suitable for isolating transformer noise from building structure. 3. Mount trapeze-mounted transformers as indicated on Drawings. D. Provide seismic restraints. E. Install grounding and bonding in accordance with Division 26 and as shown on the plans. 3.05 REPAIR A. Repair existing transformers to remain or to be reinstalled. 3.06 FIELD QUALITY CONTROL A. Inspect and test in accordance with NETA ATS. B. Perform inspections and tests listed in NETA ATS. 3.07 ADJUSTING A. Record transformer secondary voltage at each unit for at least 48 hours of typical occu- pancy period. Adjust transformer taps to provide optimum voltage conditions at second- ary terminals. Optimum is defined as not exceeding nameplate voltage plus 10 percent and not being lower than nameplate voltage minus 3 percent at maximum load condi- tions. Submit recording and tap settings as test results. B. Connect buck-boost transformers to provide nameplate voltage of equipment being served, plus or minus 5 percent, at secondary terminals. CORP2000479 2622 13-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION LOW-VOLTAGE TRANSFORMERS C. Connect buck-boost transformers to provide nameplate voltage of equipment being served, plus or minus 5 percent, at secondary terminals 3.08 CLEANING A. Vacuum dirt and debris; do not use compressed air to assist in cleaning B. Clean existing transformers to remain or to be reinstalled. END OF SECTION CORP2000479 2622 13-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION LOW-VOLTAGE TRANSFORMERS SECTION 26 24 16 PANELBOARDS PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish and install distribution and branch circuit panelboards. 1.02 RELATED WORK A. Other sections that may relate to the work in this section include, but are not limited to, the following: 1. Division 26 — Electrical. 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Condi- tions and the Contract Documents. B. Product Data: Submit catalog data showing specified features of standard products. C. Shop Drawings: Indicate outline and support point dimensions, voltage, main bus am- pacity, integrated short circuit ampere rating, circuit breaker, and fusible switch arrange- ment and sizes. 1. Breaker layout drawing with dimensions indicated and nameplate designation. 2. Component list. 3. Conduit entry/exit locations. 4. Assembly ratings including: a. Short-circuit rating. b. Voltage. c. Continuous current. 5. Breaker cable terminal sizes D. Submit a letter indicating that the panelboard breakers being supplied have been coor- dinated with the General Contractor relating to the HVAC equipment being supplied. The letter shall indicate that all required breaks need to power the HVAC equipment are included. E. Submit a letter indicating that the panelboard breakers being supplied have been coor- dinated with the General Contractor relating to the Process Equipment being supplied. The letter shall indicate that all required breaks need to power the Process Equipment are included. F. No Panelboards will be approved until the Power System Study has been approved. Breaker Back Boxes can be approved on a provisional basis to allow for electrical rough in. CORP2000479 2624 16-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PANELBOARDS G. Field Quality Control Submittals: Indicate results of Contractor furnished tests and in- spections. H. Division 1 — Requirements for submittals. I. Project Record Documents: Record actual locations of panelboards and record actual circuiting arrangements. J. Operation and Maintenance Data: Submit spare parts listing, source and current prices of replacement parts and supplies, and recommended maintenance procedures and in- tervals. n- tervaIs. K. Division 1 — Requirements for maintenance products. L. Extra Stock Materials: 1. Furnish two of each panelboard key. Panelboards keyed alike to Owner's current keying system. 1.04 REFERENCE STANDARDS A. Institute of Electrical and Electronics Engineers: 1. IEEE C62.41 - Recommended Practice on Surge Voltages in Low-Voltage AC Power Circuits. B. National Electrical Manufacturers Association: 1. NEMA AB 1 - Molded Case Circuit Breakers. 2. NEMA AB 2 - Procedures for Verifying the Performance of Molded Case Circuit Breakers. 3. NEMA FU 1 - Low Voltage Cartridge Fuses. 4. NEMA ICS 2 - Industrial Control and Systems: Controllers, Contactors, and Overload Relays, Rated Not More Than 2000 Volts AC or 750 Volts DC. 5. NEMA ICS 5 - Industrial Control and Systems: Control Circuit and Pilot Devices. 6. NEMA KS 1 - Enclosed and Miscellaneous Distribution Equipment Switches (600 Volts Maximum). 7. NEMA PB 1 - Panelboards. 8. NEMA PB 1.1 - General Instructions for Proper Installation, Operation, and Mainte- nance of Panelboards Rated 600 Volts or Less. C. International Electrical Testing Association: 1. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems. D. National Fire Protection Association: 1. NFPA 70 - National Electrical Code. E. UL: 1. UL 50 - Cabinets and Boxes 2. UL 67 - Safety for Panelboards. CORP2000479 2624 16-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PANELBOARDS 3. UL 489 - Molded-Case Circuit Breakers, Molded-Case Switches, and Circuit-Breaker Enclosures. 4. UL 1283 - Electromagnetic Interference Filters. 5. UL 1449 - Transient Voltage Surge Suppressors. 6. UL 1699 - Arc-Fault Circuit Interrupters. 1.05 QUALITY ASSURANCE A. Qualifications 1. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum three years' experience. 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE A. Store in accordance with Section 26 00 00 — Electrical General Provisions 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 WARRANTY/EXTENDED WARRANTY (NOT USED) PART 2 PRODUCTS 2.01 PANELBOARDS A. Manufacturers: 1. General Electric 2. Square D 3. Substitutions: per Division 1. B. Description: NEMA PB 1, circuit breaker type panelboard. C. Circuit Identification 1. Directory: a. For each panelboard, provide a directory frame mounted inside the door with a heat-resistant transparent face and a directory card for identifying the load served. b. Type directory as specified in Division 26 — Electrical. 2. Nameplate: a. Provide a black on white phenolic nameplate on the face of the panelboard using the following as an example: Panel HA 277/480V, 30, 4W Feeder from MCC-B/Section b. The nameplate shall have a minimum thickness of 1/8" and be mounted above the panel door. D. Listing CORP2000479 2624 16-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PANELBOARDS 1. UL 67 - Electric Panelboards. E. Special Requirements 1. All copper items, including wiring, terminal blocks, lugs, connectors, bus, etc., shall be tin plated copper. 2. All steel shall be primed and painted as specified. Galvanized items shall also be painted. 3. All hardware, including nuts, bolts, washers, screws, anchor bolts, door hinges, etc., shall be made of 316 stainless steel. 4. The panelboard steel parts shall be cleaned and sprayed in control cleaning solu- tions by a multi-stage spray washer. The operation shall produce a coating of a minimum of 150 milligrams per square foot to meet MIL Specification TT-C490. The primed metal parts shall be electrostatically coated with power paint to a thickness of 2.5mils. The paint finish shall withstand a minimum of 1000hours salt spray test. F. Bus 1. Material a. Provide tin-plated, copper bus bars, 98 percent IACS conductivity, full-sized throughout their length. b. Use buses with tin-plated contact surfaces. c. Include a tin-plated copper bus bar ground bus in panelboard rated. d. Full size (100% rated) insulated neutral bus shall be included in the panel board, shown with neutral. 200% rated neutral bus shall be supplied for panels designated on the drawings. e. The ground and neutral bus shall be at least one terminal screw for each circuit. f. Provide through feed or sub feed lugs where indicated. g. Provide lugs and connection points on phase, neutral and ground bus suitable for copper conductors. h. Spaces for future circuit breakers shall be bussed for the maximum devices that can be fitted. 2. Size bars as indicated and brace them to withstand the available symmetrical short circuit current. 3. Installation: a. Install buses in allotted spaces so that devices can be added without additional machining, drilling or tapping. b. Mount neutral bars, as required, on the opposite end of the main lugs. G. Protective Devices 1. Circuit Breakers: Provide circuit breakers for the specified service with the number of poles and ampere ratings indicated. a. Provide breakers which are quick-make and quick-break on both manual and automatic operation. b. Use a trip-free trip indicating breaker. c. Incorporate inverse time characteristic by bimetallic overload elements and in- stantaneous characteristic by magnetic trip. Where indicated, provide ground fault circuit breakers (GFCB). CORP2000479 2624 16-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PANELBOARDS d. For 2-pole and 3-pole breakers, use the common-trip type so that an overload or fault on one pole will trip all poles simultaneously. Handle ties are not ac- ceptable. e. Unless otherwise indicated, provide circuit breakers with the following inter- rupting ratings: (i) Each circuit breaker used in 120/208 Volt panelboards shall have an inter- rupting capacity of not less than 22,000 Amps, RMS symmetrical. (ii) Each circuit breaker used in 277/480 Volt and 480 Volt panelboards shall have an interrupting capacity of not less than 42,000 Amps, RMS symmet- rical. (iii) GFCI (ground fault circuit interrupter) shall be provided for circuits where shown on the drawings. GFCI units shall be 1 Pole, 120 Volt, molded case, bolt-on breakers, incorporating a solid-state ground fault interrupter circuit insulated and isolated from the breaker mechanism. The unit shall be UL listed Class A Group I device (5 milliamp sensitivity, 25 millisecond trip time) and an interrupting capacity of 22,000 Amps, RMS. (iv) Circuit breakers shall be as manufactured by the panelboard manufacturer. f. Connect breakers to the main bus by means of a solidly bolted connection. g. Use breakers which are interchangeable, capable of being operated in any po- sition within the panel. h. Each panelboard shall be equipped with a minimum of 20 percent spare break- ers, with spaces, bus work, and terminators to complete the next standard size panelboards above the 20% requirement. i. Independently mount breakers so that a single unit can be removed from the front of the panel without disturbing or removing the main bus, other units or other branch circuit connections. j. Provide individual breaker handle lock for all circuits that supply exit signs, emergency lights, and fire alarm panels. k. Provide GFI circuit breakers for heat trace circuit. The rating shall be as per N EC. H. Surge Suppressor 1. Integral Surge Suppressers: a. Maximum single impulse current rating not less than 80 kA for each phase. b. Pulse Lift Test: Capable of protecting against and surviving 5000 IEEE C62.41 Category C transients without failure or degradation. c. Clamping Voltage: (i) 208Y/120 Configuration: (a) L-N: 500 V. (b) N-G: 500 V. (c) L-G: 500 V. (ii) 480Y/277 Configuration: (a) L-N: 1,000 V. (b) N-G: 1,000 V. (c) L-G: 1,000 V. CORP2000479 2624 16-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PANELBOARDS d. Integral Surge Suppresser Fabrication: (i) Manufactured by the Panelboard Manufacturer (ii) Furnish copper bus bars for surge current path. (iii) Furnish with audible alarm activated when one of surge current modules has failed. Furnish alarm on/off to silence alarm and alarm push-to-test switch to test alarm. Locate switches and alarm on front cover of panel- board enclosure. (iv) Furnish response time no greater than five nanoseconds for individual pro- tection modes. (v) Designed to withstand maximum continuous operating voltage (MCOV) of not less than 115 percent of nominal RMS voltage. (vi) Furnish visible indication of proper suppresser connection and operation. Lights indicate operable phase and module. (vii) Furnish minimum EFI/RFI filtering of 34 dB at 100 kHz with insertion loss ratio of 50:1 using Mil Std. 220A methodology. e. Provide a UL label for all panelboard mounted surge suppressors 2. Circuit Breaker Accessories: Trip units and auxiliary switches as indicated on Draw- ings. 3. Enclosure: a. Indoor Air-Conditioned Spaces: (i) NEMA Type 1 (ii) Cabinet Front: Surface door-in-door type, fastened with hinged door with flush lock and metal directory frame. b. Corrosive Spaces: (i) NEMA 4X Fiberglass c. Exterior Locations: (i) NEMA 4X Stainless Steel d. nominal current rating as indicated on Drawings. 2.02 SOURCE QUALITY CONTROL A. Division 26 — Electrical. B. Independently test integral surge suppressers with category C3 high exposure waveform (20 kV-1.2/50us, 10kA-8/20 us) per IEEE C62.41. PART 3 EXECUTION 3.01 DEMOLITION A. Disconnect abandoned panelboards. Remove abandoned panelboards. B. Maintain access to existing panelboard remaining active and requiring access. Modify installation or provide access panel. CORP2000479 2624 16-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PANELBOARDS 3.02 INSTALLATION A. Install panelboards according to NEMA PB 1.1. B. Install panelboards plumb. C. Install recessed panelboards flush with wall finishes. D. Height: 6 feet (1 800 mm) to top of panelboard; install panelboards taller than 6 feet (1 800 mm) with bottom no more than 4 inches (100 mm) above floor. E. Install filler plates for unused spaces in panelboards. F. Provide typed circuit directory for each branch circuit panelboard. Revise directory to reflect circuiting changes to balance phase loads. Identify each circuit as to its clear, evident and specific purpose of use. G. Install engraved plastic nameplates according to Division 26. H. Install spare conduits out of each recessed panelboard to accessible location above ceil- ing. Minimum spare conduits: five empty 1 inch (DN27). Identify each as spare. I. Ground and bond panelboard enclosure according to Division 26. Connect equipment ground bars of panels according to NFPA 70. J. In wet and corrosive areas, including outdoor locations, install stainless steel 316 pan- elboard enclosures on Type 316 stainless steel unistrut support to provide clearance behind the mounting surface. 3.03 RESTORATION A. Repair existing panelboards to remain or to be reinstalled. 3.04 FIELD QUALITY CONTROL A. Inspect and test according to NETA ATS B. Perform circuit breaker inspections and tests listed in NETA ATS. 3.05 ADJUSTING A. Measure steady state load currents at each panelboard feeder; rearrange circuits in panelboard to balance phase loads to within 20 percent of each other. Maintain proper phasing for multi-wire branch circuits. 3.06 FIELD PAINTNG A. Repaint marred and scratched surfaces with touch up paint to match original finish. 3.07 CLEANING A. Remove debris from installation site and wipe dust and dirt from all components END OF SECTION CORP2000479 26 24 16-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PANELBOARDS *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** SECTION 26 27 26 WIRING DEVICES PART 1 GENERAL 1.01 SCOPE OF WORK A. Section includes wall switches; wall dimmers; receptacles; multioutlet assembly; and device plates and decorative box covers. 1.02 RELATED SECTIONS A. Division 26 — Electrical Specification Sections, apply to this Section. 1.03 REFERENCE STANDARDS A. National Electrical Manufacturers Association: 1. NEMA WD 1 - General Requirements for Wiring Devices. 2. NEMA WD 6 - Wiring Devices-Dimensional Requirements. B. Wiring Devices shall be in compliance with the National Electrical Code and shall be constructed in compliance with the Underwriters' Laboratories and shall be Underwriters' Laboratories labeled. 1.04 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Condi- tions and the Contract Documents. B. Product Data: Submit manufacturer's catalog information showing dimensions, colors, and configurations. C. Samples: Submit two samples of each wiring device and wall plate illustrating materials, construction, color, and finish. 1.05 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum three years' experience. 1.06 EXTRA MATERIALS A. Furnish two of each style, size, and finish wall plate and device. PART 2 PRODUCTS 2.01 WALL SWITCHES A. Manufacturers; Wall Switch: 1. Eaton CORP2000479 2627 26-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION WIRING DEVICES 2. Leviton 3. Lutron 4. Pass & Seymour 5. Substitutions: Division 1 — General Requirements. B. Product Description: NEMA WD 1, Heavy-Duty, AC only general-use snap switch. C. Body and Handle: Color per Architect/Engineer plastic with toggle handle. D. Indicator Light: When indicated on drawings, provide Lighted handle type switch with color as indicated. E. Ratings: 1. Voltage:120-277 volts, AC. 2. Current: 20 amperes. F. WALL DIMMERS G. Manufacturers: 1. Leviton 2. Lutron 3. Pass & Seymour 4. Substitutions per Division 1. H. Product Description: NEMA WD 1, Type II semiconductor dimmer for incandescent lamps. I. Body and Handle: Color per Architect/Engineer plastic with linear slide. J. Voltage: 120 volts. K. Power Rating: Match load shown on drawings 2.02 RECEPTACLES A. Manufacturers: 1. Eaton 2. Hubbell 3. Leviton 4. Substitutions per Division 1. B. Product Description: NEMA WD 1, Heavy-duty general use receptacle. C. Device Body: Color per Architect/Engineer. D. Configuration: NEMA WD 6, type as indicated on Drawings. E. Convenience Receptacle: Type 5-20. CORP2000479 2627 26-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION WIRING DEVICES F. GFCI Receptacle: Convenience receptacle with integral ground fault circuit interrupter to meet regulatory requirements. 2.03 WALL PLATES A. Manufacturers: 1. Appleton 2. Levition 3. Lutron 4. Hubbell 5. Schneider Electric 6. Substitutions per Division 1. B. Decorative Cover Plate: Color per Architect/Engineer smooth nylon C. Industrial Cover Plates (Electrical Rooms, Process Area, all non-conditioned spaces): stainless steel. D. Jumbo Cover Plate: Color by Architect/Engineer smooth nylon. E. Weatherproof Cover Plate: Gasketed cast metal and gasketed device cover. PART 3 EXECUTION 3.01 EXAMINATION A. Division 1 — General Provisions: Coordination and project conditions. B. Verify outlet boxes are installed at proper height. C. Verify wall openings are neatly cut and completely covered by wall plates. D. Verify branch circuit wiring installation is completed, tested, and ready for connection to wiring devices. 3.02 PREPARATION A. Clean debris from outlet boxes. 3.03 EXISTING WORK A. Disconnect and remove abandoned wiring devices. B. Modify installation to maintain access to existing wiring devices to remain active. C. Clean and repair existing wiring devices to remain or to be reinstalled. 3.04 INSTALLATION A. Install devices plumb and level. CORP2000479 2627 26-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION WIRING DEVICES B. Install switches with OFF position down. C. Install wall dimmers to achieve full rating specified and indicated after derating for gang- ing as instructed by manufacturer. D. Do not share neutral conductor on load side of dimmers. E. Install receptacles with grounding pole on bottom. F. Connect wiring device grounding terminal to outlet box with bonding jumper and branch circuit equipment grounding conductor. G. Install wall plates on flush mounted switches, receptacles, and blank outlets. H. Install decorative plates on switch, receptacle, and blank outlets in finished areas. I. Connect wiring devices by wrapping solid conductor around screw terminal. Install stranded conductor for branch circuits 10 AWG and smaller. When stranded conductors are used in lieu of solid, use crimp on fork terminals for device terminations. Do not place bare stranded conductors directly under device screws. J. Use jumbo size plates for outlets installed in masonry walls. K. Install galvanized steel plates on outlet boxes and junction boxes in unfinished areas, above accessible ceilings, and on surface mounted outlets. L. Boxes: 1. Finished areas such as offices: Recessed mounted devices in stamped steel boxes. 2. Other areas: Surface mounted cast aluminum metal boxes. 3.05 INTERFACE WITH OTHER PRODUCTS A. Install wall switch 48 inches (1.2 m) above finished floor. B. Install convenience receptacle 18 inches (450 mm) above finished floor. C. Install convenience receptacle 6 inches (150 mm) above back splash of counter. D. Install dimmer 48 inches (1.2 m) above finished floor. 3.06 FIELD QUALITY CONTROL A. Inspect each wiring device for defects. B. Operate each wall switch with circuit energized and verify proper operation. C. Verify each receptacle device is energized. D. Test each receptacle device for proper polarity. E. Test each GFCI receptacle device for proper operation. CORP2000479 2627 26-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION WIRING DEVICES 3.07 ADJUSTING A. Adjust devices and wall plates to be flush and level. 3.08 FIELD TESTING A. All GFCI outlets shall be tested per industry standard practices and manufacturer's rec- ommendations. 3.09 CLEANING A. Clean exposed surfaces to remove splatters and restore finish. END OF SECTION CORP2000479 2627 26-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION WIRING DEVICES *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** SECTION 26 29 23 VARIABLE-FREQUENCY MOTOR CONTROLLERS (100 HP AND LESS) PART 1 GENERAL 1.01 SCOPE OF WORK A. Scope: Provide labor, material, equipment, related services, and supervision re-quired, including, but not limited to, manufacturing, fabrication, erection, and installation for adjustable or variable frequency motor controllers (also identified as VFDs, AFDs, Vari- able Frequency Drives, or Adjustable Frequency Drives) as required for the complete performance of the Work, as shown on the Drawings, as specified herein, and as spec- ified elsewhere for the assemblies or systems comprised of the components specified herein. 1.02 RELATED WORK A. Other sections that may relate to the work in this section include, but are not limited to, the following: 1. Division 26 — Electrical. B. Refer to the specification sections for the VFD driven equipment for additional require- ments. C. Refer to the following specifications for additional requirements related to the harmonic mitigation and PF correction of VFDs: 1. Division 26 — Electrical 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Condi- tions and the Contract Documents. B. Coordination Drawings: Floor plans, drawn to scale, showing dimensioned layout on which, the following items are shown and coordinated with each other, using input from installers of the items involved: 1. Required working clearances and required area above and around VFDs. 2. Show VFD layout and relationships between electrical components and ad-jacent structural and mechanical elements. 3. Show support locations, type of support, and weight on each support. 4. Indicate field measurements. C. Harmonic Analysis Report: Provide project-specific calculations and manufacturer's statement of compliance with IEEE 519, latest revision. Owner shall supply detailed electrical power system characteristics to support harmonic calculations. D. Operation & Maintenance (0&M) manuals shall be provided in accordance with the min- imum requirements specified in Division 1 and Division 26. Operation and Maintenance Data, Division 26 and additional requirements specified herein. CORP2000479 2629 23-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION VARIABLE FREQUENCY MOTOR CONTROLLERS (100 HP AND LESS) 1. Submit required Operations & Maintenance data specific to each product and ac- cessory proposed. In addition, include the following information: a. Manufacturer, supplier, support, and repair center specific contact in-for- mation. b. Manufacturer's standard operation and maintenance data assembled for each size and type of equipment furnished. c. All construction, installation, schematic, and wiring diagrams updated to an as- installed and commissioned state d. All configured settings/parameters for adjustable components updated to an as-installed and commissioned stated if different from the factory default. Elec- tronic copies of configuration files shall be provided, on media acceptable to the Owner (e.g. CD, USB stick, etc.), where these configurations can be saved as an electronic file for future upload into replaced or repaired components. e. List of furnished and recommended spare parts. f. Statement of Warranty. 1.04 REFERENCE STANDARDS A. General, Publications: The publications listed below form a part of this Specification to the extent referenced. The publications are referred to in the text by the basic designa- tion only. The edition/revision of the referenced publications shall be the latest date as of the date of the Contract Documents, unless otherwise specified. 1. American Society of Civil Engineers (ASCE) a. ASCE/SEI 7, "Minimum Design Loads for Buildings and Other Structures." 2. Institute of Electrical and Electronics Engineers (IEEE) a. IEEE 519, "IEEE Recommended Practices and Requirements for Har-monic Control in Electric Power Systems" b. IEEE C62.41 - Recommended Practice on Surge Voltages in Low-Voltage AC Power Circuits. 3. International Code Council (ICC): a. ICC IBC, "International Building Code" b. ICC UBC, "Uniform Building Code" c. AC156, "Acceptance criteria for Seismic Certification by Shake Table Testing of Nonstructural Components" 4. International Electrical Testing Association: a. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems. 5. International Electrotechnical Commission (IEC) a. IEC 61000, "Electromagnetic Compatibility" b. IEC 61800-5-1, "Adjustable speed electrical power drive systems - Part 5-1: Safety requirements - Electrical, thermal and energy" c. IEC 60068 Part 2-3, "Basis Environmental Testing Procedures Part 2: Tests — Test Ca: Damp Heat" d. IEC 60146-1-1, "Semiconductor converters - General requirements and line commutated converters - Part 1-1: Specification of basic requirements" CORP2000479 2629 23-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION VARIABLE FREQUENCY MOTOR CONTROLLERS (100 HP AND LESS) e. IEC 60664-1, "Insulation Coordination for Equipment Within Low-Voltage Sys- tems" f. IEC 60447, "Basic and safety principles for man-machine interface, marking and identification - Actuating principles" g. IEC 61439-1, "Low-Voltage Switchgear and Controlgear Assemblies - Part 1: General Rules" h. IEC 60364-1, "Low-Voltage Electrical Installations - Part 1: Fundamental Prin- ciples, Assessment of General Characteristics, Definitions" i. IEC 60204-1, "Safety of machinery - Electrical equipment of machines - Part 1: General requirements" j. IEC 106, "Guide for Specifying Environmental Conditions for Equipment Perfor- mance Rating" k. IEC 529, "Degrees of protection provided by enclosure" I. IEC 1000, "Electromagnetic Compatibility" m. IEC 1800, "Adjustable speed Electrical power drive systems" n. IEC 60721-3-3, " Classification of Environmental Conditions" o. IEC 60255-8, "Overload Relays" p. IEC 60801-2,-3,-4,-5, "Immunity Tests" q. IEC 60947-2, "Low-voltage switchgear and controlgear - Part 2: Circuit-break- ers" 6. International Organization for Standardization (ISO): a. ISO 9001, "Quality Management Systems — Requirements b. ISO 14001, "Environmental management systems -- Requirements with guid- ance for use" 7. National Electrical Manufacture Association (NEMA) a. NEMA 250, "Enclosures for Electrical Equipment" b. NEMA ICS Part 4, "Overload Relays" c. NEMA ICS7, "Industrial Control and Systems Adjustable Speed Drives" d. NEMA ICS 7.1, "Safety Standards for Construction and Guide for Selection In- stallation and Operation of Adjustable Speed Drives" 8. National Fire Protection Association a. NFPA 70, "National Electrical Code (NEC)" b. NFPA 79, "Electrical Standard for Industrial Machinery" c. NFPA 5000, "Building Construction and Safety Code" 9. Occupational Health and Safety Administration (OHSA) a. OSHA 1910.95, "AC Drive Controller Acoustical Noise" 10. Underwriters Laboratories, Inc. (UL): a. UL 50, "Enclosures for Electrical Equipment" b. UL 98, "Disconnect Switches" c. UL 507, "Electric Fans" d. UL 508, "Industrial Control Equipment" e. UL 508A, "Standard for Industrial Control Panels" CORP2000479 2629 23-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION VARIABLE FREQUENCY MOTOR CONTROLLERS (100 HP AND LESS) f. UL 991, "Safety Tests for Safety Related Controls Employing Solid State De- vices" g. UL 508C, UL 61800-5-1,"UL Standard for Safety Power Conversion Equipment" 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications: Manufacturer shall be a firm engaged in the manufacture of specified products of types and sizes required, and whose products have been in satisfactory use in similar service for a minimum of ten years. 1. The manufacturer shall have a valid ISO 9001 certification and an applicable quality assurance system that is regularly reviewed and audited by a third-party registrar. Manufacturing, inspection, and testing procedures shall be developed and con- trolled under the guidelines of the quality assurance system. 2. The manufacturer or their representative shall have service, repair, and technical support services available 24 hours 7 days a week basis. B. Installer Qualifications: Installer shall be a firm that shall have a minimum of 10 years of successful installation experience with projects utilizing equipment similar in type and scope to that required for this Project and shall be approved by the manufacturer's representative. C. All work performed, and all materials used shall be in accordance with the National Electrical Code, and with applicable local regulations and ordinances. Equipment assem- blies, materials, and equipment shall be listed and labeled by Underwriter's Laboratories or by a testing agency acceptable to authorities having jurisdiction and marked for in- tended use. 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, STORAGE, AND HANDLING A. Section 26 00 00 — Electrical General Provisions. B. Prior to delivery to the Project site, ensure that suitable storage space is available to store materials in a well-ventilated area protected from weather, moisture, soiling, ex- treme temperatures, humidity, and corrosive atmospheres. Materials shall be protected during delivery and storage and shall not exceed the manufacturer stated storage re- quirements. As a minimum, store indoors in clean, dry space with uniform temperature to prevent condensation. In addition, protect electronics from all forms of electrical and magnetic energy that could reasonably cause damage. C. Deliver materials to the Project site in supplier's or manufacturer's original wrappings and containers, labeled with supplier's or manufacturer's name, material or product brand name, and equipment tag number or service name as identified within the Con- tract Documents. D. Inspect and report any concealed damage or violation of delivery storage, and handling requirements to the Engineer. CORP2000479 2629 23-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION VARIABLE FREQUENCY MOTOR CONTROLLERS (100 HP AND LESS) 1.08 MAINTENANCE/SPARE PARTS A. Furnish service and maintenance of variable frequency controller for one year from Date of Substantial Completion. B. Furnish two of each air filter. 1.09 WARRANTY/EXTENDED WARRANTY A. General: Refer to Division 1 B. The manufacturer shall warrant products against defects in material and workmanship for 60 months from the date of commissioning, provided that the manufacturer performs functional testing, commissioning and first parameter adjusting of equipment. During the warranty period the manufacturer shall re-pair or replace defective products. This warranty shall be in addition to any provided by the Contractor. The warranty shall exclude normal wear and tear under normal usage and any damage caused by abuse, modification, or improper maintenance by entities other than the manufacturer or its approved representative. C. Additional Owner Rights: The warranty shall not deprive the Owner of other rights the Owner may have under other provisions of the Contract Documents and shall be in addition to and run concurrent with other warranties made by the Contractor under requirements of the Contract Documents. 1.10 ENVIRONMENTAL REQUIREMENTS A. NEMA 1 —Airconditioned Spaces B. NEMA 4X Airconditioned — Non-Airconditioned Spaces, Outside Locations PART 2 PRODUCTS 2.01 VARIABLE FREQUENCY CONTROLLER A. Manufacturers: 1. ABB / GE 2. Allen-Bradley 3. Square D B. Product Description: NEMA ICS 7, enclosed variable frequency controller suitable for operating indicated loads. Select unspecified features and options in accordance with NEMA ICS 7.1. C. Ratings: 1. Rated Input Voltage: See Plans. 2. Rated Current: See Plans for proposed motor size. The contractor and vendor shall verify the motor being provided with the proposed equipment prior to bid and pro- vide a Variable Frequency Motor Controller of sufficient size to power the proposed load. CORP2000479 2629 23-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION VARIABLE FREQUENCY MOTOR CONTROLLERS (100 HP AND LESS) 3. Duty Rating: The Variable Frequency Motor Controller shall be rated "Heavy Duty" and capable of a suppling 150% of the rated drive current for 60 seconds. 4. Displacement Power Factor: Between 1.0 and 0.95, lagging, over entire range of operating speed and load. 5. Operating Ambient: 0 degrees C to 50 degrees C. 6. Minimum Efficiency at Full Load: 95 percent. D. Design Features: 1. Employ microprocessor-based inverter logic isolated from power circuits. 2. Employ pulse-width-modulated inverter system. 3. Design for ability to operate controller with motor disconnected from output. 4. Design to attempt five automatic restarts following fault condition before locking out and requiring manual restart. E. Indicators and Manual Controls: 1. Input Signal: 4 - 20 mA DC. 2. Display: Furnish integral digital display to indicate output voltage, output frequency, and output current. 3. Status Indicators: Separate indicators for overcurrent, overvoltage, ground fault, overtemperature, and input power ON. 4. Volts Per Hertz Adjustment: Plus or minus 10 percent. 5. Current Limit Adjustment: 60 - 150 percent of rated. 6. Acceleration Rate Adjustment: 0.5 - 30 seconds. 7. Deceleration Rate Adjustment: 1 - 30 seconds. 8. HAND-OFF-AUTOMATIC selector switch and manual speed control. 9. Control Power Source: Integral control transformer. F. Required Options 1. H-O-A selector switch on front of drive 2. Run Hour Meter 3. Indicator Lights a. Running b. Stopped c. Fault 4. Manual Speed Pot 5. 3% input line reactors 6. dV/dt output filters for all motors located more than 100 ft from the variable fre- quency controller 7. Local HMI to allow configuration/viewing of all drive parameters 8. Wireways as required for Top Entry/ Exit of all wiring 9. All Pilot Devices and Selector Switches shall be 30mm NEMA G. Equipment Protection: 1. Provide equipment protection relays and wiring as required for process equipment warranties. Examples of required protection are as follows: CORP2000479 2629 23-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION VARIABLE FREQUENCY MOTOR CONTROLLERS (100 HP AND LESS) a. Submersible Pump/Motor Protection Relays b. Vibration c. Oil Flow d. Motor and Gear Box Temperature e. Zero Speed Relays f. Damper Interlocks g. Etc. H. Safeties and Interlocks: 1. Includes undervoltage release. 2. Door Interlocks: Mechanical means to prevent opening of equipment with power connected, or to disconnect power when door is opened; include means for defeat- ing interlock by qualified persons. 3. Safety Interlocks: Terminals for remote contact to inhibit starting under both man- ual and automatic mode. 4. Control Interlocks: Furnish terminals for remote contact to allow starting in auto- matic mode. 5. Manual Bypass (when specifically shown on the drawings): Includes contactor, mo- tor running overload protection, and short circuit protection for full voltage, non- reversing operation of motor. Includes isolation switch to allow maintenance of in- verter during bypass operation. 6. Emergency Stop: Use dynamic brakes for emergency stop function. 7. Disconnecting Means: Integral fused disconnect switch with clips for NEMA FU 1, Class J fuses on line side of each controller. I. Fabrication: 1. Wiring Terminations: Match conductor materials and sizes as indicated on Draw- ings. 2. Finish: Manufacturer's standard enamel. 2.02 TRANSIENT VOLTAGE SUPPRESSION DEVICES A. Product Description: IEEE C62.41, factory-mounted transient voltage surge suppressor, selected to meet requirements for medium exposure and to coordinate with system circuit voltage. 2.03 SOURCE QUALITY CONTROL A. Shop inspect and perform standard productions tests for each controller. B. Make completed controllers available for inspection at manufacturer's factory prior to packaging for shipment. Notify Owner/Engineer at least seven days before inspection is allowed. C. Allow witnessing of factory inspections and tests at manufacturer's test facility. Notify Owner/Engineer at least seven days before inspections and tests are scheduled. CORP2000479 2629 23-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION VARIABLE FREQUENCY MOTOR CONTROLLERS (100 HP AND LESS) PART 3 EXECUTION 3.01 EXAMINATION A. Verify building environment is maintained within service conditions required by manu- facturer. 3.02 EXISTING WORK A. Disconnect and remove abandoned controllers. B. Clean and repair existing controllers to remain or to be reinstalled. 3.03 INSTALLATION A. Install in accordance with NEMA ICS 7.1. B. Tighten accessible connections and mechanical fasteners after placing controller. C. Install fuses in fusible switches. D. Select and install overload heater elements in motor controllers to match installed motor characteristics. E. Install engraved plastic nameplates in accordance with Division 16. F. Neatly type label inside controller door identifying motor served, nameplate horsepower, full load amperes, code letter, service factor, and voltage/phase rating. Place label in clear plastic holder. G. Ground and bond controller in accordance with Division 26. 3.04 FIELD QUALITY CONTROL A. Perform inspections and tests listed in NETA ATS and NEMA ICS 7.1. 3.05 MANUFACTURER'S FIELD SERVICES A. Manufacturer to provide 4 hours of startup and configuration services per drive. B. Prepare and startup variable frequency controller. 3.06 DEMONSTRATION AND TRAINING A. Furnish 4 hours of instruction each for two persons, to be conducted at project site with manufacturer's representative. END OF SECTION CORP2000479 26 29 23-8 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION VARIABLE FREQUENCY MOTOR CONTROLLERS (100 HP AND LESS) //� ORDER 1. PO 70848-0-CPG THE ABOVE PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPMENTS,BIL-S,INVOICES AND CORRESPONDENCE.COPIES OF PACKING SLIPS MUST ACCOMPANY ALL SHIPMENTS AND INVOICES. DATE: 09/21/2021 FAILURE TO COMPLY WILL RESULT IN DELAYED PAYMENT OF INVOICES. City of Corpus Christi Accounts Payable F4325 BILL TO: PO Box 9277 TO Graybar Electric Co Inc Corpus Christi TX 78469-9277 1402 Laredo St AccountsPayable@cctexas.com Corpus Christi TX 78401 Tax ID:74-6000574 L SHIP TO: Capital Programs 1201 Leopard St 3rd Floor Corpus Christi TX 78401 This purchase order is subject to all terms and conditions on face and/or enclosed. TERMS Net 30 SHIP VIA SHIP TERMS FOB Destination UNIT EXTENDED FRT TERMS PRICE PRICE LINE QUANTITY UOM ITEM DESCRIPTION 1 40,634.0000 EA HOLLY/RAND MORGAN EST IMPLT. 1.00000 $40,634.00 HOLLY/RAND MORGAN EST IMPLT. Purchase Order Summary Goods Total: 40,634.00 Order Total: 40,634.00 Buyer Contact: Contracts and Procurement Phone: 361-826-3160 Total Amount: $40,634.00 Email: ContractsandProcurement@cctexas.com 1. Invoices must cover no more than one purchase order 2. Purchase price must not be increased except on written authority 3. Material which does not meet specification will be returned at vendor's expense 4. Vendor guarantees protection to buyer from all patent infringement or suit pursuant to this order 5. The terms and conditionals of this Purchase Order apply only to the extent that they are not inconsistent with the terms and conditions of a separate service or supply agreement between the parties. Page: 1 of 2 CITY OF CORPUS CHRISTI PURCHASING DIVISION STANDARD PURCHASE TERMS AND CONDITIONS Seller and City agree as follows 1. SELLER TO PACKAGE GOODS Seller will package goods in accordance with good commercial practice. Each shipping container shall be clearly and permanently marked as follows: (a)Seller's name and address;(b)Consignee's name,address and purchase order or purchase release number and the supply agreement number if applicable;(c)container number and total number of containers,e.g.box 1 of 4 boxes;and(d)the number of the container bearing the packing slip. Seller shall bear cost of packaging unless otherwise provided. Goods shall be suitably packed to secure lowest transportation costs and to conform to requirements of common carriers and any applicable specifications. City's count or weight shall be final and conclusive on shipments not accompanied by packing lists. 2. SHIPMENT UNDER RESERVATION PROHIBITED Seller is not authorized to ship the goods under reservation and no tender of a bill of lading will operate as a tender of goods. 3. TITLE&RISK OF LOSS The title and risk of loss of the goods shall not pass to City until City actually receives and takes possession of the goods at the point or points of delivery. 4. DELIVERY TERMS AND TRANSPORTATION CHARGES F.O.B.destination unless delivery terms are specified otherwise in bid. City agrees to reimburse Seller for transportation costs in the amount specified in Seller's bid,or actual costs,whichever is lower,if the quoted delivery terms do not include transportation costs,provided City shall have the right to designate what method of transportation shall be used to ship the goods. 5. NO REPLACEMENT OF DEFECTIVE TENDER Every tender or delivery of goods must fully comply with all provisions of this contract as to time of delivery,quality and the like. If a tender is made which does not fully conform,this shall constitute a breach and Seller shall not have the right to substitute a conforming tender,provided,where the time for performance has not yet expired,the Seller may reasonably notify City of his intention to cure and may then make a conforming tender within the contract time but not afterward. 6. PLACE OF DELIVERY The place of delivery shall be that set forth in the block of the purchase order labeled"Ship To." Any change thereto shall be effected by modification as provided for in Clause 20 hereof entitled"Modifications." The terms of this agreement are"no arrival,no sale." 7. INVOICES&PAYMENTS a. Seller shall submit separate invoices,in duplicate,on each purchase order or purchase release after each delivery. Invoices shall indicate the purchase order or purchase release number and the supply agreement number if applicable. Invoices shall be itemized and transportation charges,if any,shall be listed separately. A copy of the bill of lading,and the freight waybill when applicable,should be attached to the invoice. Mail to:Accounts Payable,City of Corpus Christi,P.O.Box 9277,Corpus Christi,Texas 78469. Payment shall not be due until the above instruments are submitted after delivery. b. City's obligation is payable only and solely from funds available for the purpose of this purchase. Lack of funds shall render this contract null and void to the extent funds are not available,and any delivered but unpaid for goods will be returned to Seller by City. C. Do not include Federal Excise,State or City Sales Tax. City shall furnish tax exemption certificates upon request. d. Payment terms are net 30 days after the goods are provided or services are completed,as required,or a correct invoice is received,whichever is later. 8. GRATUITIES The City may,by written notice to the Seller,cancel this contract without liability to Seller if it is determined by City that gratuities,in the form of entertainment,gifts,or otherwise,were offered or given by the Seller,or any agent or representative of the Seller,to any officer or employee of the City with a view toward securing a contract or securing favorable treatment with respect to the awarding or amending,or the making of any determinations with respect to the performing of such a contract. In the event this contract is cancelled by City pursuant to this provision,City shall be entitled,in addition to any other rights and remedies,to recover or withhold the amount of the cost incurred by Seller in providing such gratuities. 9. SPECIAL TOOLS&TEST EQUIPMENT If the price stated on the face hereof includes the cost of any special tooling or special test equipment fabricated or required by Seller for the purpose of filling this order,such special tooling equipment and any process sheets related thereto shall become the property of the City and to the extent feasible shall be identified by the Seller as such. 10. WARRANTY-PRICE a. The price to be paid by the City shall be that contained in Seller's bid which Seller warrants to be no higher than Seller's current prices on orders by others for products of the kind and specification covered by this contract for similar quantities under similar or like conditions and methods of purchase. In the event Seller breaches this warranty,the prices of the items shall be reduced to Seller's current prices on orders by others,or in the alternative,City may cancel this contract without liability to Seller for breach or Seller's actual expense. b. The Seller warrants that no person or selling agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for commission, percentage,brokerage,or contingent fee excepting bona fide employees of bona fide established commercial or selling agencies maintained by the Seller for the purpose of securing business. For breach or violation of this warranty the City shall have the right in addition to any other right or rights to cancel this contract without liability and to deduct from the contract price,or otherwise recover the full amount of such commission,percentage,brokerage or contingent fee. 11. WARRANTY-PRODUCT Seller shall not limit or exclude any implied warranties and any attempt to do so shall render this contract voidable at the option of the City. Seller warrants that the goods furnished will conform to the specifications,drawings,and descriptions listed in the bid invitation,and to the sample(s)furnished by Seller,if any. In the event of a conflict between the specifications,drawings,and descriptions,the specifications shall govern. 12. SAFETY WARRANTY Seller warrants that the product sold to City shall conform to the standards promulgated by the U.S.Department of Labor under the Occupational Safety and Health ACT(OSHA). In the event the product does not conform to OSHA standards,City may return the product for correction or replacement at the Seller's expense. In the event Seller fails to make the appropriate correction within a reasonable time,correction made by City will be at Seller's expense. 13. NO WARRANTY BY CITY AGAINST INFRINGEMENTS As part of this contract for sale Seller agrees to ascertain whether goods manufactured in accordance with the specifications attached to this contract will give rise to the rightful claim of any third person by way of infringement or the like. City makes no warranty that the production of goods according to the specification will not give rise to such a claim,and in no event shall City be liable to Seller for indemnification in the event that Seller is sued on the grounds of infringement or the like. If Seller is of the opinion that an infringement or the like will result,he will notify City to this effect in writing within two weeks after the signing of this contract. If City does not receive notice and is subsequently held liable for the infringement or the like,Seller will hold City harmless. If Seller in good faith ascertains that production of the goods in accordance with the specifications will result in infringement or the like,this contract shall be null and void except that City will pay Seller the reasonable cost of his search as to infringements. 14. RIGHTS OF INSPECTION City shall have the right to inspect the goods at delivery before accepting them. 15. CANCELLATION City shall have the right to cancel for default all or any part of the undelivered portion of this order if Seller breaches any of the terms hereof including warranties of Seller or if Seller becomes insolvent or commits acts of bankruptcy.Such right of cancellation is in addition to and not in lieu of any other remedies which City may have in law or equity. 16. TERMINATION The performance of work under this order may be terminated in whole,or in part by the City in accordance with this provision. Termination of work hereunder shall be effected by the delivery to the Seller of a"Notice of Termination"specifying the extent to which performance of work under the order is terminated and the date upon which such termination becomes effective. Such right of termination is in addition to and not in lieu of the rights of City set forth in Clause 15,herein. 17. FORCE MAJEURE Neither party shall be held responsible for losses resulting if the fulfillment of any terms or provisions of this contract is delayed or prevented by any cause not within the control of the party whose performance is interfered with,and which by the exercise of reasonable diligence said party is unable to prevent. 18. ASSIGNMENT-DELEGATION No right or interest in this contract shall be assigned or delegation of any obligation made by Seller without the written permission of the City. Any attempted assignment or delegation by Seller shall be wholly void and totally ineffective for all purposes unless made in conformity with this paragraph. 19. MODIFICATIONS This contract can be modified or rescinded only by a writing signed by both of the parties or their duly authorized agents. 20. INTERPRETATION-PAROL EVIDENCE This writing is intended by the parties as a final expression of their agreement and is intended also as a complete and exclusive statement of the terms of their agreement. No course of prior dealings between the parties and no usage of the trade shall be relevant to supplement or explain any term used in this contract. Acceptance or acquiescence in a course of performance rendered under this contract shall not be relevant to determine the meaning of this contract even though the accepting or acquiescing party has knowledge of the performance and opportunity for objection. 21. APPLICABLE LAW This contract shall be governed by the laws of the State of Texas and any applicable federal laws. 22. ADVERTISING Seller shall not advertise or publish,without City's prior consent,the fact that City has entered into this contract,except to the extent necessary to comply with proper requests for information from an authorized representative of the federal,state or local government. 23. RIGHT TO ASSURANCE Whenever one party to this contract in good faith has reason to question the other party's intent to perform he may demand that the other party give written assurance of his intent to perform. In the event that a demand is made,and no assurance is given within five(5)days,the demanding party may treat this failure as an anticipatory repudiation of the contract. 24. EQUAL EMPLOYMENT OPPORTUNITY Seller agrees that during the performance of its contract it will: a. Treat all applicants and employees without discrimination as to race,color,religion,sex,national origin,marital status,age,or handicap. b. Identify itself as an"Equal Opportunity Employer"in all help wanted advertising or request. The Seller shall be advised of any complaints filed with the City alleging that Seller is not an Equal Opportunity Employer. 25. CONFLICTS OF INTEREST Seller agrees to comply with the conflict of interest provisions of state law and the City Charter and Code of Ordinances. Seller agrees to maintain current, updated disclosure of information on file with the City purchasing office throughout the term of this contract. Page: 2 of 2 Schneider Electric Engineering Services, LLC Quotation Number ES226400 We are pleased to quote Harmonic for Holly and Rand Morgan Pump Stations per BOM and specifications with the following exception(s)/clarification(s). Exception(s) • This quote does not include harmonic field measurements. Clarification(s) • Data collection shall be provided by the electrical contractor at no cost to Schneider Electric Engineering Services, LLC. The price (distr. net.) for performing the referenced analysis is given in the table below. This quote is subject to the services and billing agreement for Schneider Electric Engineering Services, LLC. Engineering services included in this quote will be performed by a firm licensed to perform engineering in the jurisdiction where the services are offered. When entering this quote in Q2C/SE Advantage, please have Sales Ops enter all information in the table below into the corresponding Q2C/SE Advantage fields (Bold Font) on the Bill of Materials (BOM) screen. Each row in the table reflects a separate line item (Ln Nbr) on the BOM. Customer Name: Holly and Rand Morgan Pump Stations Customer Location: Corpus Christi, TX ProductProduct Line Product Code Shipping Quantity Number Designation Description Category Code (SKU) Location SNA 1 ES226400 PSE Harm 23190 9692 SRVINAAARCETO ENG SVCS- Engineering System Services I I I I I IStudies ***Note: To enter an additional catalog description /sub line description in Q2C, select the line and right click on the line item, then choose Catalog Descriptions. When SC &TCC are included in the study scope, our intent is to deliver an initial SC &TCC study concurrent to submitting the equipment approval drawings, using conservatively estimated utility source impedances and conductor lengths, if necessary. Reports will be revised to include AF once all remaining required data, which will be identified as part of the initial study, is provided. Customer is responsible for supplying necessary data (refer to the summary below) in order to complete the study. We can assist in obtaining utility data if provided contact information. The Field Office is responsible for communicating any change orders that may impact the results of the analysis. *** If specific data is not received, an initial short-circuit and time-current coordination analyses will be performed using conservatively estimated utility source impedances and conductor lengths -other calculations such as arc flash, harmonic, load flow, voltage drop, and motor starting will be performed once all remaining required data, which will be identified as part of initial study, is provided.*** Summary- intended for SC, TCC, &AF (not all-inclusive): 1. One-line diagram showing the scope of the system study. 2. All cables: size (AWG), type (CU/AL), # of sets, conduit type, and wire length, including service entrance cable. 3. The available short-circuit current from the utility company at the point of supply. 4. Service transformer information with primary fuse rating or breaker settings (ignore if Schneider Electric is supplying the transformer). If applicable: 5. Generator electrical data and breaker(s) details. 6. Automatic transfer switch withstand current rating or catalog number. 7. Submittals for paralleling gear or equipment associated with the emergency or UPS system. 8. Starter type (e.g., soft-start, VFD, other) and location of any motors greater than 50HP. Changes to specifications on which this quote was based may result in additional cost. e GraybaR. 1402 LAREDO ST CORPUS CHRISTI TX 78401-3138 Phone: 361-886-4123 Fax: 361-886-4199 To: CITY OF CORPUS CHRISTI Date: 09/08/2021 ATTN: ACCTS PAYABLE Proj Name: VFD PROCUREMENT 5352 AYERS ST GB Project Qte#: 0238717116 Rev-1 CORPUS CHRISTI TX 78415-2104 Release Nbr: Attn: Nick Winklemann Purchase Order Nbr: VFD PROCUREMENT Phone: 361-880-3600 Additional Ref# Fax: 361-880-3609 Valid From: 08/23/2021 Email: Valid To: 09/22/2021 Contact: WILLIAM NAUGLE Email: william.naugle@graybar.com Proposal We Appreciate Your Request and Take Pleasure in Responding As Follows Notes: NOTE:**QUOTE CLARIFICATIONS" 1. 1 quoted all as NEMA1 since the panels feeding the VFDs are NEMA1. These are enclosed free standing drives. 2. 1 did not include a bypass contactor with this since the drawings do not show these. We can provide though if necessary. 3. 1 did not include dv/dt output filters since I don#t know the cable length from the VFD to the motors. I have assumed less than 100 feet. We can certainly provide output filters though if necessary. 4. 1 did not include any comms on this other than our standard. 5. 1 added 3 years of extended warranty assuming they will allow us to startup the drives. So, you get 1 year extended with startup, the initial one year, and 3 more. NOTE:**HARMONIC SERVICES" 1. We are pleased to quote Harmonic for Holly and Rand Morgan Pump Stations per BOM and specifications with the following exception(s)1clarification(s). Exception(s) # This quote does not include harmonic field measurements. Clarification(s) # Data collection shall be provided by the electrical contractor at no cost to Schneider Electric Engineering Services, LLC. Please see the sepaerate attached page for quote details. Item Item/Type Quantity Supplier Catalog Nbr Description Price Unit Ext.Price 100 1 EA SQUARE D CO. LOT QUOTE: $34,571.43 1 $34,571.43 SWITCHGEAR This equipment and associated installation charges may be financed for a low monthly payment through Graybar Financial Services isubiect to credit approvall. For mare inlormatlon call 1800-241-7408 to speak with a leasing specialist. To learn more about Graybar, visit our website at www.graybar.co 24-Hour Emergency Phone#: 1-800-GRAYBAR This Graybar quote is based on the terms of sale in the EV2370 Master Agreement which can be found by clicking the link round at https:f/www,omniapamers com/hubfs/PUBLIC%20SECTOR/Supplier%20InformmonlGraybar/EV237o_Gray bar_MAD_2017_12_20,pdf Page 1 of 3 To: CITY OF CORPUS CHRISTI Date: 09/0812021 ATTN: ACCTS PAYABLE Proj Name: VFD PROCUREMENT 5352 AYERS ST GB Project Qte#: 0238717116 Rev-1 CORPUS CHRISTI TX 78415-2104 Attn: Nick Winklemann Proposal We Appreciate Your Request and Take Pleasure in Responding As Follows 200 1 EA SQUARE D CO. LOT QUOTE: $2,880.83 1 $2,880.83 START-UP 300 1 EA SQUARE D CO. LOT QUOTE: $3,181.82 1 $3,181.82 HARMONIC ANALYSIS Total in USD (Tax not included): $40,634.08 This equipment and associated installation charges may be financed for a lcw monthly payment through Graybar Financial Services (subject to credit approval}. For more information call 1-800-241-7408 to speak with a leasing specialist. To learn more about Graybar, visit our website at www.graybar.co 24-Hour Emergency Phone#: 1-800-GRAYBAR This Graybar quote is based on the terms of sale in the EV2370 Master Agreement which can be found by clicking the link found at https:l/www.omniapartners.com/hubfs(PUBLIC%20SECTOR/Supplier%20lnformationIGraybar/EV2370_Graybar_MAD_2017_12_20,pdf Page 2 of 3 To: CITY OF CORPUS CHRISTI Date: 09/08/2021 ATTN: ACCTS PAYABLE Proj Name: VFD PROCUREMENT 5352 AYERS ST GB Project Qte#: 0238717116 Rev-1 CORPUS CHRISTI TX 78415-2104 Attn: Nick Winkfemann Proposal We Appreciate Your Request and Take Pleasure in Responding As Follows Signed: This equipment and associated installation charges may be linanced for a low monthly payment through Graybar Financial Services (subject to credit approval). For more information cafe 1-600-245-7406 to speak with a leasing specialist. To learn more about Graybar, visit our website at www.graybar.com 24-Hour Emergency Phone#; 1-800-GRAYBAR This Graybar quote is based on the terms of sale in the EV2370 Master Agreement which can be found by clicking the link found at https;tiwwvv.omniapartners comlhubfslPUBLEC%20SECTOPJSupplier%20Enformation/Graybar/EV2370_Graybar_MAD_2017_12_20.pdf Page 3 of 3 *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** SECTION 26 32 13.13 DIESEL ENGINE DRIVEN GENERATOR SETS PART 1 GENERAL 1.01 SCOPE OF WORK A. Packaged engine generator systems shall include but are not limited to: 1. Engine generator set. 2. Enclosure 3. Related Accessories as Specified B. The City has purchased equipment to be used for this project. Purchase Orders (POs) are attached at the end of each of the pre-purchased equipment specification. The Contractor shall provide Services for all equipment provided by the Owner, as specified in Section 01 64 00 — Owner-Furnished Products as well as elsewhere in the Contract Documents. 1.02 RELATED WORK A. Division 26 — Electrical 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Shop Drawings 1. Furnish shop drawings showing plan and elevation views with overall and interconnection point dimensions, weight, fuel consumption rate curves at various loads, ventilation and combustion air requirements, and electrical diagrams including schematic and interconnection diagrams. 2. Furnish product data showing dimensions, weights, ratings, interconnection points and internal wiring diagrams for engine, generator, control panel, battery, battery rack, battery charger, exhaust silencer, vibration isolators, and day tank. 3. Furnish generator data sheets including weights, excitation currents, per unit reactance's (subtransient, transient, synchronous, negative sequence and zero sequence), motor starting capabilities (kVA), time constants (subtransient, transient, open circuit and DC) and winding resistances. Submit expected performance data for the engine generator set. 4. Furnish generator connection diagram. 5. Submit computer analysis for generator loading, motor starting, critical speed and vibratory stress. 6. Furnish enclosure sound performance data. 7. Literature and drawings describing the equipment in sufficient detail, including parts list and materials of construction, to indicate full conformance with the Specifications. CORP2000479 26 31 13.13-1 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DIESEL ENGINE DRIVEN GENERATOR SETS C. Certifications and shop Tests 1. Submit a letter certifying full and complete compliance with the Specifications, Drawings and other project requirements. The letter shall list any exceptions or deviations from specified requirements, if any and reasons for same. Exceptions or deviation shall also be clearly marked in a separate color in submittals. D. Operations and Maintenance Manuals 1. Provide operation and maintenance manual. Furnish instructions for installation, maintenance, normal operation and emergency operation. 1.04 REFERENCE STANDARDS A. The following standards and codes shall be applicable: 1. IEEE32 - Standard Requirements, Terminology, and Test Procedures for Neutral Grounding Devices. 2. IEEE446 Recommended Practice for Emergency and Standby Power Systems for Commercial and Industrial Applications. 3. NFPA 110 — Standard for Emergency and Standby Power Systems. 4. NFPA 70 - National Electrical Code. 5. NFPA 37 - Standard for the installation and use of Stationary Combustion Engines and Gas Turbines. 6. UL508 - UL Safety Standard for Industrial Control Equipment. 7. UL2085 - UL Standard for Safety Protected Above Ground Tanks for Flammable and Combustible Liquids. 8. IS08528 - Reciprocating Internal Combustion Engine Driven Alternating Current Generating Sets. 9. UL142 - Steel Above Ground Tanks for Flammable and Combustible Liquids. 10. UL2200 - Standard for Safety Stationary Engine Generator Assembly. 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in packaged engine generator systems for a minimum period of ten (10) years and at least ten successful working installations of this type equipment. The equipment shall be produced by a manufacturer who is ISO 9001 certified for the design, development, production and service of its complete product line. B. Acceptable Manufacturers 1. Cummins. 2. Caterpillar. 3. Kohler. 4. The listing of specific manufacturer above does not imply acceptance of their products that do not meet the specified rating, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. C. Services of Manufacturer's representative CORP2000479 26 31 13.13-2 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DIESEL ENGINE DRIVEN GENERATOR SETS 1. Training a. Provide one day of on-site training to instruct the owner's personnel in the proper operation and maintenance of the equipment. Review operation and maintenance manuals, parts manuals, and emergency service procedures. Date shall be coordinated with Owner two weeks minimum prior to anticipate session. 2. Demonstration a. Provide system demonstration to Owner and Engineer. b. Simulate power outage by interrupting normal source and demonstrate that system operates to provide power that all controls are operative and that units operate satisfactorily in the event of interruption of normal power. c. Schedule the demonstration a minimum of two (2) weeks in advance. D. Supplier Qualifications: Authorized local distributor of engine generator manufacturer with staffed service facilities within 5 miles of project site. E. The engine-generator supplier shall maintain 24-hour parts and service capability within 50 miles of the project site. The distributor shall stock parts as needed to support the generator set package for this specific project. The supplier must carry sufficient inventory to cover no less than 80% parts service within 24hrs and 95%within 48 hours. F. Generator package shall be factory assembled and prototype tested. G. Units shall fit into the space available with adequate clearance for service as determined by the Engineer. Submitted units, which do not meet these criteria, shall be rejected. Do not assume that all of the manufacturers listed as acceptable manufacturers will provide a unit that will fit in the space allocated. Selection of acceptable manufacturers is not based on whether the manufacturer's standard stock unit will fit into every space allocated. 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS A. Generator Set Performance 1. Steady-State Voltage Operational Bandwidth: 1 percent of rated output voltage from no load to full load. 2. Steady-State Voltage Modulation Frequency: Less than one Hz. 3. Transient Voltage Performance: Not more than 25 percent variation for 100 percent step-load. Voltage recovers to remain within the steady-state operating band within 5 seconds. 4. Steady-State Frequency Operational Bandwidth: Plus or minus 0.25 percent of rated frequency from no load to full load. 5. Steady-State Frequency Stability: When system is operating at any constant load within the rated load, there are no random speed variations outside the steady- state operational band and no hunting or surging of speed. 6. Transient Frequency Performance: Less than 13 percent variation for a 100 percent step-load increase or decrease. Frequency recovers to remain within the steady- state operating band within 5 seconds. CORP2000479 26 31 13.13-3 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DIESEL ENGINE DRIVEN GENERATOR SETS 7. Output Waveform: The alternator shall produce a clean AC voltage waveform, with not more than 5% total harmonic distortion at full linear load, when measured from line to neutral, and with not more than 3% in any single harmonic and no 3rd order harmonics or their multiples. . The telephone influence factor, determined according to NEMA MG 1, does not exceed 50. 8. Sustained Short-Circuit Current: For a 3-phase, bolted short circuit at the system output terminals, the system will supply a minimum of 300 percent of rated full- load current for not less than 10 seconds and then clear the fault automatically, without damage to winding insulation or any other generator system component. 9. The generator set shall be provided with a 100% rated circuit breaker sized to carry the rated output current of the generator set that is UL489 rated. Circuit breaker to be located inside the generator enclosure and designed to protect the generator. The circuit breaker shall incorporate and electronic trip unit. Load side lugs shall be provided from the factory. The shunt device shall be connected to trip the generator breaker when the generator set is shut down by other protective devices. 10. Starting Time: The unit shall be capable of reaching full rated voltage and frequency and accepting full rated load in one step within 10 seconds after receiving a start signal, under the ambient conditions specified herein. 11. Transient Overspeed Response: During recovery from transients caused by step load increases or decreases, or resulting from 100 percent load rejection, the speed of the diesel generator shall not reach the overspeed shutdown setpoint. 12. The generator shall be capable of starting and running the following loads with an instantaneous voltage dip (as define by NEMA MG-1) not to exceed 25% using the NEMA sizing method: 13. The generator must accept rated load in one-step B. Ratings 1. The generator set shall be rated for standby duty at a minimum of (SEE ONE LINE DRAWING for Generator Sizing in KW/KVA) 1800 RPM, 0.8 power factor, 480/277 VAC, 3 phase, 4 wire, 60 hertz including radiator fan and all parasitic loads. 2. The generator set shall be capable of a 130°C Standby rating while operating in an ambient condition of less than or equal to 77 OF and a maximum elevation of 500 ft above sea level. 3. Standby duty operation is defined per the following operational guidelines: a. Power is available for the duration of an emergency outage. b. Average Power Output = 70% of standby power. c. Load = Varying. d. Typical Hours/Year = 200 Hours. 4. Maximum Expected Usage = 500 hours/year. 1.07 DELIVERY, HANDLING AND STORAGE A. Equipment shall be packaged to avoid breakage and shall be clearly labeled for shipment. Equipment prone to breakage during shipment will be packaged in a separate container that is also clearly labeled. CORP2000479 26 31 13.13-4 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DIESEL ENGINE DRIVEN GENERATOR SETS B. All connections shall be either capped or covered with a watertight material to avoid dirt, debris and moisture from reaching internal surfaces of the equipment before installation. 1.08 MAINTENANCE/SPARE PARTS A. Furnish extra materials described below that match products installed. All materials need to be packaged with protective covering for storage, and identified with labels describing contents. Deliver extra materials to Owner. 1. Fuses: 1 for every 10 of each type and rating, but not less than 1 of each. 2. Indicator Lamps: 2 for every 6 of each type used, but not less than 2 of each. 3. Filters: One set each of lubricating oil, fuel, and combustion air filters for each engine. 1.09 WARRANTY/EXTENDED WARRANTY A. The manufacturer's standard warranty for standby duty applications shall in no event be for a period of less than five (5) years from date of field acceptance testing of the system and shall include repair parts, labor, reasonable travel expense necessary for repairs at the job site, and expendables (lubricating oil, filters, antifreeze, and other service items made unusable by the defect) used during the course of repair. Running hours shall be limited to 500 hours annually for the system warranty by both the manufacturer and servicing distributor. The warranty shall include mandatory service calls every twelve (12) months and shall cover additional service calls as necessary for maintenance. PART 2 PRODUCTS 2.01 MATERIALS A. Engine 1. Type: Liquid-cooled, four stroke turbo-charged internal combustion engine with pressure lubrication system. 2. Fuel System: Appropriate for use of No. 2 diesel fuel. 3. Engine Speed: Not more than 1800 RPM. 4. Emissions: Engine emissions shall comply with EPA Tier 3 requirements for stationary generator sets. Generator shall also comply with all Federal, State and local emission requirements. 5. The engine governor shall be an electronic Engine Control Module (ECM) with 12- volt DC Electric Actuator. The ECM shall be enclosed in an environmentally sealed, die-cast aluminum housing which isolates and protects electronic components from moisture and dirt contamination. Speed drop shall be adjustable from 0 (isochronous) to 10%, from no load to full rated load. Steady state frequency regulation shall be +/- 6 RPM. Speed shall be sensed by a magnetic pickup off the engine flywheel ring gear. A provision for remote speed adjustment shall be included. The ECM shall adjust fuel delivery according to exhaust smoke, altitude and cold mode limits. In the event of a DC power loss, the forward acting actuator will move to the minimum fuel position. CORP2000479 26 31 13.13-5 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DIESEL ENGINE DRIVEN GENERATOR SETS 6. Safety Devices: Engine shutdown on high water temperature, low oil pressure, overspeed, and engine overcrank. Limits as selected by manufacturer. Individual indicating lights for each function. 7. 600kW Block Heater - The block heater shall be thermostatically controlled, 2500 watt, 110-120 VAC, to maintain manufacturers recommended engine coolant temperature to meet the start-up requirements of NFPA 99 and NFPA 110, Level 1. 8. Engine Water Pumps: Engine-driven water pump(s) sized to maintain safe engine temperature using a 50 percent ethylene glycol and water mixture thru the engine mounted radiator. 9. Engine Mounted Radiator: 1.The engine shall be liquid-cooled by a closed loop, unit mounted radiator rated to operate the generator set at full load at an ambient temperature of 50 degrees C (122 degrees F). The radiator fan and other rotating engine parts shall be guarded against accidental contact. 10. Engine Accessories: a. Fuel filters, lube oil filters, intake air filters, fuel transfer pump, fuel priming pump, flex fuel lines. b. Fuel primary filter, Racor triplex type, 30 micron, with isolation valves, water detection and filter restriction sensors. Wire alarms to the engine control system. c. Engine driven charging alternator, 24 VDC, 45 amps. 11. Mounting: Mount engine, generator and cooling system on a common structural base. 12. The generator set shall be furnished with rodent guards to prevent rodent intrusion and protect internal components 13. Electric Starters: One (1) electric starting motors shall be furnished on the engine. One starter motor shall be capable of starting the engine. The starting motors shall be 12 VDC with positive engagement drive. 14. Battery a. Each genset requires a quantity of two BCI group 8D batteries which must meet the engine manufactures' specifications for the ambient conditions specified in Part 1 Project Conditions and shall comply with the NFPA requirements for engine cranking cycles. Each battery shall be rated according to SAE Standards J-537 with a minimum cold cranking amp of 1150 amps and a minimum reserve capacity of 430 Minutes at 80F. The battery must contain two handles to aid in lifting and the case must be constructed of polypropylene to resist breakage and extend service life. Removable cell covers shall be provided to allow for checking of electrolyte specific gravity. b. Battery rack and battery cables capable of holding the manufacturer's recommended batteries shall be supplied. c. Provide a heated battery blanket warmer for starting in cold weather. 15. The generator set shall be supplied with a 10-ampere automatic float/equalize battery charger capable of charging both lead-acid and ni-cad type batteries, with the following features: a. Automatic 3-stage float to equalization charge b. Voltage regulation of 1% from no to full load over 10% AC input line voltage variations CORP2000479 26 31 13.13-6 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DIESEL ENGINE DRIVEN GENERATOR SETS c. Battery charging current Ammeter and battery voltage voltmeter with 5% full- scale accuracy d. LED lamp for power ON indication e. Current limited during engine cranking, short circuit, and reverse polarity conditions f. Temperature compensated for ambient temperatures for -40°C to 60°C g. Alarm circuit board featuring alarm contacts for low battery voltage, high battery voltage, and battery charger malfunction. h. UL 1012 Listed i. CSA Certified B. Generator 1. Each generator shall be rated as specified on 1.06. 2. The synchronous three phase generator shall be a self-ventilated, drip-proof design in accordance with NEMA MG 1 and directly connected to the engine flywheel housing with a flex coupling. 3. The insulation material shall meet NEMA MG-1 standards for Class H insulation and be vacuum impregnated with epoxy varnish to be fungus resistant. Temperature rise of the rotor and stator shall not exceed 105° C in a 40° C ambient. Stator windings shall be form wound construction. 4. Each generator shall utilize a permanent magnet excitation system capable of sustaining at least 300% rated current for 10 seconds under a 3 phase symmetrical fault. The excitation system shall be of brushless construction. 5. Voltage Regulator: a. The digital voltage regulator shall be microprocessor based with fully programmable operating and protection characteristics. The regulator shall maintain generator output voltage within +/- 0.5% for any constant load between no load and full load. The regulator shall be capable of sensing true RMS in three phases of alternator output voltage. The voltage regulator shall include a VAR/Pf control feature as standard. The regulator shall provide an adjustable dual slope regulation characteristic in order to optimize voltage and frequency response for site conditions. The voltage regulator shall include standard the capability to provide generator paralleling with reactive droop compensation and reactive differential compensation. b. The voltage regulator shall communicate with the Generator Control Panel via a J1939 communication network with generator voltage adjustments made via the controller keypad. Additionally, the controller shall allow system parameter setup and monitoring, and provide fault alarm and shutdown information through the controller. 6. Provide generator winding space heater with thermostat suitable for operation on 240 VAC, single phase. 7. The generator shall be provided with a 100% rated Main output breaker supplied and installed by the generator manufacturer. C. Weatherproof Level 2 Sound Attenuated Enclosure 1. Level 2 Sound Attenuated Enclosure CORP2000479 26 31 13.13-7 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DIESEL ENGINE DRIVEN GENERATOR SETS 2. The generator set shall be supplied with a Level 2 Sound Attenuated Enclosure, providing a sound level of 70 dB(A) while the generator is operating at 100% load at 7 meters (23 feet) using acoustic insulation and acoustic-lined inlet hoods, and using acoustic insulation and acoustic-lined inlet hoods, constructed from a minimum of high strength, low alloy 14 gauge steel. The acoustic insulation used shall meet UL 94 HF1 flammability classification. The enclosure shall be manufactured from bolted panels to facilitate service, future modifications, or field replacement. The enclosure shall use external vertical air inlet and outlet hoods with 90 degree angles to discharge air up and reduce noise. The enclosure shall have an integral rodent guard and skid end caps and shall have bracing to meet 164 mph wind loading. 3. The enclosure components and skid shall be cleaned with a two-stage alkaline cleaning process to remove grease, grit, and grime from parts. Components shall then be subjected to a Zirconium-based conversion coating process to prepare the metal for electrocoat (e-coat) adhesion. All enclosure parts shall receive an 100% epoxy primer electrocoat (e-coat) with high-edge protection. Following the e-coat process, the parts shall be finish coated with powder baked paint for superior finish, durability, and appearance with a Power ArmorTM industrial finish that provides heavy duty durability in harsh conditions, and is fade-, scratch- and corrosion- resistant. 4. The enclosure must surpass a 3,000 hour salt spray corrosion test per ASTM B- 1117. 5. Enclosures will be finished in the manufacturer's standard color. 6. The enclosures shall allow the generator set to operate at full load in an ambient temperature of 50°C with no additional derating of the electrical output of the generator set. 7. Enclosures shall be equipped with sufficient side and end doors to allow access for operation, inspection, and service of the unit and all options. Minimum requirements are two doors per side. When the generator set controller faces the rear of the generator set, an additional rear facing door is required. Access to the controller and main line circuit breaker shall meet the requirements of the National Electric Code. 8. Doors shall be fitted with hinges, hardware, and the doors shall be removable. 9. Doors shall be equipped with lockable latches. Locks shall be keyed alike. Door locks shall be recessed to minimize potential of damage to door/enclosure. 10. A duct between the radiator and air outlet shall be provided to prevent re-circulation of hot air. 11. The complete exhaust system shall be internal to the enclosure. 12. The critical silencer shall be fitted with a tailpipe and rain cap. 13. The generator set enclosure shall be furnished with the battery charger wired into the load center. 14. Basic Electrical Panel —The generator set enclosure shall be furnished with a load center 120/240VAC single phase, 100 amp max w/ main and 12 branch circuits. (1) switch control, (3) AC lights vapor tight and gasketed, and (2) duplex GFI receptacles. CORP2000479 26 31 13.13-8 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DIESEL ENGINE DRIVEN GENERATOR SETS 15. The generator set enclosure shall be furnished with the block heater wired into the load center. D. Fuel Tank Base 1. Double Wall Secondary Containment Sub-base Fuel Tank 2. The generator set shall be supplied with a sub-base fuel tank of 500 gallons. 3. The sub-base fuel system shall be listed under UL 142, subsection entitled Special Purpose Tanks EFVT category, and will bear their mark of UL Approval according to their particular classification. 4. The above ground steel secondary containment rectangular tank for use as a sub base for diesel generators is manufactured and intended to be installed in accordance with the Flammable and Combustible Liquids Code—NFPA 30, the Standard for Installation and Use of Stationary Combustible Engine and Gas Turbines—NFPA 37, and Emergency and Standby Power Systems—NFPA 110. 5. The primary tank shall be rectangular in shape and constructed in clam shell fashion to ensure maximum structural integrity and allow the use of a full throat fillet weld. 6. Steel Channel Support System. Reinforced steel box channel for generator support, with a load rating of 5,000 Ibs. per generator mounting hole location. Full height gussets at either end of channel and at generator mounting holes shall be utilized. 7. Exterior Finish. The sub-base tank exterior finish shall be Power Armor PlusTM, a polyurea-textured rubberized coating. 8. Normal venting shall be sized in accordance with the American Petroleum Institute Standard No 2000, Venting Atmospheric and Low Pressure Storage Tanks not less than 1-1/4" (3 cm.) nominal inside diameter. 9. The emergency vent opening shall be sized to accommodate the total capacity of both normal and emergency venting and shall be not less than that derived from NFPA 30, table 2-8, and based on the wetted surface area of the tank. The wetted area of the tank shall be calculated on the basis of 100 percent of the primary tank. The vent is to be spring-pressure operated: opening pressure is 0.5/psig and full opening pressure is 2.5 psig. The emergency relief vent is to be sized to accommodate the total venting capacity of both normal and emergency vents. 10. There shall be a 2" NPT opening within the primary tank and lockable manual fill cap. 11. A direct reading, UL listed, magnetic fuel level gauge with a hermetically sealed, vacuum tested dial, to eliminate fogging, shall be provided. 12. A float switch for remote or local annunciation of a (50% standard) low fuel level condition shall be supplied. 13. Supply flexible fuel lines to provide a flexible connection between the engine fuel fittings and the fuel supply tank piping and for the fuel return lines from the injector pump per engine manufacturer's recommendations. Flex line shall have a protective steel wire braid to protect the hose from abrasion. E. Exhaust System 1. The exhaust piping shall be gas proof, seamless, stainless steel, flexible exhaust bellows and includes the flex exhaust tube and the mounting hardware. F. Vibration Isolation CORP2000479 26 31 13.13-9 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DIESEL ENGINE DRIVEN GENERATOR SETS 1. Vibration isolators shall be provided between the engine-alternator and heavy-duty steel base. 2.02 CONTROLS A. Engine Generator Control System 1. The generator set controller shall be a microprocessor based control system that will provide automatic starting, system monitoring, protection, and paralleling capability for multiple generator sets. The controller system shall also provide local monitoring and remote monitoring. The control system shall be capable of PC based updating of all necessary parameters, firmware, and software. The control panel enclosure shall be NEMA 1 and shall be located inside the Generator Enclosure. 2. The controller shall be mounted on the generator set and shall have integral vibration isolation. The controller shall be prototype and reliability tested to ensure operation in the conditions encountered. B. Codes and Standard 1. The generator set controller shall meet NFPA 110 Level 1 requirements and shall include an integral alarm horn as required by NFPA. 2. The controller shall meet NFPA 99 and NEC requirements. 3. The controller shall be UL 508 listed. C. Applicability 1. The controller shall be a standard offering in the manufacturer's controller product line. 2. The controller shall support 12-volt and 24volt starting systems. 3. The controller's environmental specification shall be: -40°C to 70°C operating temperature range and 5-95% humidity, non-condensing. 4. The controller shall mount on the generator or remotely within 40 feet with viewable access. D. Controller Buttons, Display and Components 1. The generator set controller shall include the following features and functions: a. Push button Master Control buttons. The buttons shall be tactile-feel membrane with an indicator light to initiate the following functions: b. Run Mode: When in the run mode the generator set shall start as directed by the operator. c. Off/Reset Mode: When in the Off/Reset mode the generator set shall stop, the reset shall reset all faults, allowing for the restarting of the generator set after a shutdown. d. Auto Mode: When in Auto the mode the generator set shall be ready to accept a signal from a remote device. 2. Emergency Stop Switch. The remote stop switch shall be red in color with a "mushroom" type head. Depressing the stop button will immediately stop the generator set and lockout the generator set for any automatic remote starting. 3. Push Button/Rotary Selector dial. This dial shall be used for selection of all Menus and sub-menus. Rotating the dial moves you through the menus, pushing the dial CORP2000479 26 31 13.13-10 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DIESEL ENGINE DRIVEN GENERATOR SETS selects the menu and function/features in that menu. Pushing the button selects the feature/function and sub-menus. 4. Digital Display. The digital display shall be alphanumeric, with 2 lines of data and approximately 24 charters. The display shall have back lighting for ease of operator use in high and low light conditions. The display shall display status of all faults and warnings. The display shall also display any engine faults. While the generator set is running, the display shall scroll all-important information across the screen for ease of operator use. The scroll can be stopped by pushing the rotary dial. The display shall fall asleep when the generator set is not running and will wake-up when the generator set starts or the rotary dial is depressed. 5. Fault Light. The controller shall have an annunciator fault light that glows red for faults and yellow for warnings. These faults and warnings shall be displayed in the digital display. The fault light will also glow yellow when not in AUTO. 6. Alarm Horn. The controller shall provide an alarm horn that sounds when any faults or warnings are present. The horn shall also sound when the controller is not in the AUTO mode. 7. Alarm Silence/Lamp Test Button. When this button is depressed, it shall test all controller lamps. This button will also silence the alarm horn when the unit is not AUTO. 8. USB Connection. The controller shall have a USB connection on the face of the controller. This connection shall allow for updating of all software and firmware. This port shall also allow for all servicing of generator set parameters, fault diagnostics and viewing of all controller information via use a laptop computer. 9. Dedicated user inputs. The controller shall have dedicated inputs for remote emergency stop switch, remote 2-wire star for transfer switch and auxiliary shutdown. 10. The controller shall have auto resettable circuit protection integral on the circuit board. E. System Controller Monitoring and Status Features and Functions 1. The generator controller shall display and monitor the following engine and alternator functions and allow adjustments of certain parameters at the controller: a. Overview menu (i) Active shutdowns and warnings shall be displayed if present and without the need of operator interface (ii) Engine runtime with total hours (iii) Average line to line voltage (iv) Coolant temperature (v) Fuel level or pressure (vi) Oil pressure (vii) Battery voltage (viii) Software version (ix) Frequency (x) Average current b. Engine metering menu. CORP2000479 26 31 13.13-11 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DIESEL ENGINE DRIVEN GENERATOR SETS (i) Engine speed (ii) Oil pressure (iii) Coolant temperature (iv) Battery voltage c. Generator metering menu. (i) Total power in VA (ii) Total power in W (iii) Rated power % used (iv) Voltage L-L and L-N for all phases (v) Current L1, L2, L3 (vi) Frequency d. Generator set information. (i) Generator set model number (ii) Generator set serial number (iii) Controller set number e. Generator set run time. (i) Engine run time total hours (ii) Engine loaded total hours (iii) Number of engine starts (iv) Total energy in kW f. Generator set system (i) System voltage (ii) System frequency 50/60Hz (iii) System phase, single/three phase (iv) Power rating kW (v) Amperage rating (vi) Power type standby/prime (vii) Measurement units, metric/English units adjustable (viii) Alarm silence, always or auto only g. Generator set calibration, the following are adjustable at the controller. (i) Voltage L-L and L-N all phases (ii) Current L1, L2, L3 (iii) Reset all calibrations h. Voltage regulation, +/-0.5% regulation, the following is adjustable at the controller. (i) Voltage Adjustable +/- 10% i. Digital and Analog Inputs and outputs (i) Displays settings and status j. Event Log (i) Stores event history, up to 1000 events k. Paralleling Features (i) Paralleling system view from all generator controllers in the system CORP2000479 26 31 13.13-12 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DIESEL ENGINE DRIVEN GENERATOR SETS (ii) Generator management to allow load sharing with other generator sets, and allow start and stop of generators based on load demand or state of other generators within the system (iii) Automatic synchronizer F. Controller Engine control features and functions 1. Automatic restart - the controller has automatic restart feature that initiates the start routine and re-crank after a failed start attempt. 2. Cyclic cranking - the controller shall have programmable cyclic cranking 3. Engine starting aid - the controller shall have the capability of providing control for an optional engine starting aid. 4. The control system shall include time delays for engine start and cool down. 5. The control system shall interface with the engine ECM and display engine fault codes and warnings. The ECM shall also include sender failure monitoring to help distinguish between failed senders and actual failure conditions. 6. The controller shall monitor and display engine governor functions with include steady state and transient frequency monitoring G. Controller Alternator control features and functions 1. Integrated hybrid voltage regulator. The system shall have integral microprocessor based voltage regulator system that provides +/- 5% voltage regulation, no-load to full load with three phase sensing. The system is prototype tested and control variation of voltage to frequency. The voltage regulator shall be adjustable at the controller with maximum +/- 10% adjustable of nominal voltage. 2. AC output voltage regulator adjustment. The system shall allow for adjustment of the integral voltage regulator with maximum of +/- 10% adjustment of the system voltage. 3. Alternator thermal overload protection. The system shall have integral alternator overload and short circuit protection matched to each alternator for the particular voltage and phase configuration. 4. Power metering. The controller digitally displays power metering of kW and kVA. H. Other control features and functions 1. Event logging. The controller keeps a record of up to 1000 events, for warning and shutdown faults. This fault information becomes a stored record of systems events and can be reset. 2. Historical data logging. The controller total number of generator set successful start shall be recorded and displayed. 3. Programmable access.The control system shall include a USB port that gives service technicians the ability to provide software and firmware upgrades. The system shall also be capable of allowing setting of all critical parameters using the service software and a laptop computer. All parameters and setting should be capable to being stored on a laptop for future upgrades of printing for analysis. I. Generator Set Warning, Shutdown Alarm and Status 1. The generator set shall have alarms and status indication lamps that show non- automatic status and warning and shutdown conditions.The controller shall indicate CORP2000479 26 31 13.13-13 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DIESEL ENGINE DRIVEN GENERATOR SETS with a warning lamp and or alarm and on the digital display screen any shutdown, warning or engine fault condition that exists in the generator set system. The following alarms and shutdowns shall exist as a minimum: a. Engine functions (i) Critical high fuel level (alarm) (ii) ECM communication loss (shutdown) (iii) ECM diagnostics (alarm & shutdown) (iv) Engine overspeed (shutdown) (v) Engine start aid active (vi) Engine under speed (shutdown) (vii) Fuel tank leak (alarm & shutdown) (viii) High DC battery voltage (alarm) (ix) High coolant temperature (alarm & shutdown) (x) High fuel level (alarm) (xi) Low DC battery voltage (alarm) (xii) Low coolant level (shutdown) (xiii) Low coolant temperature (alarm) (xiv) Low cranking voltage (alarm) (xv) Low engine oil level (alarm & shutdown) (xvi) Low fuel level (alarm & shutdown) (xvii) Low fuel pressure (alarm) (xviii) Low oil pressure (alarm & shutdown) (xix) No coolant temperature signal (shutdown) (xx) No oil pressure signal (shutdown) (xxi) Overcrank (shutdown) (xxii) Speed sensor fault (alarm) b. Generator functions (i) AC sensing loss over & under current (alarm & shutdown) (ii) Alternator protection (shutdown) (iii) Ground fault input (alarm) (iv) kW overload (shutdown) (v) Locked rotor (shutdown) (vi) Over-frequency (shutdown) (vii) Over AC voltage (shutdown) (viii) Under-frequency (shutdown) (ix) Under AC voltage (shutdown) (x) Emergency stop (shutdown) c. Other General functions (i) Battery charger fault (alarm) (ii) Common fault (shutdown) (iii) Common warning (alarm) (iv) Master switch not in auto (alarm) CORP2000479 26 31 13.13-14 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DIESEL ENGINE DRIVEN GENERATOR SETS (v) Generator running (vi) Input/Output fault (alarm) d. The generator set controller shall also be capable of meeting all necessary NFPA 110 level 1 requirements that include several of the above along with; EPS supplying load, Master switch "not in auto", and contacts for local and remote common alarm. J. Communications 1. The controller shall communicate with the ECM for control, monitoring, diagnosis, and meet SAE J1939 standards 2. Communication signal shall be able to monitor and alter parameters, and start or stop a generator. 3. The controller shall have the capability to communicate to a personal computer (IBM or compatible) and appropriate application software 4. A variety of connections shall be available based on requirements: 5. A single control connection to a PC via USB 6. Internet connection via Ethernet 7. Generator and transfer switch controls shall be equipped with communications modules capable of connecting to the same communication network. 2.03 FACTORY TESTS A. To ensure that the equipment has been designed and built to the highest reliability and quality standards, the manufacturer and/or local representative shall be responsible for three separate tests: design prototype tests, final production tests, and site tests. 1. Design Prototype Tests: Components of the emergency system, such as the engine/generator set, transfer switch, and accessories, shall not be subjected to prototype tests because the tests are potentially damaging. Rather, similar design prototypes and preproduction models shall be subject to the following tests: a. Maximum power (kW) b. Maximum motor starting (kVA) at 35% instantaneous voltage dip. c. Alternator temperature rise by embedded thermocouple and/or by resistance method per NEMA MG1-32.6. d. Governor speed regulation under steady-state and transient conditions. e. Voltage regulation and generator transient response. f. Harmonic analysis, voltage waveform deviation, and telephone influence factor. g. Three-phase short circuit tests. h. Alternator cooling air flow. i. Torsional analysis to verify that the generator set is free of harmful torsional stresses. j. Endurance testing. 2. Final Production Tests. Each generator set shall be tested under varying loads with guards and exhaust system in place. Tests shall include: a. Single-step load pickup b. Safety shutdown device testing CORP2000479 26 31 13.13-15 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DIESEL ENGINE DRIVEN GENERATOR SETS c. Rated Power @ 0.8 PF d. Maximum power e. Correct any defects that become evident during the test and re-test as necessary until successful operation is achieved. f. Provide certified test results within 10 days of completion of test. PART 3 EXECUTION 3.01 DEMOLITION/PREPARATION A. Examine elements and surfaces to receive generators for compliance with installation tolerances and other conditions affecting performance. B. Check that concrete pads are level and free of irregularities. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. The Contractor shall provide manpower and equipment to manufacturer's field representative and assist with supervision of unloading, installation, adjustment, and testing of the equipment. The Contractor shall observe equipment in operation after startup and report any irregularities in equipment operation to Owner and Engineer. The Contractor shall assist equipment manufacturer in making and testing adjustments to equipment to improve its performance and to reduce operating irregularities, rough operation, vibration, and noise such that equipment operates within acceptable limits set by manufacturer and typical for other similar installations. B. The Contractor shall install concrete equipment pad. Equipment bases shall be set level and in alignment and shall be grouted in place in accordance with supplier's recommendations and drawings. C. Do not cut or weld any galvanized steel component in the field. Violation of this requirement will result in rejection of affected components. 3.03 INSPECTION A. Inspect completed installation for physical damage, proper alignment, anchorage and grounding. 3.04 FIELD TESTING A. Coordinate all start-up and testing activities with Construction Manager, Engineer and Owner. B. The manufacturer's distribution representative shall perform an installation check, startup, and building load test. The engineer, regular operators, and the maintenance staff shall be notified of the time and date of the site test. The tests shall include: CORP2000479 26 31 13.13-16 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DIESEL ENGINE DRIVEN GENERATOR SETS 1. Fuel, lubricating oil, and antifreeze shall be checked for conformity to the manufacturer's recommendations, under the environmental conditions present and expected. 2. Accessories that normally function while the set is standing by shall be checked prior to cranking the engine. These shall include: block heaters, battery chargers, alternator strip heaters, remote annunciators, etc. 3. Generator set startup under test mode to check for exhaust leaks, path of exhaust gases outside the building, cooling air flow, movement during starting and stopping, vibration during operation, normal and emergency line-to-line voltage and frequency, and phase rotation. 4. Automatic start by means of a simulated power outage to test remote-automatic starting, transfer of the load, and automatic shutdown. Prior to this test, all transfer switch timers shall be adjusted for proper system coordination. Engine coolant temperature, oil pressure, and battery charge level along with generator set voltage, amperes, and frequency shall be monitored throughout the test. 5. Load bank testing. The test shall consist of four hours of continuous operation using a portable resistive load bank. Adjust the load bank load to provide one half hour each at zero load, 25 percent, 50 percent, and 75 percent of full load. Followed by two hours of operation at rated standby load. Furnish the portable load bank, all connecting cables, metering equipment, and other equipment or devices required to perform the on-site testing. During the test, readings shall be taken every 15 minutes showing % load, voltage, amps, oil pressure, water temperature, and battery charge. 6. Fuel for start-up services shall be included in Contractor's price. Generators shall be turned over to Owner with a full fuel tank. 3.05 FIELD PAINTING A. Touch-up minor scratches and scrapes in galvanized finishes using at least three mils of zinc-rich compound conforming to Federal Specification MIL-P-26915A. Clean surface with wire brush and wipe clean with damp rag. Allow to dry before application. B. The Contractor shall provide touch-up painting, as required, for equipment which is delivered painted, in accordance with manufacturer's instructions for the paint system used for manufacturer's equipment. 3.06 CLEANING A. A.The Contractor shall provide cleanup and disposal of unneeded or surplus materials which were delivered with equipment after installation of equipment. If the Owner desires, the Contractor shall remove unneeded or surplus materials, deliver to location designated by the Owner, and unload and place in designated storage location for the Owner's future use. END OF SECTION CORP2000479 26 31 13.13-17 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DIESEL ENGINE DRIVEN GENERATOR SETS //� ORDER 1. PO 70844-0-CPG Revision Number 1 THE ABOVE PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPMENTS,BIL-S,INVOICES AND CORRESPONDENCE.COPIES OF PACKING SLIPS MUST ACCOMPANY ALL SHIPMENTS AND INVOICES. DATE: 09/21/2021 FAILURE TO COMPLY WILL RESULT IN DELAYED PAYMENT OF INVOICES. City of Corpus Christi Accounts Payable 4423 BILL TO: ' PO Box 9277 TO Holt Cat Corpus Christi TX 78469-9277 10950 Plano Rd AccountsPayable@cctexas.com Dallas TX 75238 Tax ID:74-6000574 L SHIP TO: Capital Programs 1201 Leopard St 3rd Floor Corpus Christi TX 78401 This purchase order is subject to all terms and conditions on face and/or enclosed. TERMS Net 30 SHIP VIA SHIP TERMS FOB Destination UNIT EXTENDED FRT TERMS PRICE PRICE LINE QUANTITY UOM ITEM DESCRIPTION 1 106,400.0000 EA HOLLY/RAND MORGAN IMPLT. 1.00000 $106,400.00 HOLLY/RAND MORGAN IMPLT. Purchase Order Summary Goods Total: 106,400.00 Order Total: 106,400.00 Buyer Contact: Contracts and Procurement Phone: 361-826-3160 Total Amount: $106,400.00 Email: ContractsandProcurement@cctexas.com 1. Invoices must cover no more than one purchase order 2. Purchase price must not be increased except on written authority 3. Material which does not meet specification will be returned at vendor's expense 4. Vendor guarantees protection to buyer from all patent infringement or suit pursuant to this order 5. The terms and conditionals of this Purchase Order apply only to the extent that they are not inconsistent with the terms and conditions of a separate service or supply agreement between the parties. Page: 1 of 2 CITY OF CORPUS CHRISTI PURCHASING DIVISION STANDARD PURCHASE TERMS AND CONDITIONS Seller and City agree as follows 1. SELLER TO PACKAGE GOODS Seller will package goods in accordance with good commercial practice. Each shipping container shall be clearly and permanently marked as follows: (a)Seller's name and address;(b)Consignee's name,address and purchase order or purchase release number and the supply agreement number if applicable;(c)container number and total number of containers,e.g.box 1 of 4 boxes;and(d)the number of the container bearing the packing slip. Seller shall bear cost of packaging unless otherwise provided. Goods shall be suitably packed to secure lowest transportation costs and to conform to requirements of common carriers and any applicable specifications. City's count or weight shall be final and conclusive on shipments not accompanied by packing lists. 2. SHIPMENT UNDER RESERVATION PROHIBITED Seller is not authorized to ship the goods under reservation and no tender of a bill of lading will operate as a tender of goods. 3. TITLE&RISK OF LOSS The title and risk of loss of the goods shall not pass to City until City actually receives and takes possession of the goods at the point or points of delivery. 4. DELIVERY TERMS AND TRANSPORTATION CHARGES F.O.B.destination unless delivery terms are specified otherwise in bid. City agrees to reimburse Seller for transportation costs in the amount specified in Seller's bid,or actual costs,whichever is lower,if the quoted delivery terms do not include transportation costs,provided City shall have the right to designate what method of transportation shall be used to ship the goods. 5. NO REPLACEMENT OF DEFECTIVE TENDER Every tender or delivery of goods must fully comply with all provisions of this contract as to time of delivery,quality and the like. If a tender is made which does not fully conform,this shall constitute a breach and Seller shall not have the right to substitute a conforming tender,provided,where the time for performance has not yet expired,the Seller may reasonably notify City of his intention to cure and may then make a conforming tender within the contract time but not afterward. 6. PLACE OF DELIVERY The place of delivery shall be that set forth in the block of the purchase order labeled"Ship To." Any change thereto shall be effected by modification as provided for in Clause 20 hereof entitled"Modifications." The terms of this agreement are"no arrival,no sale." 7. INVOICES&PAYMENTS a. Seller shall submit separate invoices,in duplicate,on each purchase order or purchase release after each delivery. Invoices shall indicate the purchase order or purchase release number and the supply agreement number if applicable. Invoices shall be itemized and transportation charges,if any,shall be listed separately. A copy of the bill of lading,and the freight waybill when applicable,should be attached to the invoice. Mail to:Accounts Payable,City of Corpus Christi,P.O.Box 9277,Corpus Christi,Texas 78469. Payment shall not be due until the above instruments are submitted after delivery. b. City's obligation is payable only and solely from funds available for the purpose of this purchase. Lack of funds shall render this contract null and void to the extent funds are not available,and any delivered but unpaid for goods will be returned to Seller by City. C. Do not include Federal Excise,State or City Sales Tax. City shall furnish tax exemption certificates upon request. d. Payment terms are net 30 days after the goods are provided or services are completed,as required,or a correct invoice is received,whichever is later. 8. GRATUITIES The City may,by written notice to the Seller,cancel this contract without liability to Seller if it is determined by City that gratuities,in the form of entertainment,gifts,or otherwise,were offered or given by the Seller,or any agent or representative of the Seller,to any officer or employee of the City with a view toward securing a contract or securing favorable treatment with respect to the awarding or amending,or the making of any determinations with respect to the performing of such a contract. In the event this contract is cancelled by City pursuant to this provision,City shall be entitled,in addition to any other rights and remedies,to recover or withhold the amount of the cost incurred by Seller in providing such gratuities. 9. SPECIAL TOOLS&TEST EQUIPMENT If the price stated on the face hereof includes the cost of any special tooling or special test equipment fabricated or required by Seller for the purpose of filling this order,such special tooling equipment and any process sheets related thereto shall become the property of the City and to the extent feasible shall be identified by the Seller as such. 10. WARRANTY-PRICE a. The price to be paid by the City shall be that contained in Seller's bid which Seller warrants to be no higher than Seller's current prices on orders by others for products of the kind and specification covered by this contract for similar quantities under similar or like conditions and methods of purchase. In the event Seller breaches this warranty,the prices of the items shall be reduced to Seller's current prices on orders by others,or in the alternative,City may cancel this contract without liability to Seller for breach or Seller's actual expense. b. The Seller warrants that no person or selling agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for commission, percentage,brokerage,or contingent fee excepting bona fide employees of bona fide established commercial or selling agencies maintained by the Seller for the purpose of securing business. For breach or violation of this warranty the City shall have the right in addition to any other right or rights to cancel this contract without liability and to deduct from the contract price,or otherwise recover the full amount of such commission,percentage,brokerage or contingent fee. 11. WARRANTY-PRODUCT Seller shall not limit or exclude any implied warranties and any attempt to do so shall render this contract voidable at the option of the City. Seller warrants that the goods furnished will conform to the specifications,drawings,and descriptions listed in the bid invitation,and to the sample(s)furnished by Seller,if any. In the event of a conflict between the specifications,drawings,and descriptions,the specifications shall govern. 12. SAFETY WARRANTY Seller warrants that the product sold to City shall conform to the standards promulgated by the U.S.Department of Labor under the Occupational Safety and Health ACT(OSHA). In the event the product does not conform to OSHA standards,City may return the product for correction or replacement at the Seller's expense. In the event Seller fails to make the appropriate correction within a reasonable time,correction made by City will be at Seller's expense. 13. NO WARRANTY BY CITY AGAINST INFRINGEMENTS As part of this contract for sale Seller agrees to ascertain whether goods manufactured in accordance with the specifications attached to this contract will give rise to the rightful claim of any third person by way of infringement or the like. City makes no warranty that the production of goods according to the specification will not give rise to such a claim,and in no event shall City be liable to Seller for indemnification in the event that Seller is sued on the grounds of infringement or the like. If Seller is of the opinion that an infringement or the like will result,he will notify City to this effect in writing within two weeks after the signing of this contract. If City does not receive notice and is subsequently held liable for the infringement or the like,Seller will hold City harmless. If Seller in good faith ascertains that production of the goods in accordance with the specifications will result in infringement or the like,this contract shall be null and void except that City will pay Seller the reasonable cost of his search as to infringements. 14. RIGHTS OF INSPECTION City shall have the right to inspect the goods at delivery before accepting them. 15. CANCELLATION City shall have the right to cancel for default all or any part of the undelivered portion of this order if Seller breaches any of the terms hereof including warranties of Seller or if Seller becomes insolvent or commits acts of bankruptcy.Such right of cancellation is in addition to and not in lieu of any other remedies which City may have in law or equity. 16. TERMINATION The performance of work under this order may be terminated in whole,or in part by the City in accordance with this provision. Termination of work hereunder shall be effected by the delivery to the Seller of a"Notice of Termination"specifying the extent to which performance of work under the order is terminated and the date upon which such termination becomes effective. Such right of termination is in addition to and not in lieu of the rights of City set forth in Clause 15,herein. 17. FORCE MAJEURE Neither party shall be held responsible for losses resulting if the fulfillment of any terms or provisions of this contract is delayed or prevented by any cause not within the control of the party whose performance is interfered with,and which by the exercise of reasonable diligence said party is unable to prevent. 18. ASSIGNMENT-DELEGATION No right or interest in this contract shall be assigned or delegation of any obligation made by Seller without the written permission of the City. Any attempted assignment or delegation by Seller shall be wholly void and totally ineffective for all purposes unless made in conformity with this paragraph. 19. MODIFICATIONS This contract can be modified or rescinded only by a writing signed by both of the parties or their duly authorized agents. 20. INTERPRETATION-PAROL EVIDENCE This writing is intended by the parties as a final expression of their agreement and is intended also as a complete and exclusive statement of the terms of their agreement. No course of prior dealings between the parties and no usage of the trade shall be relevant to supplement or explain any term used in this contract. Acceptance or acquiescence in a course of performance rendered under this contract shall not be relevant to determine the meaning of this contract even though the accepting or acquiescing party has knowledge of the performance and opportunity for objection. 21. APPLICABLE LAW This contract shall be governed by the laws of the State of Texas and any applicable federal laws. 22. ADVERTISING Seller shall not advertise or publish,without City's prior consent,the fact that City has entered into this contract,except to the extent necessary to comply with proper requests for information from an authorized representative of the federal,state or local government. 23. RIGHT TO ASSURANCE Whenever one party to this contract in good faith has reason to question the other party's intent to perform he may demand that the other party give written assurance of his intent to perform. In the event that a demand is made,and no assurance is given within five(5)days,the demanding party may treat this failure as an anticipatory repudiation of the contract. 24. EQUAL EMPLOYMENT OPPORTUNITY Seller agrees that during the performance of its contract it will: a. Treat all applicants and employees without discrimination as to race,color,religion,sex,national origin,marital status,age,or handicap. b. Identify itself as an"Equal Opportunity Employer"in all help wanted advertising or request. The Seller shall be advised of any complaints filed with the City alleging that Seller is not an Equal Opportunity Employer. 25. CONFLICTS OF INTEREST Seller agrees to comply with the conflict of interest provisions of state law and the City Charter and Code of Ordinances. Seller agrees to maintain current, updated disclosure of information on file with the City purchasing office throughout the term of this contract. Page: 2 of 2 HOLT POWER SYSTEMS o Austin•Brownsville•Corpus Christi•Dallas•Edinburg•Ft Worth•Laredo•Longview•Pflugerville•San Antonio•Victoria•Waco Quote No: 30954119 Quote Date: 9/9/2021 Quote Expires: 11/19/2021 Re: City of Corpus Christi Holly and Rand Morgan Sites Natural Gas Quantity Description 1 SCAQMD& EPA COMPLIANCE 1 60HZ 3PH 480/277V 1 STANDBY POWER 1 60 Hz, 125 kW 1 DG125-2 60HZ PKG 3 PHASE 1 2 YR WARRANTY 1 UL 2200 LISTED PACKAGE GEN SET 1 ALT SPACE HEATER 1 LC3114H 601-lz SE ALT Z7 1 PERMANENT MAGNET EXCITATION. 1 130C TEMP RISE OVER 40C AMB 1 GFCI AC RECEPTACLE&WIRING 1 SKID BASE. 1 NATURAL GAS 1 GAS PRESSURE SENSOR 1 STD FUEL SYS 11 to 14 inch H2O 1 GAS REGULATOR 1 SOUND ATTENUATED ENC. -WHITE 1 IBC CERTIFICATION WIND ENCLOSU 1 STANDARD PANEL DOOR WITH ENC 1 WIRING FOR CANOPY SPACE HEATER 1 EMCP4.2B CONTROL PANEL 1 NFPA BUNDLE 1 DISCRETE 1/0 MODULE SHIP LOOSE 1 STANDARD BATTERY 1 NFPA BATT CHARGER UL10A 120VAC 1 JACKET WATER HEATER 1 EXTERNAL EMERGENCY STOP 1 VOLT FREE CONTACTS GENSET RUN 1 LOW COOLANT LEVEL SHUTDOWN 1 OVERLOAD ALARM SWITCH 1 COOLANT RESERVIOR 1 VIBRATION ISOLATORS. 1 CONTROL PANEL OPTIONS BOX 1 PANEL MOUNTED AUDIBLE ALARM 1 SINGLE CIRCUIT BREAKER 1 250A LSI 100%RATED BREAKER 1 NEUTRAL BAR ONLY<100A 1 AUXILIARY CONTACTS 1 STD AIR CLEANER-LIGHT DUTY 1 STANDARD RADIATOR 1 ANNUNCIATOR BOX 1 QTY REMOTE ANNUNC 1 REMOTE E-STOP BUTTON 1 1 CAN2 SERVICE CONNECTOR HARNESS 1 STD TEST-PKG GEN SET 0.8 PF 1 ALTERNATOR TEST REPORT 1 PGS TEST REPORT @ 0.8 PF Quantity 1 TRUONE CG CONTROLLER 1 DELAYED TRANSITION 1 STANDARD-NO BYPASS 1 NEMA 4X 1 400 AMPS 1 MECHANICAL LUGS—STANDARD 1 480V; 60Hz 1 THREE PHASE 1 SWITCHED NEUTRAL 1 CONTACTOR 1 PRICING—TRUONE 1 TRUONE 648-1/0 CABLES 1 ETHERNET+2 10 1 2 NO and 2 NC Holly Grand Total $55,000.06 Local, state, sales or taxes, which may be applicable, are not included. Quantity 1 SCAQMD& EPA COMPLIANCE 1 60HZ 3PH 480/277V 1 STANDBY POWER 1 60 Hz, 125 kW 1 DG125-2 60HZ PKG 3 PHASE 1 2 YR WARRANTY 1 UL 2200 LISTED PACKAGE GEN SET 1 ALT SPACE HEATER 1 LC3114H 60Hz SE ALT Z7 1 PERMANENT MAGNET EXCITATION. 1 130C TEMP RISE OVER 40C AMB 1 GFCI AC RECEPTACLE&WIRING 1 SKID BASE. 1 NATURAL GAS 1 GAS PRESSURE SENSOR 1 STD FUEL SYS 11 to 14 inch H2O 1 GAS REGULATOR 1 SOUND ATTENUATED ENC. -WHITE 1 IBC CERTIFICATION WIND ENCLOSU 1 STANDARD PANEL DOOR WITH ENC 1 WIRING FOR CANOPY SPACE HEATER 1 EMCP4.213 CONTROL PANEL 1 NFPA BUNDLE 1 DISCRETE 1/0 MODULE SHIP LOOSE 1 STANDARD BATTERY 1 NFPA BATT CHARGER UL10A 120VAC 1 JACKET WATER HEATER 1 EXTERNAL EMERGENCY STOP 1 VOLT FREE CONTACTS GENSET RUN 1 LOW COOLANT LEVEL SHUTDOWN 2 1 OVERLOAD ALARM SWITCH 1 COOLANT RESERVIOR 1 VIBRATION ISOLATORS. 1 CONTROL PANEL OPTIONS BOX 1 PANEL MOUNTED AUDIBLE ALARM 1 SINGLE CIRCUIT BREAKER 1 250A LSI 100%RATED BREAKER 1 NEUTRAL BAR ONLY<100A 1 AUXILIARY CONTACTS 1 STD AIR CLEANER-LIGHT DUTY 1 STANDARD RADIATOR 1 ANNUNCIATOR BOX 1 QTY REMOTE ANNUNC 1 REMOTE E-STOP BUTTON 1 CAN2 SERVICE CONNECTOR HARNESS 1 STD TEST-PKG GEN SET 0.8 PF 1 ALTERNATOR TEST REPORT 1 PGS TEST REPORT 0.8 PF Quantity 1 TRUONE CG CONTROLLER 1 DELAYED TRANSITION 1 STANDARD-NO BYPASS 1 NEMA 1 1 400 AMPS 1 MECHANICAL LUGS—STANDARD 1 480V; 60Hz 1 THREE PHASE 1 SWITCHED NEUTRAL 1 CONTACTOR 1 PRICING—TRUONE 1 TRUONE 648-1/0 CABLES 1 ETHERNET+2 10 1 2 NO and 2 NC Rand Morgan Grand Total $51 ,400.00 Local, state, sales or taxes, which may be applicable, are not included. Notes, Clarifications and Exceptions: • Holt Scope of Supply is limited to those items expressly outlined in this proposal. Should there be any uncertainty in this proposal, please call to clarify • Pricing is based on Specifications Sections 263113, 263613 and Drawing 34 and 58 of 72 • Commissioning of the generator equipment will match the manufacturer's recommended services and is considered to be complete at the time of the Holt Power Systems startup unless explicitly stated in our proposal. If additional trips are required, those will be charged at the published field service rate for the time and date the service is rendered Accessories&Services Included: • Soft copy Submittals (Current lead times are 2—4 weeks) o Hard copy submittals can be provided upon request o For general drawings and spec sheets, follow this LINK • Delivery to jobsite o Storage fees may apply if equipment is held for more than 60 days unless agreements are made prior to 30 days of stated delivery dates • (2) Full days of startup per site (normal business hours) 3 o Commissioning is included and to be performed once equipment is fully installed and prestartup checklist has been completed. o Testing of elevators and fire pumps to be done during this scheduled startup ■ Additional costs will apply if not done at this time o Additional trip charge may apply if equipment is not completely installed o Field tech travel is included • Load Bank Test: 2 hours at no more than 100% load 0 Resistive Only 0 50' cables will be provided 0 Customer is to provide load connection within this distance 0 Setup and connections of load bank to be performed by others • O & M and Parts manuals: electronic copy 0 Additional manuals available at$250/ea • Training will be provided 0 (Videotaping costs are excluded and done by others) Accessories & Services NOT Included: • Factory Witness Testing, Adder available (not specified) • Neutral Ground Resistors (not specified) • Generator Load Side Cable Lugs • Infrared Scanning • Fire Marshal Testing can be provided at an additional cost • Coordination /Arc Flash Studies and Labels • SCADA/BMS / Fire Alarm Systems • Independent Testing Agency • NETA Testing • Construction and Fuel Tank permits and/or registrations • Offloading of equipment at jobsite • Protection from damage after delivery • Cleaning and/or repairs from damage done by others after delivery • Installation of equipment shipped loose (Exhaust and Fuel Tank accessories such as Remote Fill Station) • Fuel for startup and testing Lead Times: • Generator: 0 Submittals: 2 —4 weeks 0 Estimated Delivery after Release: 26—28 weeks • ATS Package: 0 Submittals: 2 —4 weeks 0 Estimated Delivery after Release: 10— 12 weeks -HOLT POWER SYSTEMS TERMS & CONDITIONS- Proposal This proposal is provided to meet the intention of the project equipment requirements. Some interpretational differences between our proposal and the specifications may exist; therefore the above bill of material contains our offer for this project. None other is expressed or implied unless stated in writing. Pricing This Proposal is valid for 30 days from the date of proposal unless specifically noted otherwise. 4 Taxes & Permits This Proposal excludes any local, state and TERP applicable sales taxes, permits and licensing. Taxes, unless otherwise stated are not included in our Proposal. Note that a 2% additional charge is required by the state of Texas for all stationary engine equipment due to emission restrictions. This is in addition to any state and local taxes that may be required. No permits are included in this proposal unless specified in the preceding proposal. Lead Time Standard delivery of proposed Caterpillar Generator Set to jobsite will be confirmed after receipt of order and submittals are approved and credit terms are agreed. The quoted lead-times are standard from the factory at the time of this quotation. In some cases lead-times maybe able to be improved to assist in customer needs. Please call and inquire about possible improved lead-times. Note: The Caterpillar factory has mandatory factory shutdowns for two weeks in December/January and one week in July. The length of those shutdowns will extend lead-times on orders entered at those times. Orders, which include non-standard features, may require additional time before shipment. Consult with your Caterpillar dealer at the time of order. Special Notes It is the responsibility of the customer to verify the voltage, number of poles in ATS, terminal conductor sizes and other Bill of Material items quoted above as compared to the requirements of this project. Lugs for terminations are included and Project Manager can assist with coordination to ensure compatibility. Holt Cat will not supply new lugs once submittals are approved and equipment has been ordered. Fuel Tank Changes occur at the municipal level in regard to fire code requirements. Unless otherwise stated within the body of this quotation, the fuel tank included is as specified by the written specifications of this project (if specifications were supplied at the time of quotation). The specifications may be in conflict with City Fire Codes for the location of the project. Responsibility for local code compliance is with the specifying engineer and those responsible for the permits for the project. Payment Terms Payment due in full Net 30 after delivery with approved Holt credit or COD at time of shipment. In cases where retainage is required, a maximum of 10% retainage will be allowed. The balance of retainage is due after startup-up/commissioning services of equipment provided by Holt Cat is completed. Sales tax will be added to invoice. Resale tax certificate must be on file with the Holt credit department for tax-exempt sales. Warranty Caterpillar's standard two (2) year warranty applies for standby applications, unless otherwise noted. Standard manufacturer's warranty applies to all non-Caterpillar equipment. Copies of warranty statements are available upon request. Cancellation There will be a minimum 25% cancellation fee for orders cancelled, once placed and accepted by Holt Power Systems. Cost of custom components, completed fabrication, or any other work performed at the time of cancellation will be added to the cancellation fee. If all material have been acquired the cancellation fees will be 100%. Caterpillar content, 14 days after orders placed will be 100% of the order. Written notice of cancellation is required. General Clarifications Holt Power Systems is an equipment supplier only. No fuel, wiring, connecting, hook-up, plumbing, or other installation type labor is included in the proposal unless noted herein. This includes any control wiring to and from the generator sets to any automatic transfer switches, paralleling gear or other devices which HPS may or may not supply. 5 The customer is responsible for any and all installation of the above equipment. Holt personnel will perform an installation audit prior to start-up. Unless stated otherwise in this proposal, service and/or maintenance for this equipment are not included. HPS product support service group can provide a quote to the end user of this equipment for those services under a separate proposal. All equipment needed to perform any loading or unloading of the equipment supplied by Holt Power Systems is the responsibility of the buyer. Holt Power Systems limits the scope of supply for this quotation to the equipment and services listed in our bill of material. Unless specifically listed in our bill of material, equipment not indicated is to be supplied by others. We have detailed the equipment proposed in the bill of material. Please carefully review it to be certain it meets your requirements. Third party electrical testing and certifications, seismic calculations, coordination studies, stamped engineering calculations, emissions testing, NETA, infrared scanning, meg- testing or other services and material not specifically included in the preceding quotation, is not included in this proposal. Holt Power Systems reserves the right to correct any errors or omissions. Contracts which include penalty or liquidated damage clauses for failure to meet promised shipping dates are not acceptable or binding on Holt Power Systems, unless accepted and confirmed in writing by an officer of Holt Cat. Holt Power Systems standard terms and conditions are included in the quotation and hereby become part of this quotation. These same terms need to be noted on any purchase order received by Holt Power Systems. Holt Power Systems will not be responsible for any labor or material charged by others associated with the start-up and installation of this equipment unless previously agreed upon in writing by HPS. Testing &Commissioning If included in the proposal, all on-site startup/commissioning, testing and training will be performed Monday through Friday during normal business hours and excluding nights, weekends, or holidays unless agreed otherwise in writing. Additional charges may be added for work requested to be done outside HPS's standard business hours, on weekends, or holiday. For those instances, standard overtime rates will apply. All permits are to be by others. Shipping Delivery of the product unless otherwise stated is by hired independent freight carriers that may require road permitting and other requirements which are outside the responsibility of Holt Cat. Traffic delays and required routing may also delay deliveries. Holt Cat is not responsible for any delays and costs associated with those delays. Submittals An order for the equipment covered by this proposal will be accepted on a "Hold for Submittal Release" basis. The order will not be released and scheduled for production until written approval to proceed is received in HPS's office. Authorization to proceed with submittals: Name 6 Date Purchase Order Number Richard de los Santos Power Systems —Sales Engineer Cell: 210-763-2278 Richard.delosSantos(c)HoltCat.com a �or P 7 SECTION 26 36 13 ENCLOSED TRANSFER SWITCHES PART 1 GENERAL 1.01 SCOPE OF WORK A. Section includes transfer switches in individual enclosures. 1.02 RELATED SECTIONS A. Division 26 — Electrical 1.03 SUBMITTALS A. Division 1 and 26: Submittal Procedures. B. Product Data: Submit catalog sheets showing voltage, switch size, ratings and size of switching and overcurrent protective devices, operating logic, short circuit ratings, di- mensions, and enclosure details. C. Section 0170 00 — Execution and Closeout Requirements: Closeout procedures. D. Project Record Documents: Record actual locations of enclosed transfer switches. E. Operation and Maintenance Data: Submit routine preventative maintenance and lubri- cation schedule. List special tools, maintenance materials, and replacement parts. 1.04 REFERENCE STANDARDS A. National Electrical Manufacturers Association: 1. NEMA ICS 10 - Industrial Control and Systems: AC Transfer Switch Equipment. B. International Electrical Testing Association: 1. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems. C. Underwriters Laboratories Inc.: 1. UL 1008 - Transfer Switch Equipment. 1.05 QUALITY ASSURANCE A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum three years documented experience, and with service facilities within 100 miles of Project. B. Supplier: Authorized distributor of specified manufacturer with minimum three years documented experience. CORP2000479 2636 13-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ENCLOSED TRANSFER SWITCHES 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE (NOT USED) 1.08 MAINTENANCE/SPARE PARTS A. Section 0170 00 — Execution and Closeout Requirements: Maintenance service. B. Furnish service and maintenance of transfer switches for one year from Date of Sub- stantial Completion. 1.09 WARRANTY/EXTENDED WARRANTY (NOT USED) PART 2 PRODUCTS 2.01 AUTOMATIC TRANSFER SWITCH — SWITCH TYPE A. Manufacturers: 1. ASCO 2. Caterpillar 3. Kohler 4. Russell Electric 5. Substitutions: Section 01 60 00 — Product Requirements. B. Product Description: NEMA ICS 10, automatic transfer switch suitable for use as service equipment when shown on the one-line diagram. C. Configuration: Electrically operated, mechanically held transfer switch. D. Rating: State voltage and current rating and number of poles or "as indicated on draw- ings". E. Interrupting Capacity: as indicated on the drawings. F. Withstand Current Rating: to match serving equipment, as shown on the one-line dia- gram, and greater than that calculated in the Power System Study. G. Service Conditions: NEMA ICS 10. 1. Temperature: based on installation requirements: a. Conditioned Locations: 100 degrees F b. Outdoor Locations or Non-Conditioned Spaces: 120 degrees F + Solar Load 2. Altitude: Based on Actual Project Location H. Product Features: 1. Indicating Lights: Mount in cover of enclosure to indicate NORMAL SOURCE AVAILABLE, ALTERNATE SOURCE AVAILABLE, switch position. 2. Test Switch: Mount in cover of enclosure to simulate failure of normal source. 3. Return to Normal Switch: Mount in cover of enclosure to initiate manual transfer from alternate source to normal source. CORP2000479 2636 13-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ENCLOSED TRANSFER SWITCHES 4. Transfer Switch Auxiliary Contacts: 2 normally open; 2 normally closed. 5. Normal Source Monitor: Monitor each line of normal source voltage and frequency; initiate transfer when voltage drops below 85 percent or frequency varies more than 3 percent from rated nominal value. 6. Alternate Source Monitor: Monitor alternate source voltage and frequency; inhibit transfer when voltage is below 85 percent or frequency varies more than 3 percent from rated nominal value. 7. In-Phase Monitor: Inhibit transfer until source and load are within acceptable limits as defined by the utility company and the generator supplier. 8. Switched Neutral: Overlapping contacts. I. Automatic Sequence of Operation: 1. Initiate Time Delay to Start Alternate Source Engine Generator: Upon initiation by normal source monitor. 2. Time Delay To Start Alternate Source Engine Generator: 0 to 60 seconds, adjusta- ble. 3. Initiate Transfer Load to Alternate Source: Upon initiation by normal source monitor and permission by alternate source monitor. 4. Time Delay Before Transfer to Alternate Power Source: 0 to 60 seconds, adjustable. 5. Initiate Retransfer Load to Normal Source: Upon permission by normal source mon- itor. 6. Time Delay Before Transfer to Normal Power: 0 to 10 minutes, adjustable; bypass time delay in event of alternate source failure. 7. Time Delay Before Engine Shut Down: 0 to 10 minutes, adjustable, of unloaded operation. 8. Engine Exerciser: Start engine every 7 days; run for 30 minutes before shutting down. Bypass exerciser control when normal source fails during exercising period. 9. Alternate System Exerciser: Transfer load to alternate source during engine exer- cising period. J. Enclosure: 1. Enclosure: a. Exterior: NEMA 4X, SS b. Interior: NEMA 12, Painted Steel c. Finish: Painted Enclosures, Manufacturer's standard. 2.02 AUTOMATIC TRANSFER— CIRCUIT BREAKER STYLE A. Manufacturers: 1. ASCO 2. Cutler-Hammer 3. Kohler 4. Russel Electric 5. Square D 6. Substitutions: Section 01 60 00 — Product Requirements. CORP2000479 2636 13-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ENCLOSED TRANSFER SWITCHES B. Product Description: Service Entrance Rated, Circuit Breaker Transfer Switch. C. Configuration: Molded Case or Draw-out type electrically operated circuit breaker con- struction D. Rating: State voltage and current rating and number of poles "as indicated on Draw- ings". E. Interrupting Capacity: as indicated on the drawings. F. Withstand Current Rating: to match serving equipment, as shown on the one-line dia- gram, and greater than that calculated in the Power System Study. G. Service Conditions: NEMA ICS 10. 1. Temperature: based on installation requirements: a. Conditioned Locations: 100 degrees F b. Outdoor Locations or Non-Conditioned Spaces: 120 degrees F + Solar Load 2. Altitude: Based on Actual Project Location H. Product Features: 1. Indicating Lights: Mount in cover of enclosure to indicate NORMAL SOURCE AVAILABLE, ALTERNATE SOURCE AVAILABLE, switch position. 2. Test Switch: Mount in cover of enclosure to simulate failure of normal source. 3. Return to Normal Switch: Mount in cover of enclosure to initiate manual transfer from alternate source to normal source. 4. Transfer Switch Auxiliary Contacts: 2 normally open; 2 normally closed. 5. Normal Source Monitor: Monitor each line of normal source voltage and frequency; initiate transfer when voltage drops below 85 percent or frequency varies more than 3 percent from rated nominal value. 6. Alternate Source Monitor: Monitor alternate source voltage and frequency; inhibit transfer when voltage is below 85 percent or frequency varies more than 3 percent from rated nominal value. 7. In-Phase Monitor: Inhibit transfer until source and load are within acceptable limits as defined by the utility company and the generator supplier. 8. Switched Neutral: (4 pole breakers required). 9. Provide an HMI and Power Meter for both the Utility and Emergency Source 10. Switch to be PLC Controlled. PLC to the standard product of the Breaker Manufac- turer used to construct the switch 11. PLC to have a battery powered UPS 12. PLC to have an Ethernet switch and Ethernet connection to the plants controls sys- tem. I. Automatic Sequence of Operation: 1. Initiate Time Delay to Start Alternate Source Engine Generator: Upon initiation by normal source monitor. 2. Time Delay to Start Alternate Source Engine Generator: 0 to 60 seconds, adjustable. CORP2000479 2636 13-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ENCLOSED TRANSFER SWITCHES 3. Initiate Transfer Load to Alternate Source: Upon initiation by normal source monitor and permission by alternate source monitor. 4. Time Delay Before Transfer to Alternate Power Source: 0 to 60 seconds, adjustable. 5. Initiate Retransfer Load to Normal Source: Upon permission by normal source mon- itor. 6. Time Delay Before Transfer to Normal Power: 0 to 10 minutes, adjustable; bypass time delay in event of alternate source failure. 7. Time Delay Before Engine Shut Down: 0 to 10 minutes, adjustable, of unloaded operation. 8. Engine Exerciser: Start engine every 7 days; run for 30 minutes before shutting down. Bypass exerciser control when normal source fails during exercising period. 9. Alternate System Exerciser: Transfer load to alternate source during engine exer- cising period. J. Enclosure: 1. Enclosure: a. Exterior: NEMA 4X, SS b. Interior: NEMA 12, Painted Steel c. Finish: Painted Enclosures, Manufacturer's standard. 2.03 MANUAL TRANSFER SWITCH A. Manufacturers: 1. ASCO 2. Cutler-Hammer 3. Kohler 4. Russel Electric 5. Square D 6. Substitutions: Section 01 60 00 — Product Requirements. B. Product Description: NEMA ICS 10, manual transfer switch. C. Configuration: Manually-operated transfer switch. D. Sequence of Operation: Switch position is selected by manually operating an external control lever that moves the mechanism E. Service Conditions: NEMA ICS 10. 1. Temperature: based on installation requirements: a. Conditioned Locations: 100 degrees F b. Outdoor Locations or Non-Conditioned Spaces: 120 degrees F + Solar Load 2. Altitude: Based on Actual Project Location F. Product Features: 1. Transfer Switch Auxiliary Contacts: 1 normally open; 1 normally closed. 2. Switched Neutral: Non-Overlapping contacts. CORP2000479 2636 13-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ENCLOSED TRANSFER SWITCHES G. Enclosure: 1. Exterior: NEMA 4X, SS 2. Interior: NEMA 12, Painted Steel 3. Finish: Painted Enclosures, Manufacturer's standard. 2.04 SOURCE QUALITY CONTROL A. Furnish shop inspection and testing of each transfer switch. B. Make completed transfer switch available for inspection at manufacturer's factory prior to packaging for shipment. Notify Owner at least seven days before inspection is al- lowed. C. Allow witnessing of factory inspections and tests at manufacturer's test facility. Notify Owner at least seven days before inspections and tests are scheduled. PART 3 EXECUTION 3.01 EXISTING WORK A. Disconnect and remove abandoned transfer switches. B. Clean and repair existing transfer switches to remain or to be reinstalled. 3.02 INSTALLATION A. Install housekeeping pads for all switches. B. Install engraved plastic nameplates in accordance with Division 26. 3.03 FIELD QUALITY CONTROL A. Section 01 40 00 - Quality Requirements: Field inspecting, testing, adjusting, and bal- ancing. B. Inspect and test in accordance with NETA ATS, except Section 4. C. Perform inspections and tests listed in NETA ATS, Section 7.22.3. 3.04 MANUFACTURER'S FIELD SERVICES A. Section 0140 00 — Quality Requirements: Manufacturers' field services. B. Check out transfer switch connections and operations and place in service. 3.05 ADJUSTING A. Section 01 70 00 — Execution and Closeout Requirements: Testing, adjusting, and bal- ancing. B. Adjust control and sensing devices to achieve specified sequence of operation. CORP2000479 2636 13-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ENCLOSED TRANSFER SWITCHES 3.06 DEMONSTRATION AND TRAINING A. Demonstrate operation of transfer switch in normal, and emergency modes. END OF SECTION CORP2000479 2636 13-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION ENCLOSED TRANSFER SWITCHES *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** SECTION 26 43 13 SURGE PROTECTIVE DEVICES FOR LOW-VOLTAGE ELECTRICAL POWER CIRCUITS PART 1 GENERAL 1.01 SCOPE OF WORK A. This Section includes surge protective devices (SPDs) for low-voltage power equipment. 1.02 RELATED WORK A. Other sections that may relate to the work in this section include, but are not limited to, the following: 1. Division 26 — Electrical. 1.03 SUBMITTALS A. Product Data: For each type of product indicated, include rated capacities, operating weights, operating characteristics, furnished specialties, and accessories. B. Product Certificates: For surge protective devices, signed by product manufacturer certifying compliance with the following standards: 1. UL 1283 - Electromagnetic. 2. UL 1449 4th Edition — UL Standard for Surge Protective Devices. C. Qualification Data: For testing agency. D. Field quality-control test reports, including the following: 1. Test procedures used. 2. Test results that comply with requirements. 3. Failed test results and corrective action taken to achieve requirements. E. Operation and Maintenance Data: For transient voltage suppression devices to include in emergency, operation, and maintenance manuals. 1.04 REFERENCE STANDARDS A. The surge protective devices referenced herein shall be designed and manufactured according to the following standards. 1. UL 1283 — Electromagnetic Interference Filters. 2. UL 1449 4th Edition — UL Standard for Surge Protective Devices. 3. IEEE C62.41.1 — IEEE Guide on the Surge Environment in Low-Voltage (1000 V and Less) AC Power Circuits. 4. IEEE C62.41.2, IEEE Recommended Practice on Characterization of Surges in Low- Voltage (1000 V and Less) AC Power Circuits. 5. IEEE C62.45, IEEE Recommended Practice on Surge Testing for Equipment Connected to Low-Voltage (1000 V and Less) AC Power Circuits. CORP2000479 2643 13-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SURGE PROTECTIVE DEVICES FOR LOW-VOLTAGE ELECTRICAL POWER CIRCUITS 6. National Electrical Code: Article 285, 700, and 708. 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications: Engage a firm with at least 5 years of experience in manufacturing transient voltage suppressors. B. Manufacturer shall be ISO 9001 or 9002 certified. C. The manufacturer of this equipment shall have produced similar equipment for a minimum period of (10) years. When requested by the Owner's Representative, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. D. Product Options: Drawings indicate size, dimensional requirements, and electrical performance of suppressors and are based on the specific system indicated. Refer to Division 1 Section "Product Requirements." E. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. 1.06 SYSTEM DESCRIPTION / DESIGN REQUIREMENTS A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: 1. Notify Owner's Representative not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without Owner's Representative's written permission. B. Service Conditions: Rate surge protection devices for continuous operation under the following conditions, unless otherwise indicated: 1. Maximum Continuous Operating Voltage: Not less than 115 percent of nominal system operating voltage. 2. Operating Temperature: 30 to 120 deg F (0 to 50 deg C). 3. Humidity: 0 to 85 percent, non-condensing. 4. Altitude: Less than 20,000 feet (6090 m) above sea level. 1.07 DELIVERY, HANDLING AND STORAGE A. Handle and store equipment in accordance with manufacturer's Installation and Maintenance Manuals. One (1) copy of this document shall be provided with the equipment at time of shipment. B. Each internally mounted SPD shall be delivered fully assembled and installed as part of the associated electrical equipment. CORP2000479 2643 13-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SURGE PROTECTIVE DEVICES FOR LOW-VOLTAGE ELECTRICAL POWER CIRCUITS 1.08 MAINTENANCE / SPARE PARTS (NOT USED) 1.09 EXTENDED WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of surge suppressors that fail in materials or workmanship within ten years from date of Substantial Completion. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: B. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. General Electric Company. 2. Siemens. 3. Square D. 4. Eaton/ Cutler Hammer. 2.02 480V SWITCHBOARD AND 480V MCC SUPPRESSORS A. Surge Protective Devices with the following features and accessories: 1. Fuses, rated at 200-kA interrupting capacity. 2. Fabrication using bolted compression lugs for internal wiring. 3. Integral disconnect switch. 4. Redundant suppression circuits. 5. Redundant or replaceable modules. 6. Arrangement with copper bus bars and for bolted connections to phase buses, neutral bus, and ground bus. 7. Arrangement with wire connections to phase buses, neutral bus, and ground bus. 8. LED indicator lights for power and protection status. 9. Audible alarm, with silencing switch, to indicate when protection has failed. 10. One set of dry contacts rated at 5 A and 250Vac, for remote monitoring of protection status. Coordinate with building power monitoring and control system. 11. Surge-event operations counter. 12. Per UL96A service entrance SPD's shall have a nominal discharge current (In) rating of 20kA. B. Peak Single-Impulse Surge Current Rating: 150kA/mode. C. Connection Means: Permanently wired. D. Protection modes and UL 1449 Voltage Protection Rating (VPR) for grounded wye circuits with voltages of 480Y/277, 3-phase, 4-wire circuits shall be as follows: CORP2000479 2643 13-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SURGE PROTECTIVE DEVICES FOR LOW-VOLTAGE ELECTRICAL POWER CIRCUITS 1. Line to Neutral: 1200V 2. Line to Ground: 1200V 3. Neutral to Ground: 1200V 2.03 PANELBOARD SUPPRESSORS A. SPD with the following features and accessories: 1. Fuses, rated at 200-kA interrupting capacity. 2. Fabrication using bolted compression lugs for internal wiring. 3. Integral disconnect switch. 4. Redundant suppression circuits. 5. Redundant replaceable modules. 6. Arrangement with wire connections to phase buses, neutral bus, and ground bus. 7. LED indicator lights for power and protection status. 8. Audible alarm, with silencing switch, to indicate when protection has failed. 9. One set of dry contacts rated at 5 A and 250Vac, for remote monitoring of protection status. Coordinate with building power monitoring and control system. 10. Surge-event operations counter. B. Peak Single-Impulse Surge Current Rating: 100 kA per mode C. Protection modes and UL 1449 VPR for grounded wye circuits with voltages of 480Y/277, 208Y/120, 3-phase, 4-wire circuits shall be as follows: 1. Line to Neutral: 1200 V for 480Y/277. 2. Line to Ground: 1200 V for 480Y/277. 3. Neutral to Ground: 1200 V for 480Y/277. 2.04 ENCLOSURES A. Install surge protective devices in the same cabinet as the MCC, switchboard, and 480V panelboard, MCC, and switchboard. PART 3 EXECUTION 3.01 I N STALLATIO N A. Surge protective devices shall be installed by the MCC and panelboard manufacturer at the factory. B. Do not energize or connect service entrance equipment, panelboards, control terminals, data terminals to their sources until surge protection devices are installed and connected. C. Firestop caulk SPD connections. 3.02 INSPECTION A. Check tightness of all accessible mechanical and electrical connections to assure they are torqued to the minimum acceptable manufacture's recommendations. CORP2000479 2643 13-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SURGE PROTECTIVE DEVICES FOR LOW-VOLTAGE ELECTRICAL POWER CIRCUITS 3.03 FIELD TESTING A. Check all installed panels for proper grounding, fastening and alignment. B. Remove and replace malfunctioning units and retest. C. Engage a factory-authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain transient voltage suppression devices. END OF SECTION CORP2000479 2643 13-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SURGE PROTECTIVE DEVICES FOR LOW-VOLTAGE ELECTRICAL POWER CIRCUITS *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** SECTION 26 50 00 LIGHTING PART 1 GENERAL 1.01 SCOPE OF WORK A. Section includes exterior luminaries, poles, and accessories. 1.02 RELATED WORK (NOT USED) 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Con- ditions and the Contract Documents. B. Shop Drawings: Indicate dimensions and components for each luminaire not standard Product of manufacturer. C. Product Data: Submit dimensions, ratings, and performance data. D. Samples: Submit two color chips 3 x 3 inch in size illustrating luminaire finish color where indicated in luminaire schedule. 1.04 REFERENCE STANDARDS A. American National Standards Institute: 1. ANSI C82.1 - American National Standard for Lamp Ballast-Line Frequency Fluo- rescent Lamp Ballast. 2. ANSI C82.4 - American National Standard for Ballasts-for High-Intensity-Discharge and Low-Pressure Sodium Lamps (Multiple-Supply Type). 3. ANSI 05.1 - Wood Poles, Specifications and Dimensions. 1.05 QUALITY ASSURANCE A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum three years' experience. 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, STORAGE, AND HANDLING A. Division 1 — Product storage and handling requirements. B. Store and handle solid wood poles in accordance with ANSI 05.1. 1.08 MAINTENANCE/SPARE PARTS A. Spare parts and maintenance products per Division 1 requirements. CORP2000479 26 50 00-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION LIGHTING B. Furnish two of each lamp or LED drive installed. C. Furnish two quarts gallons of touch-up paint for each different painted finish and col- or. D. Furnish two ballasts of each lamp type installed. 1.09 WARRANTY/EXTENDED WARRANTY (NOT USED) 1.10 COORDINATION A. Coordination and project conditions per Division 1. B. Furnish bolt templates and pole mounting accessories to installer of pole foundations. PART 2 PRODUCTS 2.01 LUMINAIRES AND POLES A. Product Description: Complete exterior luminaire assemblies, with features, options, and accessories as scheduled. PART 3 EXECUTION 3.01 EXAMINATION A. Verify foundations are ready to receive fixtures. 3.02 EXISTING WORK A. Disconnect and remove abandoned exterior luminaries. B. Extend existing exterior luminaire installations using materials and methods compatible with existing installations, or as specified. C. Clean and repair existing exterior luminaries to remain or to be reinstalled. 3.03 INSTALLATION A. Install concrete bases for lighting poles at locations as indicated on Drawings, in ac- cordance with Division 3. B. Install poles plumb. Install double nuts to adjust plumb. Grout around each base. C. Install lamps in each luminaire. D. Bond and ground luminaries, metal accessories and metal poles in accordance with Di- vision 26. Install supplementary grounding electrode at each pole. E. Install fuse holders and surge protection devices at each pole. CORP2000479 26 50 00-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION LIGHTING 3.04 FIELD QUALITY CONTROL A. Operate each luminaire after installation and connection. Inspect for improper connec- tions and operation. B. Measure illumination levels to verify conformance with performance requirements. C. Take measurements during night sky, without moon or with heavy overcast clouds ef- fectively obscuring moon. 3.05 ADJUSTING A. Aim and adjust luminaries to provide illumination levels and distribution as recom- mended by IES guidelines. 3.06 CLEANING A. Final cleaning per Division 1 requirements. B. Clean photometric control surfaces as recommended by manufacturer. C. Clean finishes and touch up damage. 3.07 PROTECTION OF FINISHED WORK A. Protecting finished work— per Division 1 requirements. B. Relamp luminaries having failed lamps at Substantial Completion. 3.08 SCHEDULES A. See Drawings for fixture and pole callouts END OF SECTION CORP2000479 26 50 00-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION LIGHTING *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** SECTION 32 31 13 CHAIN LINK FENCE AND GATES PART 1 GENERAL 1.01 SCOPE OF WORK A. Section Includes: 1. Galvanized coated chain link fencing and accessories. 2. On utility projects: a. When existing fence is within the project Site (i.e., parallel to the utility trench and/or within utility easement) and is directly disturbed by construction activities, fencing will be replaced in kind. 1.02 RELATED WORK 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Shop drawings 1. Shop drawings showing material sizes and weights, fencing heights, mounting details, gates, and operators. C. Product data 1. Manufacturer's catalog cuts indicating material compliance and specified options. 1.04 REFERENCE STANDARDS 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification unless a date is specifically cited. 2. American Society for Testing and Materials (ASTM): a. A 36, Standard Specification for Carbon Structural Steel b. A 121, Standard Specification for Metallic-Coated Carbon Steel Barbed Wire c. A 123, Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products d. A 392, Standard Specification for Zinc-Coated Steel Chain-Link Fence Fabric e. A 500, Standard Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes f. F 567, Standard Practice for Installation of Chain-Link Fence g. F 626, Standard Specification for Fence Fittings h. F 900, Standard Specification for Industrial and Commercial Swing Gates i. F 1043, Standard Specification for Strength and Protective Coatings on Steel Industrial Fence Framework CORP2000479 3231 13-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CHAIN LINK FENCE AND GATES j. F 1083, Standard Specification for Pipe, Steel, Hot-Dipped Zinc-Coated (Galvanized) Welded, for Fence Structures k. F 1183, Standard Specification for Aluminum Alloy Chain Link Fence Fabric I. F 1184, Standard Specification for Industrial and Commercial Horizontal Slide Gates 1.05 QUALITY ASSURANCE (NOT USED) 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING, AND STORAGE (NOT USED) 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 EXTENDED WARRANTY (NOT USED) PART 2 PRODUCTS 2.01 MATERIALS A. Manufacturer 1. Minimum of 5 years of experience manufacturing galvanized coated chain link fencing. 2. Approved Manufacturer or equal: a. Allied Fence, Inc. b. American Fence Corp. c. Anchor Fence, Inc. d. Master Halco, Inc. B. Materials 1. Chain Link Fence a. General (i) Posts, gate frames, braces, rails, stretcher bars, truss rods and tension wire shall be of steel. (ii) Gate hinges, post caps, barbed wire supporting arms, stretcher bar bands and other parts shall be of steel, malleable iron, ductile iron or equal (iii) Post tops, rail end, ties and clips may be of aluminum. (iv) Use only new material, or salvaged/existing material if approved by Owner's Representative or noted on Drawings. b. Steel Fabric (i) Fabric (a) No. 9 gauge (b) 2-inch mesh (1) Commercial: both top and bottom selvages twisted and barged CORP2000479 3231 13-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CHAIN LINK FENCE AND GATES (c) Residential: match existing or both top and bottom selvages knuckled (1) Furnish 1-piece fabric widths. (ii) Fabric Finish: Galvanized, ASTM A 392, Class I, with not less than 1.2 oz. zinc per square foot of surface. c. Aluminum Fabric (i) Fabric (a) ASTM F 1183 (b) No. 9 gauge (c) 2-inch mesh, with both top and bottom selvages twisted and barged. (d) Furnish 1-piece fabric widths. d. Steel Framing (i) Steel pipe - Type I (a) ASTM F 1083 (b) Standard weight schedule 40 (c) Minimum yield strength: 30,000 psi (d) Sizes as indicated (e) Hot-dipped galvanized with minimum average 1.8 oz/ftz of coated surface area (ii) Steel pipe - Type II (a) ASTM F 1043, Group IC (b) Minimum yield strength: 50,000 psi (c) Sizes as indicated on Drawings (d) Protective coating per ASTM F 1043 (1) External coating Type B (2) Zinc with organic overcoat (a) 0.9 oz/ftz minimum zinc coating with chromate conversion coating and verifiable polymer film (3) Internal coating Type B (b) Minimum 0.9 oz/ftz zinc or Type D, zinc pigmented, 81 percent nominal coating, minimum 3 mils (iii) Formed steel C'C") sections: (a) Roll formed steel shapes complying with ASTM F 1043, Group II (b) Minimum yield strength: 45,000 psi (310 MPa) (c) Sizes as indicated on Drawings (d) External coating per ASTM F 1043, Type A (1) Minimum average 2.0 oz/ftz of zinc per ASTM A 123 (iv) Steel square sections (a) ASTM A 500, Grade B (b) Minimum yield strength: 40,000 psi (c) Sizes as indicated on Drawings CORP2000479 3231 13-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CHAIN LINK FENCE AND GATES (d) Hot-dipped galvanized with minimum 1.8 oz/ftz of coated surface area e. Accessories (i) Chain link fence accessories (a) ASTM F 626 (b) Provide items required to complete fence system. (c) Galvanize each ferrous metal item and finish to match framing. (ii) Post caps (a) Formed steel or cast malleable iron weather tight closure cap for tubular posts. (b) Provide 1 cap for each post. (c) Cap to have provision for barbed wire when necessary. (d) "C" shaped line post without top rail or barbed wire supporting arms do not require post caps. (e) Where top rail is used, provide tops to permit passage of top rail. (iii) Top rail and rail ends (a) 1 5/8 inch diameter galvanized round pipe for horizontal railing (b) Pressed steel per ASTM F626 (c) For connection of rail and brace to terminal posts (iv) Top rail sleeves (a) 7-inch expansion sleeve with a minimum 0.137 inch wire diameter and 1.80 inch length spring, allowing for expansion and contraction of top rail (v) Wire ties (a) 9 gauge galvanized steel wire for attachment of fabric to line posts (b) Double wrap 13 gauge for rails and braces. (c) Hog ring ties of 12-1/2 gauge for attachment (vi) Brace and tension (stretcher bar) bands (a) Pressed steel (b) Minimum 300 degree profile curvature for secure fence post attachment (c) At square post provide tension bar clips. (vii) Tension (stretcher) bars: (a) 1 piece lengths equal to 2 inches less than full height of fabric (b) Minimum cross-section of 3/16 inch x 3/4 inch (c) Provide tension (stretcher) bars where chain link fabric meets terminal posts. (viii) Tension wire (a) Galvanized coated steel wire, 6 gauge, [0.192 inch] diameter wire (b) Tensile strength: 75,000 psi (ix) Truss rods &tightener (a) Steel rods with minimum diameter of 5/16 inch (b) Capable of withstanding a tension of minimum 2,000 pounds CORP2000479 3231 13-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CHAIN LINK FENCE AND GATES (x) Nuts and bolts are galvanized. (xi) Barbed Wire (a) 12 1/2 gauge, twisted zinc coated barbed wire with 14 gauge 4 point barbs on 5" spacing, conforming to ASTM A121, Class 3. (xii) Barbed Wire Support Arms (a) Heavy weight pressed steel arms having an incline of 45 degrees. (b) Arms shall have holes which allow passage of top rail and slots to receive barbed wire at proper spacing. (c) Arms shall be capable of a downward pull at the outside of the arm of 250 pounds. (d) Post extension arm shall be galvanized similar to post. 2. Setting Materials a. Concrete (i) Minimum 28 day compressive strength of 3,000 psi (ii) Bagged concrete allowed. b. Drive Anchors (i) Galvanized angles (ii) ASTM A 36 steel (iii) 1 inch x 1 inch x 30 inch galvanized shoe clamps to secure angles to posts. PART 3 EXECUTION 3.01 EXAMINATION A. Verification of Conditions 1. Verify areas to receive fencing are completed to final grades and elevations. 2. Ensure property lines and legal boundaries of work are clearly established 3.02 INSTALLATION A. Chain Link Fence Framing 1. Locate terminal post at each fence termination and change in horizontal or vertical direction of 30 degrees or more. 2. Space line posts uniformly at 10 feet on center. 3. Set all posts in concrete a. Drill holes in firm, undisturbed or compacted soil. b. Drill hole diameter 4 times greater than outside dimension of post. c. Set post bottom 24 inches below surface when in firm, undisturbed soil. d. Excavate deeper as required for adequate support in soft and loose soils, and for posts with heavy lateral loads. e. Place concrete around posts in a continuous pour. Trowel finish around post. Slope to direct water away from posts. 4. Check each post for vertical and top alignment and maintain in position during placement and finishing operations. CORP2000479 3231 13-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CHAIN LINK FENCE AND GATES 5. Bracing a. Install horizontal pipe brace at mid-height for fences 6 feet and taller, on each side of terminal posts. b. Firmly attach with fittings. c. Install diagonal truss rods at these points. d. Adjust truss rod, ensuring posts remain plumb. 6. Tension wire a. Provide tension wire at bottom of fabric and at top if top rail is not specified. b. Install tension wire before stretching fabric and attach to each post with ties. c. Secure tension wire to fabric with 12-1/2 gauge hog rings 24 inches on center. 7. Top rail a. Install lengths, 21 feet b. Connect joints with sleeves for rigid connections for expansion/contraction. 8. Center Rails for fabric height 12 feet and taller. a. Install mid rails between posts with fittings and accessories. 9. Bottom Rails: Install bottom rails between posts with fittings and accessories. B. Chain Link Fabric Installation 1. Fabric a. Install fabric on security side and attach so that fabric remains in tension after pulling force is released. b. Leave approximately 2 inches between finish grade and bottom selvage. c. Attach fabric with wire ties to line posts at 15 inches on center and to rails, braces, and tension wire at 24 inches on center. 2. Tension (stretcher) bars a. Pull fabric taut. b. Thread tension bar through fabric and attach to terminal posts with bands or clips spaced maximum of 15 inches on center. 3. Accessories a. Tie wires: Bend ends of wire to minimize hazard to persons and clothing. b. Fasteners: Install nuts on side of fence opposite fabric side for added security. c. Slats: Install slats in accordance with manufacturer's instructions, if required. 3.03 CLEANING A. Adjust all gates to permit free and easy openings without binding. END OF SECTION CORP2000479 3231 13-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CHAIN LINK FENCE AND GATES SECTION 33 01 10.58 DISINFECTION OF WATER UTILITY PIPING SYSTEMS PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor and materials required to disinfect; 1. Potable water piping systems, which may include new and existing piping designated to carry Potable Water(PW), Overflow(OVF), Sample Water(SA), Raw Water(RW) or Utility Water(UW). 2, The interior bowls of both Elevated Storage Tanks(ESTs). 3 1.02 RELATED WORK A. Division 33 — Utilities 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Submit a proposed plan and schedule for water conveyance, cleaning, disinfection, and disposal of disinfected water. The plan shall be submitted in writing prior to commencement of any disinfection procedures. C. Submit dechlorination plan per AWWA C655 — Field Dechlorination 1.04 REFERENCE STANDARDS A. American Water Works Association (AWWA) 1. B300- Hypochlorites 2. C651- Disinfecting Water Mains 3. C655 — Field Dechlorination 1.05 QUALITY ASSURANCE (NOT USED) 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE (NOT USED) 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 WARRANTY/EXTENDED WARRANTY (NOT USED) CORP2000479 33 01 10.58-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DISINFECTION OF WATER UTILITY PIPING SYSTEMS PART 2 PRODUCTS 2.01 MATERIALS A. All equipment, chemicals for chlorination, temporary valves, bulkheads, or other water control equipment shall be selected and furnished by the Contractor. B. Chlorine for disinfection may be in the form of sodium hypochlorite solution or calcium hypochlorite granules. C. Sodium hypochlorite and calcium hypochlorite shall be in accordance with the requirements of AWWA B300. PART 3 EXECUTION 3.01 GENERAL A. Disinfection operations shall be scheduled by the Contractor as late as possible during the contract time period so as to assure the maximum degree of sterility of the facilities at the time the Work is accepted by the Owner. 3.02 PROCEDURES A. Pipelines: 1. During installation, the interior of all pipes, fittings and other accessories shall be kept as free as possible from dirt and foreign matter at all times. If, in the opinion of the Owner's Representative, the pipe contains dirt or foreign matter that could not be removed during the flushing operation, the interior of the pipe shall be cleaned and swabbed with a bactericidal solution. When pipe laying is not in progress, the open ends of it shall be sealed with watertight plugs. If water has accumulated in the trench, the seal shall remain in place until the trench-water has been removed to such an extent that it will not enter the pipe. 2. After completion of hydrostatic pressure tests and prior to disinfection, the pipeline shall be flushed, as thoroughly as possible with the water pressure and outlets available. If feasible, flushing rate should develop a velocity in the pipeline of at least 3.0 fps. If a velocity of 3.0 fps cannot be achieved, the requirements of Paragraph 3.02.A.1 above shall be rigidly enforced. The minimum quantity of water used for flushing shall be in excess of the storage capacity of the pipeline, to ensure that clean water has traversed the entire length of line. 3. After flushing has been completed to the point that apparent dirt and foreign matter have been removed from the pipeline, pipeline shall be disinfected in accordance with AWWA C651 as modified herein. 4. The pipeline shall be disinfected using the Continuous-Feed Method or Slug Method. Minimum chlorine concentration shall be 50 mg/I for Continuous-Feed Method and 100 mg/I for Slug Method. 5. Chlorinated water shall be retained in the pipeline for at least 24 hours for Continuous-Feed Method and 3 hours for Slug Method. 6. After applicable retention period, the heavily chlorinated water shall be flushed from the newly laid pipeline at its extremities until chlorine measurements show CORP2000479 33 01 10.58-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DISINFECTION OF WATER UTILITY PIPING SYSTEMS that the concentration in the water leaving the pipeline is no higher than that prevailing in the system or is acceptable for domestic use. 3.03 WATER SOURCE A. Contractor shall coordinate with the Owner's Representative for availability of water for testing under this Section. The Contractor shall make complete and satisfactory arrangements with the Owner's Representative prior to obtaining water for testing purposes. It shall be the responsibility of the Contractor to provide all equipment necessary to transport the water from the source to the pipeline to be tested. The Contractor shall make other arrangements if the testing water is not available at the Owner's facility. 3.04 BACTERIOLOGICAL SAMPLING AND TESTING A. After final flushing and before the pipeline and structures are placed in service, a sample or samples shall be collected from the end of the line or the structure and shall be tested for bacteriological quality in accordance with the requirements of the State Department of Health or the appropriate regulatory agency having jurisdiction. For this purpose, the pipe or the structure shall be refilled with the fresh potable water and left for a period of 24 hours before any sample is collected. Should the initial disinfection treatment fail to produce satisfactory bacteriological test results, the disinfection procedure shall be repeated until acceptable results are obtained. B. The Owner's Representative will perform all sampling for bacteriological tests and will pay for the initial testing to be performed by Owner or Owner's selected laboratory. All testing shall be paid for by the Contractor. 3.05 CONNECTIONS TO EXISTING SYSTEMS A. Where connections are to be made to existing potable water and filtered water system, the interior surfaces of all pipe and fittings used in making the connections shall be swabbed or sprayed with a one percent hypochlorite solution before they are installed. Thorough flushing shall be started as soon as the connection is completed and shall be continued until discolored water is eliminated. 3.06 DISPOSAL OF CHLORINATED WATER A. Dispose chlorinated water in a manner that will protect the public and publicly used receiving waters from harmful or toxic concentrations of chlorine. Disposal shall be in accordance with Federal, State, and local requirements. B. Do not allow flow into a waterway without neutralizing disinfectant residual. C. Refer to AWWA C655 for acceptable neutralization chemicals. D. Contractor shall be responsible for the proper disposal of water from the pipelines. END OF SECTION CORP2000479 33 01 10.58-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DISINFECTION OF WATER UTILITY PIPING SYSTEMS *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** SECTION 40 05 00 COMMON WORK RESULTS FOR PROCESS INTERCONNECTIONS PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor and materials required and installed complete and ready for operation, all appurtenances as shown on the Drawings or as specified. B. The appurtenances shall include, but not be limited to the following: (Note: All items listed below may not be required in this Contract). 1. Yard Hydrants 2. Mechanical Type Wall Seals 3. Service Clamps 4. Dielectric Insulating Gasket Kits for Flanges 5. Dielectric Unions for Copper Tube 6. Flange Bolts and Nuts 7. Anti-Seize Bolting Lubricants 8. Non-Insulating Flange Gasket Materials 9. Sleeve ("Dresser type") Couplings 10. Insulated Sleeve Couplings 11. Flange Coupling Adapters 12. Tie-Rod Restrained Dismantling Joints 13. Depend-O-Lok Couplings 14. AWWA Grooved-Joint Couplings 15. Harnessing and Restraint 16. Megalug Restrained Joints 17. Quick Connect Couplings 18. Wall and Floor Fittings 19. Gauges and Accessories 20. Valve Operators (Including Floor Boxes) 21. Strainers 22. Corporation Stops 23. Appurtenances and Miscellaneous Items 24. Emergency Safety Showers and Eyewash Units 1.02 RELATED WORK A. Piping materials and systems are included in other sections of Division 40 — Process Interconnections B. Valves are included in Section 40 05 51 — Common Requirements for Process Valves C. Pipe supports and Hangers are included in Section 40 05 07— Hangers and Supports for Process Piping D. Pipe Insulation and Heat tracing in Section 40 42 13 —Insulation and Heat Tracing CORP2000479 40 05 00-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON WORK RESULTS FOR PROCESS INTERCONNECTIONS 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Gasket manufacturer shall submit certificate that gasket material is suitable for the joints provided, service conditions specified herein and suitable for the field test pressure. C. Submit operating and maintenance instruction in compliance with Section 01 78 23 — Operation and Maintenance Data. 1.04 REFERENCE STANDARDS A. American National Standards Institute (ANSI): ANSI B2.1. B. American Society for Testing and Materials (ASTM): 1. A48 — Specification for Gray Iron Castings 2. A53 — Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, Welded and Seamless 3. A126 - Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings 4. A183 - Specification for Carbon Steel Track Bolts and Nuts 5. A193 —Specification for Alloy-Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications 6. A194 — Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both 7. A197 — Specification for Cupola Malleable Iron 8. A240 — Specification for Chromium-Nickle Stainless Steel Plate, Sheet, and Strip for Pressure Vessels and for General Applications 9. A278 - Specification for Gray Iron Castings for Pressure Containing Parts for Temperatures Up to 650 degrees F 10. A283 — Specification for Low and Intermediate Tensile Strength Carbon Steel Plates 11. A513 — Specification for Electric — Resistance-Welded Carbon and Alloy Steel Mechanical Tubing 12. A536 - Specification for Ductile Iron Castings 13. B16 — Specification for Free-Cutting Brass Rod, Brass Rod Bar and Shapes for Use in Screw Machines 14. B62 - Specification for Composition Bronze or Ounce Metal Castings 15. B88 - Specification for Seamless Copper Water Tube 16. B584 — Specification for Copper Alloy Sand Castings for General Applications C. American Water Works Association (AWWA): 1. C209 — Cold-Applied Tape Coatings for Steel Water Pipe, Special Sections, Connections and Fittings 2. C210- Liquid-Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines 3. C213 — Fusion Bonded Epoxy Coating for Interior and Exterior of Steel Water Pipelines 4. C219 — Bolted Sleeve Type Couplings for Plain-End Pipe 5. C606 - Grooved and Shouldered Joints CORP2000479 40 05 00-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON WORK RESULTS FOR PROCESS INTERCONNECTIONS D. Federal Specifications (F.S.): MIL-C-27487 1.05 QUALITY ASSURANCE A. Items listed herein shall be products of Manufacturers who have a minimum of five years' experience in the manufacture of the particular equipment item to be furnished. B. Services of Manufacturer's Representative 1. Provide services of Depend-O-Lok coupling manufacturer's factory service engineer specifically trained in the installation and adjustment of couplings as specified in this Section and in 0143 33 — Manufacturers Services. 2. Man-hour requirements shown in this Section are exclusive of travel time and do not relieve the Supplier of obligation to provide sufficient service to place couplings in satisfactory operation. 3. Manufacturer's factory service engineer shall submit Certificate of Proper Installation of Depend-O-Lok couplings as per 0143 33 — Manufacturers Services. 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE (NOT USED) 1.08 MAINTENANCE / SPARE PARTS (NOT USED) 1.09 EXTENDED WARRANTY (NOT USED) PART 2 PRODUCTS 2.01 MATERIALS A. General 1. Joint, size and material - unless otherwise noted or required by the Owner: a. Joints referred to herein shall be of the same nominal diameter as the pipe or fittings they are connected to. b. Appurtenances shall be of the same nominal diameter and same pressure rating as the pipe or fittings they are connected to. 2. Ensure that valves and appurtenances have ends/joints that are compatible with and may be fastened to the adjoining pipe. This may mean furnishing special adaptors as required. These adaptors shall be suitable for direct bury, with proper dielectric insulation and as a minimum, if metallic non-stainless steel or galvanized, coated with two coats of Coal Tar Epoxy. 3. Materials to be used in contact with the raw water or potable water process shall be classified as acceptable by NSF61. B. Yard Hydrants 1. Yard hydrants for installation on the non-potable water lines shall consist of a 3/4- inch hose connection. The hydrants shall be Woodford Model R34 Freezless Hydrant or equal. C. Mechanical Type Wall Seals CORP2000479 40 05 00-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON WORK RESULTS FOR PROCESS INTERCONNECTIONS 1. Mechanical type wall seals shall consist of an adjustable modular bolted, synthetic rubber and plastic sealing element as shown on Drawings. The sealing element shall be Link-Seal LS-300-C as manufactured by Enpro Industries, or equal. D. Service Clamps 1. Service clamps shall have malleable or ductile iron bodies which extend around the circumference of the pipe. The saddle shall be sealed against the pipe with a rubber gasket. Bodies shall be tapped for IPS. Clamps shall be of the double strap design. 2. Service clamps shall be IPS service clamps as manufactured by Mueller Co., or equal. E. Dielectric Insulating Gasket Kits for Flanges 1. Dielectric insulating flange gasket kits shall be installed when dissimilar metal pipe connects to prevent galvanic action. Flange insulation kits shall be installed where a stainless-steel flange is mated with flanges constructed of bronze alloys, carbon steel alloys, or nickel alloys (Mone) and Hastelloy) flanges; where process piping mates with valves and other equipment and appurtenances of dissimilar metals furnished under Sections in Division 43 and 40: where exposed piping makes a vertical transitions to buried piping; and where otherwise as shown on the Drawings. 2. Insulating flange gaskets shall be furnished as a kit including the dielectric gasket, bolt sleeves and washers in accordance with the nominal flange size. 3. Each dielectric insulating gasket shall be a full face isolating and sealing gasket, Type "E", 1/8" thick, epoxy-glass retainer with bolt holes cut to match matting flange drilling. The retainer shall contain a precision tapered groove to accommodate the controlled compression of a FKM (Viton) sealing element. The quad-ring seal shall be pressure energized. The epoxy-glass retainer shall have 550- volts/mil dielectric strength and a minimum 50,000 psi compressive strength. 4. Insulating bolt-sleeves shall be manufactured of Mylar having a dielectric strength of not less than 4,000-volts/mil. 5. Insulating washers shall be manufactured of G-10 epoxy-glass having a dielectric strength of 400 to 500-volts/mil. Insulating washers shall be installed with metallic backing washers to prevent damage to the epoxy-glass washers during bolting. The metallic washers shall be constructed of the same material as the bolts. 6. Dielectric insulating flange gasket kits shall be: 7. Linebacker manufactured by Pipeline Seal and Insulator, Houston, Texas. 8. Trojan Quad Seal manufactured by Advance Products and Systems, Lafayette, Louisiana. 9. Jack 0-ring gaskets manufactured by Central Plastics, Shawnee, Oklahoma. F. Dielectric Unions for Copper Tube 1. Dielectric unions for copper water tube, 1/2-inch to 2-inch diameter, shall be installed where dissimilar metal connect to prevent galvanic action. The body shall be manufactured of ASTM B16 brass and feature female NPT threads adhering to ASTM B1.20.1 and solder joints adhering to ASME B16.22. Dielectric unions shall have Nitrile (BUNA) or EPDM gaskets and be rated for 250 psi at 180° F. CORP2000479 40 05 00-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON WORK RESULTS FOR PROCESS INTERCONNECTIONS Connection Type Copper Alloy Pipe Joined Material Pipe Connection Connection Soldered ASTM B16 ASTM A48 Cast Iron* Soldered ASTM B16 ASTM A197 Malleable Iron* Threaded ASTM B584 Bronze ASTM A48 Cast Iron* Threaded ASTM B584 Bronze ASTM A197 Mallable Iron* *Material may be galvanized 2. Acceptable Manufacturers: a. Watts, Andover, Massachusetts b. Wilkins, Paso Robles, California G. Flange Bolts and Nuts 1. All flange bolt lengths shall be selected by the Contractor such that three threads, as a minimum, protrude from the hex nut and washer after assembly. Flange bolts for dielectric insulating flange kits shall be fully-threaded along their length. The Contractor is cautioned that flange bolts having smooth shank segments along their length will not fit in Mylar sleeves or molded sleeve washers. 2. All bolts, nuts, and washers in the locations listed below shall be Type 316 stainless steel as indicated below: a. All buried locations b. All submerged locations c. All locations subject to seasonal or occasional flooding d. Inside Hydraulic Structures below the top of structures e. Inside vaults, manholes, and junction structures f. All chemical handling areas g. Inside trenches, containment walls, and curbed areas h. All locations exposed to weather i. Locations indicated by the Contract Documents or designated by the Owner's Representative to provide with stainless steel bolts. 3. Type 316 stainless steel flange bolts shall have ASME B1.1, coarse threads, Class 2A fit, and conform to ASTM A193, Grade B8M. 4. Flange nuts shall have ASME B1.1, coarse threads, Class 2A fit, and conform to ASTM A194 Grade 8M, Type 316 stainless steel, having square or hexagonal heavy dimensions in accordance with ASME B18.2.2. The hardness of nut shall be different than the hardness bolts to minimize galling. 5. For locations other than listed in Paragraph 2.07.B, flange bolts shall have ASME B1.1, Class 2A threads, and be manufactured of ASTM A193, Grade B7 steel. Bolts shall conform to ASME B18.2.1. CORP2000479 40 05 00-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON WORK RESULTS FOR PROCESS INTERCONNECTIONS 6. For locations other than listed in Paragraph 2.01G. 2., flange nuts shall have Class 2A fit, and be manufactured of ASTM A194, Grade 2H steel, having square or hex heavy dimensions in accordance with ASME B18.2.2. H. Anti-Seize Bolting Lubricants 1. Flange bolts shall be installed using a nickel-seize lubricant capable of achieving the required bolt torque and sealing stress, and permitting future disassembly with minimal manual input. 2. Anti-seize compound shall be classified as acceptable for potable water by the NSF. 3. Acceptable Manufacturers: a. Never-Seez White Food Grade PTFE Lubricant manufactured by Bostik, Wauwatosa, Wisconsin. b. Loctite Nickle Anti-Seize Lubricant manufactured by Henkel Technologies, Rocky Hill, Connecticut. 4. Flange bolts shall be adequately degreased of all corrosion inhibiting slush oil and excess nickel anti-seize prior to field application of prime and finish coatings. I. Non-Insulating Flange Gasket Materials 1. Non-insulating gaskets for all flange configurations shall be submitted in accordance with Paragraph 1.03 of this Section. No field-cut or field modified gaskets will be allowed. 2. Gaskets shall be full face for use with flat face flanges and ring type for use with raised face flanges. Gaskets shall be 1/8-inch thick. Blind flange gasket shall cover entire inside surface of blind flange. 3. Gasket material shall be suitable for the joints provided, service conditions specified herein and suitable for field test pressure. 4. Gaskets shall be classified as acceptable for potable water service by NSF 61. 5. Gaskets shall be suitable for 250° F operating temperature unless higher temperature required on individual systems. J. Sleeve ("Dresser Type") Couplings 1. Sleeve type couplings shall conform to the requirements of AWWA C219. The pressure rating of the couplings shall be at least the field test pressure it is subjected during the pressure testing of the connecting pipeline or the pressure class of the pipeline whichever is higher. 2. The couplings shall be of a gasketed, sleeve-type with diameter to properly fit the pipe. Each coupling shall consist of cylindrical sleeve, two follower rings, two gaskets and a set of bolts and nuts. a. Sleeve: Sleeve shall be ASTM A53, ASTM A512, ASTM A513, ASTM A536 Grade 65-45-12 or carbon steel having a minimum yield strength of 30,000 psi. Sleeve shall be lined with 12 mil DFT fusion bonded epoxy compatible with potable water. Minimum sleeve length shall be five inches for pipe 12-inches and smaller, seven inches for pipe sizes 14-inches thru 24-inches, and 10-inches for pipe larger than 24-inches. Sleeve for stainless steel piping shall be fabricated of ASTM A240, Type 316 stainless steel. b. Follower Rings: Ductile Iron ASTM A536 Grade 65-45-12, AISI C1012, AISI C1015 Steel, AISI C1018 Steel or AISI C1020 Steel. Follower rings for stainless steel pipe shall be fabricated of ASTM A240, Type 316 stainless steel. CORP2000479 40 05 00-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON WORK RESULTS FOR PROCESS INTERCONNECTIONS c. Bolts and Nuts: Bolts and nuts are as specified in Paragraph 2.01 G. of this Section. d. Gaskets shall be of synthetic rubber suitable for service and operating conditions. e. Finish: Fusion bonded epoxy 12 mil DFT as per AWWA C213. 3. Sleeve type couplings shall have pipe stop removed for exposed piping. 4. Acceptable Manufacturers: a. Dresser Industries - Style 38, 138, or 253. b. Romac Industries, Inc. - Style 400, 501, or XR501. c. Smith-Blair - Model 411. 5. Sleeve type couplings shall be installed where shown on the Drawings and at locations where a disassembly gap is necessary to complete a piping assembly. 6. Contractor at his option may install additional couplings other than shown on the Drawings for ease of installations without any additional cost to the Owner. 7. In addition to those locations noted on the Drawings, sleeve couplings shall be provided on piping buried directly under a structure at the structure's expansion joints. Special treatment will be required where pipe is encased in concrete, utilizing minimum 3-inch thick styrofoam placed perpendicular to horizontal centerline coupling. 8. Joint harness shall be provided on all couplings and shall be designed for maximum test pressure to which the line will be subjected. 9. All sleeve couplings shall be thrust restraint. K. Insulated Sleeve Couplings 1. Couplings shall meet the basic requirements specified in Paragraph 2.01 J.of this Section. 2. Insulated sleeve coupling shall be Dresser Style 39, or equivalent Smith Blair or Baker. Insulated coupling shall include boots for both pipe ends and shall insulate each end from electrical current flow. The middle sleeve ring shall be sized to fit over the insulation boots and properly seal the connection. Restraint sleeve couplings using a thrust harness with bolts, over drill the bolt holes and install insulating sleeves and washers. L. Flange Coupling Adapters 1. Construction: a. Body and follower: Carbon Steel, Ductile Iron ASTM A536, Grade 65-45-12. b. End Ring: Ductile Iron ASTM A536, Grade 65-45-12. c. Flange: ANSI Class 125 or 250 flat face. Match class to that of piping system. d. Bolts and nuts: As per Paragraph 2.01G. of this Section. e. Gaskets shall be of synthetic rubber suitable for service and operating conditions. f. Pressure Rating: The pressure rating of the flange coupling adapters shall be at least the field test pressure it is subjected during the pressure testing of the connecting pipeline or the pressure class of the pipeline whichever is higher. 2. Restraining or harnessing system shall be as shown on the contract drawings for flange coupling adaptor. CORP2000479 40 05 00-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON WORK RESULTS FOR PROCESS INTERCONNECTIONS 3. Factory Painting: a. Apply fusion bonded epoxy-type protective coating system in accordance with AWWA C213, to interior and exterior of adapters. Coating for interior surface shall be NSF 61 approved for raw and potable water. Interior and exterior of flange coupling adapters shall have Manufacturer's standard epoxy system complete with prime and finish coats minimum of 12 mils DFT. b. Do not paint bolts and gaskets. c. Coatings used on exterior of couplings which will be exposed shall be compatible with specified coating system for piping so that coupling can be painted a common color. 4. Acceptable Manufacturers: a. Size twelve inches and larger: (i) Romac Industries, Inc. - Style FC400. (ii) Dresser Style 131. b. Below twelve inches: (i) Romac Industries, Inc. - Style FCA501. (ii) Dresser Industries - Style 128-W. (iii) Smith Blair - Style 912. M. Depend-O-LoK Couplings 1. Depend-O-Lok split type bolted couplings shall meet the requirements of AWWA C219. Couplings type and size shall be as indicated on the Drawings. The pressure rating of the Depend-O-Lok couplings shall be at least the field test pressure it is subjected during the pressure testing of the connecting pipeline or the pressure class of the pipeline whichever is higher. Couplings shall pass an insulation test of 5,000 mega ohms. 2. Construction: a. The housing shall be one or two-piece with a double arch cross section that closes around pipe ends that are smooth for joint flexibility or expansion and contraction requirements or pipe ends with steel restraint rings affixed for pipe end restraint requirements. Depend-O-Lok ExE couplings are flexible, unrestrained pipe joints. FxE couplings are flexible, expansion joints. FxF couplings are flexible, restrained joints. Flexibility, contraction and expansion and joint restraint are as specified in the Supplier's latest literature. b. The housing shall be sized so that the inside diameter fits the outside diameter of the pipe. The coupling housing thickness shall be sufficient to handle the service loads. c. Bolts or studs and nuts shall secure the closure plates and shall be as per Paragraph 2.01 G. of this Section. d. Housing and closure plates shall be carbon steel conforming to ASTM A36 or stainless-steel conforming to ASTM A240 Type 316L. Sealing plates shall be stainless steel conforming to ASTM A240 Type 316L. e. Gaskets and sealing pad bonded to the sealing plate shall be of the synthetic rubber suitable for operating condition. Gasket material properties shall meet or exceed the requirements of ASTM D2000. Gaskets shall be classified as acceptable for potable water service by NSF 61. CORP2000479 40 05 00-8 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON WORK RESULTS FOR PROCESS INTERCONNECTIONS f. Restraint rings shall be furnished with the couplings and shall be of the same material as the coupling housings. g. Painting: Interior and exterior of carbon steel couplings shall be coated with liquid epoxy per the requirements of AWWA C210. h. Buried couplings shall be protected against corrosion by providing heat shrink sleeves or cold applied tape conforming to AWWA C209. 3. Acceptable Manufacturers: a. Depend-O-Lok couplings shall be as manufactured by Victaulic Depend-O-Lok, Inc. b. Heat Shrink Sleeves shall be as manufactured by Canusa-CPS or Raychem. N. AWWA Grooved-joint couplings 1. AWWA rigid radius grooved-joint couplings for above grade ductile iron pipe, 4-inch to 36-inch diameter, shall be installed where shown on the Drawings. Grooved-joint couplings shall conform to AWWA C606 and constructed of ASTM A536, Grade 65- 45-12 ductile iron. 2. Grooved-joint couplings, 4-inch to 36-inch diameter shall be: a. Style 31 AWWA coupling for ductile iron pipe manufactured by Victaulic Company. 3. Couplings for transition between ductile iron and IPS steel pipe, 4-inch to 12-inch diameter, shall be: a. Style 307 transition coupling manufactured by Victaulic Company. 0. Tie-Rod Restrained Dismantling Joints 1. Tie-rod restrained dismantling joints shall be installed where shown on the Drawings and at locations where a disassembly gap is necessary to complete a piping assembly. Dismantling joints shall be constructed of ASTM A536, Grade 65- 45-12 ductile iron or ASTM A283, Grade C carbon steel. Tie rods shall be 300 series stainless steel. 2. The pressure rating of the tie-rod restrained dismantling joints shall be at least the field test pressure it is subjected during the pressure testing of the connecting pipeline or the pressure class of the pipeline whichever is higher. 3. Apply fusion bonded epoxy-type protective coating system in accordance with AWWA C213, to interior and exterior of dismantling joints. Coating for interior surface shall be NSF 61 approved for potable water. Interior and exterior of dismantling joints shall have Manufacturer's standard epoxy system complete with prime and finish coats minimum of 12 mils DFT. 4. Acceptable Manufacturers: a. Dresser Industries - Style 131 b. Smith-Blair— Model 975 c. Romac Industries — Style DJ400 P. Harnessing and Restraint 1. All flexible couplings, flanged coupling adaptors and dismantling joints shall be thrust restraint. The size and material for tie rods, clamps, plates, and hex nuts shall conform to AWWA Manual M-11 except as modified on the Drawings. CORP2000479 40 05 00-9 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON WORK RESULTS FOR PROCESS INTERCONNECTIONS Manufactured restraining clamp assemblies shall be as manufactured by Stellar Corporation or fabricated equal. 2. Pump manufacturer shall design thrust harness for pump suction and discharge piping in accordance with Hydraulic Institute Standards. Pump manufacturer shall provide this information to the Contractor. Contractor shall provide any and all restraints, exceeding those shown on the Drawings that are required by the pump manufacturer at no additional cost to the Owner. 3. Restrained joints (such as welded, locking mechanical joints) shall be of the type specified with the individual type of pipe. If not specified, restrained (locking) mechanical joint pipe shall be of the manufactures standard design utilizing a locking device (ring or ears) integrally cast with the pipe. 4. The Contractor shall be responsible for anchorage including restraint as noted in elsewhere in Division 33 and 40. Q. Megalug Restrained Joints 1. Joint restraint devices for ductile iron and PVC pipe shall be Megalug as manufactured by EBAA Iron, Inc. 2. The devices shall have a working pressure rating same as the adjoining piping they connect to. Ratings are for water pressure and must include a minimum safety factor of 2 to 1 for all pipe sizes. 3. Gland body, wedges and wedge actuating components shall be cast from grade 65- 45-12 ductile iron material in accordance with ASTM A536. 4. Three (3) test bars shall be incrementally poured per production shift as per Underwriter's Laboratory specifications and ASTM A536. Testing for tensile, yield and elongation shall be performed in accordance with ASTM E8. 5. The restraint devices shall be coated using MEGA-BOND coating system. R. Quick Connect Couplings 1. Couplings shall be of the cam and groove type consisting of a male adapter conforming to F.S. MIL-C-27487. Male adapters shall be designed to receive a female coupler without requiring threading, bolting, or tools. Connections shall remain tight and leak proof under pressures up to 100 psig. Each adapter shall be furnished with a dust cap complete with an 18-inch long security chain of corrosion resistant material. Couplings shall be as manufactured by Dover Corporation, Ever- tite, or equal. 2. Adapters shall be furnished in accordance with the Drawings or as required by the installation. S. Wall and Floor Fittings 1. Wall and floor castings, unless otherwise specified with the individual type of pipe, shall be ductile iron of the style shown on the Drawings with integral exterior water stop, standard models as manufactured by Clow, U.S. Pipe and Foundry, or equal. 2. For plastic pipe or other pipe 2-1/2-inch diameter or less wall and floor fittings shall be ASTM A120, Schedule 40 steel sleeves with exterior steel water stop, all hot dipped galvanized after fabrication. T. Gauges and Accessories 1. All gauges unless otherwise noted be liquid filled and shall have 4-1/2-inch diameter face unless noted otherwise on Drawings, with black letters on a white background CORP2000479 40 05 00-10 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON WORK RESULTS FOR PROCESS INTERCONNECTIONS and protected in their connecting piping by shut-off corporation stops or metal ball valve with level or tee handle. Gauges shall be supplied with pulsation dampers on all pressure lines. On other than potable water and air lines, gauges shall also be supplied with three-way flushing valves and diaphragm seals. Gauges shall be Class 2A with 0.5 percent accuracy over their full range and shall be as supplied by U.S. Gauge, Ashcroft, or Marsh. U. Valve Operators (including Floor Boxes) 1. The valve Manufacturer shall supply and integrally mount all operators on valves at the factory. The valves and their individual operators shall be shipped as a unit. 2. Unless otherwise noted, valves shall be manually operated; non-buried valves shall have an operating wheel, handle or lever mounted on the operator; buried valves shall have a non-rising stem with an AWWA 2-inch nut. 3. Unless otherwise required by the Owner, all manual operating input shafts shall turn to the left (counterclockwise) to open the valve. 4. Each operating device shall have cast on it the word (OPEN) and an arrow indicating the direction of operation. 5. Provide valve position indicator for buried valves. Valve box size shall be adequate to accommodate valve position indicator. 6. Floor boxes for operating nuts recessed in concrete floors shall be standard cast iron type, cast-in-place with fastening top by Clow or equal. 7. Chainwheel shall be supplied for all valves larger than 3-inch in diameter whose centerline is 6 ft. or more above the floor for operation of valve. Chainwheel shall be galvanized, and chain shall loop within four feet of the floor. Chainwheel diameter shall match that of the handwheel. a. Acceptable Manufacturers: (i) Babitt Steam Specialty, New Bedford, Massachusetts (ii) Roto Hammer Industries, Tulsa, Oklahoma 8. Unless otherwise noted, gear operators shall be provided for: All valves with operating shafts of larger than 8-inch nominal diameter (unless otherwise noted); for all buried valves with their operating shaft mounted horizontally (butterfly, plug, etc.); where specified and/or indicated on the Drawings; and where manual operator effort is greater than 40 ft-lbs. Gear operators shall normally be of the beveled type with output shaft perpendicular to valve shaft, having a removable hand wheel mounted on the output shaft. Gearing shall be machine-cut steel designed for smooth operation. Bearings shall be permanently lubricated, provided to take all thrusts and seals provided to contain lubricants. Housings shall exclude moisture and dirt. Manual operator input effort to the hand wheel shall be a maximum of 40 ft-lbs. to operate the valve from full open to full close, under line pressure. Gear operators shall indicate valve position and have adjustable stops. V. Strainers 1. "Y" Type Strainers a. Manual strainers furnished for pipe diameters smaller than 2 inches in diameter shall be "Y" type, capable of removing solids 0.01 inches diameter and larger. The strainer body shall be of semi-steel construction for steel pipe, and brass or bronze for copper pipe and shall conform to ASTM A278, Class 30. Strainers CORP2000479 40 05 00-11 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON WORK RESULTS FOR PROCESS INTERCONNECTIONS on plastic pipe shall be of the same material as the pipe. Strainer elements, including woven wire mesh, shall be constructed of Type 304 stainless steel. b. Design of the strainer body shall be such that the clean-out plug, and screw may be easily removed to permit inspection and cleaning without disassembly of inlet and outlet piping. End connections shall be ANSI screwed pipe threads. c. Furnish one spare screen for each "Y" type units installed. Strainers shall be designed for a maximum operating pressure of 150 psig. They shall be as manufactured by GA Industries, Inc., or Watts Industries, Inc. 2. Manual Basket Strainers a. Manual basket strainers shall be furnished for pipe 2 inches in diameter and larger, as per the Drawings. Strainer body shall be of cast iron construction. Strainer elements shall be constructed of Type 304 stainless steel. Design of the basket strainer body shall be such that the bolted lid and basket may be easily removed for inspection and cleaning without disassembly of inlet and outlet piping. b. A trap with a blow-off port shall be provided for removing any material that may settle at the bottom. Strainers shall be designed for a maximum operating pressure of 150 psig, and shall be 74-D as manufactured by GA Industries, Inc., or Watts Industries, Inc. c. Proper blow off piping with valve shall be supplied, run to nearest drain. 3. PVC Duplex Basket Strainer a. Provide and install PVC duplex basket strainer as shown on drawings. b. Strainer shall be of PVC construction, rated for a working pressure of up to 150 PSI. Baskets shall be removable without the need for tools. c. Strainer shall be integrally fitted with PVC ball or butterfly valves to enable diversion of flow through either of the two baskets, while the other basket is isolated for cleaning. PVC ball valves shall be provided at each basket drain. d. Strainer shall have two Type 304 stainless steel baskets, each with 1/16" perforations, providing a minimum open area ratio of 4:1. e. Bolt bases securely to floor using 316 stainless steel capsule anchors. f. Strainer shall be as manufactured by Hayward Flow Control Systems, or Eaton Filtration. W. Corporation Stops 1. Corporation stops shall be of bronze or brass and shall be designed and manufactured in accordance with AWWA Standard C800, except as modified herein. Corporation stops shall have Mueller inlet threads, except that corporation stops for use with service clamps shall have IPS threads. Where corporation stops are used with plastic pipe, a brass companion flange shall be provided on the outlet of each corporation stop. X. Appurtenances and Miscellaneous Items 1. Plugs, caps and similar accessories shall be of the same material as the pipe, and of the locking type, unless otherwise noted. 2. Unions shall be of the same material as the pipe. 3. Special dielectric protective tape shall be fabric reinforced petroleum tape as manufactured by Denso, Inc., or equal. CORP2000479 40 05 00-12 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON WORK RESULTS FOR PROCESS INTERCONNECTIONS Y. Emergency Safety Showers and Eyewash Units 1. Furnish and install where shown on the Drawings. All assemblies shall be provided with stay-open ball valves. Provide eye wash with strainer on supply line. Units shall be complete with automatic flow control devices as required to limit emergency shower flow to 20 gpm and eye wash flow to 2.4 gpm. An emergency identification sign shall be included with each unit. Emergency safety shower and Eye Wash Assemblies shall be manufactured by Haws, Guardian, Western, Bradley, or Speakman. 2. Interior Emergency Shower/Eye Wash Unit (ESEW-A) a. Furnish and install a combination emergency shower and eye wash unit where shown on the Drawings. b. Units shall have a 10-in cycolac plastic shower head and eye wash bowl, stay open ball valves and hand and foot control for eye wash. c. Units shall be complete with automatic flow control devices as required to limit emergency shower flow to 20 gpm and eye wash flow to 3 gpm. d. Unit shall be equipped with a flow switch to provide a dry contact alarm signal when the unit is in use. The contact will be monitored by the plant SCADA system. Unit shall include strobe light and horn. e. Unit shall be modified to include an 8-ft hand held recoil hose assembly with bracket for spray head and equal to Haws Model #8906, Guardian Model #G1716 or Bradley Model #S-19-600 3. Exterior Freeze-Proof Emergency Shower/Eye Wash Unit (ESEW-B) a. Furnish and install where shown on the Drawings, a combination emergency shower and eye wash unit equipped with heating cable and insulation and designed to operate at temperatures as low as minus 40° F. b. Equipment shall include an ABS plastic shower head, stay-open ball valve, automatic volume control on both shower and eye wash, removable polyethylene foam insulation encased in ABS plastic jacket and a NEMA 4 enclosed thermostat. Shower flow shall be limited to 20 gpm. Eye wash shall include strainer, flow shall be 2.4 gpm. c. Unit shall have integral purge valve that opens when water temperature falls below 45° F. The valve shall be located opposite the water supply connection and purge approximately 6 gpm to prevent freezing in case of power failure. d. The unit shall be factory modified (special order) to include an additional 24- inch long section of heat trace wire exposed at piping inlet connection. Wrap heat trace wire around potable water supply from building. Insulate overheat trace and jacket outdoor exposed potable water piping. e. Unit shall be equal to Haws Model #8317CTFP. Other acceptable manufacturers are Guardian and Bradley or approved equal. PART 3 EXECUTION 3.01 INSTALLATION A. General CORP2000479 40 05 00-13 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON WORK RESULTS FOR PROCESS INTERCONNECTIONS 1. Items shall be installed in strict accordance with Manufacturer's instructions in the locations shown on Drawings. Damage to items shall be repaired to the satisfaction of the Owner before they are installed. 2. Install brackets, extension rods, guides, the various types of operators and appurtenances as shown on the Drawings that are in masonry floors or walls and install concrete inserts for hangers and supports as soon as forms are erected and before concrete is poured. Before setting items, check Drawings which have a direct bearing on their location to be responsible for the proper location of these appurtenances during construction of structures. 3. Items shall be carefully inspected for defects in construction and materials; debris and foreign material cleaned out of openings, etc.; operating mechanisms operated to check their proper functioning, and nuts and bolts checked for tightness. Equipment which does not operate easily, or is otherwise defective, shall be repaired or replaced. 4. Where installation is covered by a referenced Standard Specification, installation shall be in accordance with that Specification, except as herein modified. 5. Unless otherwise noted, joints for items shall be made up utilizing the same procedures as specified under the applicable type connecting pipe joint. B. Installation off Sleeve (Dresser) Type Couplings 1. Unless otherwise required by the Manufacturer's instructions, prior to installation of sleeve-type couplings, pipe ends shall be cleaned thoroughly for a distance of at least 12 inches. Soapy water may be used as a gasket lubricant. A follower and gasket, in that order, shall be slipped over each pipe to a distance of about 6 inches from the end; the middle ring shall be placed on the already installed pipe and shall be inserted into the middle ring flair and brought to proper position in relation to the pipe already laid. The gaskets and followers shall then be pressed evenly and firmly into the middle ring flares. 2. After the bolts have been inserted and nuts have been made up finger tight, diametrically opposite nuts shall be progressively and uniformly tightened around the joint, by use of a torque wrench of the appropriate size and torque for the bolts. 3. The correct torque as indicated by a torque wrench shall not exceed 75 ft-Ib for 5/8- inch bolts and 90 ft-Ib for 3/4-inch bolts. 4. If a wrench other than a torque wrench is used, it should be no longer than 12 inches so that when used by the average person the above torque values shall not be exceeded. 5. To prevent sleeve-type couplings from pulling apart under pressure, a suitable harnessing or flange clamp assembly shall be provided and installed. 6. Note that the additional location requires sleeve couplings as specified in Part 2 of this Section. C. Installation of Flanged Couplings Adapters 1. Flanged coupling adapters shall be installed in strict accordance with the coupling Manufacturer's instructions in the locations shown on Drawings. After the pipe is in place and bolted tight, the proper locations of holes for the anchor studs shall be determined and the pipe shall be field-filled. Holes for anchor studs shall be drilled completely through the wall pipe. Hole diameter shall not be more than 1/8-inch larger than the diameter of the stud projection. CORP2000479 40 05 00-14 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON WORK RESULTS FOR PROCESS INTERCONNECTIONS D. Installation of Depend-O-Lok Couplings 1. Depend-O-Lok couplings shall be installed in strict accordance with the manufacturer's instructions in the locations shown on Drawings. The coupling shall be assembled with bolts at the closure plates, tightened to assure snug coupling with the pipe. 2. Manufacturer's factory trained field representative shall instruct the Contractor's field personnel for the calculation of pipe expansion and contraction based on temperature during field installation and design temperature to the joint for providing gap at the joint. The factory trained representative shall also instruct the Contractor's field personnel for the installation of couplings. The coupling manufacturer shall provide these services for a minimum of eight hours in the field or shall be present during installation of first two (2) couplings whichever requires longer presence in the field. 3. Manufacturer's factory trained field representative shall submit the certificate of proper installation of couplings. E. Installation of Tie-Rod Restrained Dismantling Joints 1. Tie-rod restrained dismantling joints shall be installed in strict accordance with the manufacturer's instructions in the locations shown on Drawings. Tie-rods must pass through the flanges on each end of the dismantling joint. Length of all tie rods shall be same. F. Installation of Grooved Joints Couplings 1. Installation of AWWA grooved joint couplings and pipe shall be in accordance with the latest version of Manual I-300"Field Installation Handbook for AWWA Products" published by Victaulic Company. 2. Coupling gaskets shall be installed with the Victaulic lubricant compatible with the elastomer used. Lubrication of the gasket exterior, gasket sealing lips, housings, and pipe ends shall be done prior to joining to prevent gasket pinching. 3. Coupling nuts shall be tightened evenly by alternating sides until metal-to-metal contact occurs at the bolt pads. For angle-bolt-pad couplings, even offsets must be present at the bolt pads to obtain pipe-joint rigidity. G. Installation of Wall and Floor Fittings 1. Wall pipes and pipe sleeves embedded in concrete walls, floors, and slabs shall be embedded as shown. Support all pipes embedded in concrete walls, floors, and slabs with form work to prevent contact with the reinforcing steel. H. Installation of Other Equipment, Appurtenances and Miscellaneous Items 1. Unions and wall fitting shall be installed as indicated on the Drawings. 2. Hardware and appurtenances shall be installed as required and in accordance with the Manufacturer's recommendations, as acceptable to the Owner. 3. Use Teflon tape on screwed fittings. 3.02 FIELD TESTING A. Testing and correction of deficiencies shall be in accordance with Section 33 01 12 — Inspection and Testing of Water Utilities. CORP2000479 40 05 00-15 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON WORK RESULTS FOR PROCESS INTERCONNECTIONS 3.03 FIELD PAINTING A. Field painting is specified in Division 09 — Finishes. Buried metal items or those in vaults shall receive two coats of coal tar epoxy. The total DFT shall be 16 to 20 mils. END OF SECTION CORP2000479 40 05 00-16 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON WORK RESULTS FOR PROCESS INTERCONNECTIONS SECTION 40 05 06 COUPLINGS, ADAPTERS, AND SPECIALS FOR PROCESS PIPING PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor and materials required and installed complete and ready for operation, all appurtenances as shown on the Drawings or as specified. B. The appurtenances shall include, but not be limited to the following: (Note: All items listed below may not be required in this Contract). 1. Hose hydrants 2. Mechanical type wall seals 3. Service clamps 4. Dielectric Insulating Gasket Kits for Flanges 5. Harnessing and restraint 6. Sleeve couplings (Dresser type) 7. Flanged Coupling Adapters 8. Quick connect couplings 9. Expansion/vibration joints (fittings) 10. Wall and floor fittings 11. Gauges and accessories 12. Valve operators 13. Strainers 14. Corporation Stops 15. Appurtenances and Miscellaneous Items 1.02 RELATED WORK (NOT USED) 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Submit operating and maintenance instruction in compliance with Section 0178 23. 1.04 REFERENCE STANDARDS A. American National Standards Institute (ANSI): ANSI B2.1. B. American Society for Testing and Materials (ASTM): 1. ASTM A 126 - Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings. 2. ASTM A 183 - Specification for Carbon Steel Track Bolts and Nuts. 3. ASTM A 278 - Specification for Gray Iron Castings for Pressure Containing Parts for Temperatures Up to 650 degrees F. CORP2000479 40 05 06-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COUPLINGS,ADAPTERS,AND SPECIALS FOR PROCESS PIPING 4. ASTM B 62 - Specification for Composition Bronze or Ounce Metal Castings. 5. ASTM B 88 - Specification for Seamless Copper Water Tube. 6. ASTM A 536 - Specification for Ductile Iron Castings. C. American Water Works Association (AWWA): AWWA C 606 - Grooved and Shouldered Joints. D. Federal Specifications (F.S.): MIL-C-27487. 1.05 QUALITY ASSURANCE A. Items listed herein shall be products of manufacturers who have a minimum of five years' experience in the manufacture of the equipment item to be furnished. 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING, AND STORAGE (NOT USED) 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 EXTENDED WARANTY (NOT USED) PART 2 PRODUCTS 2.01 MATERIALS A. General 1. Joint, size and material - unless otherwise noted or required by the Owner: a. Joints referred to herein shall be of the same nominal diameter as the pipe or fittings they are connected to. b. Appurtenance shall be of the same nominal diameter as the pipe or fittings they are connected to. c. All mechanical couplings, flange adapters, restraint harness, etc. exposed to wastewater and/or corrosive environment shall be supplied with 304L SS hardware. 2. Ensure that valves and appurtenances have ends/joints that are compatible with and may be fastened to the adjoining pipe. This may mean furnishing special adaptors as required. These adaptors shall be suitable for direct bury, with proper dielectric insulation and as a minimum, if metallic non-stainless steel or galvanized, coated with two coats of Coal Tar Epoxy. B. Hose Hydrants 1. Hose hydrants for installation on the non-potable water lines shall consist of a 3/4 inch hose connection. The hydrants shall be Woodford Model 24P or equal. C. Mechanical Type Wall Seals 1. Mechanical type seals shall consist of an adjustable modular bolted, synthetic rubber and plastic sealing element as shown on Drawings. The sealing element CORP2000479 40 05 06-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COUPLINGS,ADAPTERS,AND SPECIALS FOR PROCESS PIPING shall be Link-Seal LS-300-C as manufactured by Enpro Industries., or equal. Associated hardware shall be 304L SS. D. Service Clamps 1. Service clamps shall have malleable or ductile iron bodies which extend at least 360 degrees around the circumference of the pipe and shall have neoprene gaskets cemented to the saddle body. Bodies shall be tapped for IPS. Clamps shall be of the double strap design. 2. Service clamps shall be IPS service clamps as manufactured by Mueller Co., or equal. E. Dielectric Insulating Gasket Kits for Flanges 1. Dielectric insulating flange gasket kits shall be installed when dissimilar metal pipe connects to prevent galvanic action. Flange insulation kits shall be installed where a stainless steel flange is mated with flanges constructed of bronze alloys, carbon steel alloys, or nickel alloys (Monet, Hastelloy and Inconel) flanges; where process piping mates with valves and other equipment and appurtenances of dissimilar metals furnished under Sections in Division 11 and 15: where exposed piping makes a vertical transitions to buried piping; and where otherwise as shown on the Drawings. 2. Insulating flange gaskets shall be furnished as a kit including the dielectric gasket, bolt sleeves and washers in accordance with the nominal flange size. 3. Each dielectric insulating gasket shall be a full face isolating and sealing gasket, Type "E", 1/8" thick, epoxy-glass retainer with bolt holes cut to match matting flange drilling. The retainer shall contain a precision tapered groove to accommodate the controlled compression of a FKM (Viton) sealing element. The quad-ring seal shall be pressure energized. The epoxy-glass retainer shall have 550-volts/mil dielectric strength and a minimum 50,000 psi compressive strength. 4. Insulating bolt-sleeves shall be manufactured of Mylar having a dielectric strength of not less than 4000-volts/mil. 5. Insulating washers shall be manufactured of G-10 epoxy-glass having a dielectric strength of 400 to 500-volts/mil. Insulating washers shall be installed with metallic backing washers to prevent damage to the epoxy-glass washers during bolting. The metallic washers shall be constructed of the same material as the bolts. 6. Dielectric insulating flange gasket kits shall be: 7. Linebacker manufactured by Pipeline Seal and Insulator, Houston, Texas. 8. Trojan Quad Seal manufactured by Advance Products and Systems, Lafayette, Louisiana. 9. Jack 0-ring gaskets manufactured by Central Plastics, Shawnee, Oklahoma. F. Harnessing and Restraint 1. Unless otherwise noted, size and material for tie rods, clamps, plates, and hex nuts shall be as shown on the Drawings, or in the AWWA Manual M-11. Manufactured restraining clamp assemblies shall be as manufactured by Stellar Corporation or fabricated equal. CORP2000479 40 05 06-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COUPLINGS,ADAPTERS,AND SPECIALS FOR PROCESS PIPING 2. All flexible couplings and flanged coupling adaptors shall be harnessed. Harnesses shall conform to AWWA Manual M-11 except as modified by the Drawings or this specification. 3. Restrained joints (such as welded, locking mechanical joints) shall be of the type specified with the individual type of pipe. If not specified, restrained (locking) mechanical joint pipe shall be of the manufactures standard design utilizing a locking device (ring or ears) integrally cast with the pipe. 4. For up through 18-inch diameter ductile iron pipe only the following may be used as an alternative to other restraint system: a. The optional mechanical joint restraints shall be incorporated in the design of a follower gland. The gland shall be manufactured of ductile iron conforming to ASTM A 536. Dimensions of the gland shall be such that it can be used with standard mechanical joint bell and tee-head bolts as specified with the pipe. b. The restraint mechanism shall consist of numerous individually activated gripping surfaces to maximize restraint capability. Gripping surfaces on the pipe shall be wedges designed to spread the bearing surfaces on the pipe. Twist-off nuts sized same as tee-head bolts and shall be used to insure proper actuating of restraining devices. When the nut is sheared off, standard hex nut shall remain. c. The mechanical joint restraint device for ductile iron pipe shall have a working pressure of at least 250 psi with a minimum safety factor of 2:1. d. Mechanical joint restraint devices shall be of the type listed below or equal. For Ductile Iron Pipe: Flex Ring or Lock Ring by American Ductile Iron Pipe. 5. The Contractor shall be responsible for anchorage including restraint as noted in elsewhere in Division 40. 6. Restrained flange adapters shall be used in lieu of threaded or welded flanged spool pieces or at locations where dimensional constraints exist. Flanged adapters shall be made of ductile iron conforming to ASTM A536 and have flange bolt circles that are compatible with ANSI/AWWA C110/A21.10 (125#/Class 150 Bolt Pattern). a. Restraint for flange adapter shall consist of a plurality of individual actuated gripping wedges to maximize restraint capability. Torque limiting actuating screws shall be used to insure proper initial set of gripping wedges. b. The flange adapters shall be capable of deflection during assembly or permit lengths of pipe to be field cut to allow a minimum 0.6-inch gap between the end of the pipe and the mating flange without affecting the integrity of the seal. c. All internal surfaces of the gasket ring (wetted parts) shall be lined with a minimum of 15 mils of fusion bonded epoxy conforming to the applicable requirements of ANSI/AWWA C213. Sealing gaskets shall be constructed of EPDM. The coating and gaskets shall meet ANSI/NSF-61. Exterior surfaces of the gasket ring shall be coated with a minimum of 6 mils of fusion bonded epoxy conforming to the applicable requirements of ANSI/AWWA C116/A21.16. CORP2000479 40 05 06-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COUPLINGS,ADAPTERS,AND SPECIALS FOR PROCESS PIPING d. The flange adapter shall be the Series 2100 MEGAFLANGE® Restrained Flange Adapter as produced by EBAA Iron, Inc. or approved equal. G. Sleeve Type Coupling ("Dresser Type") 1. Unless otherwise specified with the individual type of pipe, sleeve type couplings ("Dresser" type) shall be ITT (Smith Blair) Style 411, Dresser Style 38, Baker, or equal, with the pipe stop removed for exposed piping and Dresser Style 39 for buried piping. Similar insulation type couplings shall be provided at the face of buildings, between different type metals or where otherwise noted. 2. In addition to those locations noted on the Drawings, sleeve couplings shall be provided on piping buried directly under a structure at the structure's expansion joints. Special treatment will be required where pipe is encased in concrete, utilizing minimum 3 inch thick styrofoam placed perpendicular to horizontal centerline coupling. 3. Joint harness shall be provided on all couplings and shall be designed for maximum pressure to which the line will be subjected. 4. Sleeve type coupling shall be of the Type of 304L stainless steel. H. Flange Coupling Adaptors 1. Flange coupling adaptors of the proper type shall be provided between different types of pipe. They shall be of the insulated type as acceptable to the Owner's Representative. 2. Flanged coupling adaptors shall be similar to sleeve type couplings Dresser Style 127 or 128, similar models by ITT, or equal. 3. Joint harness shall be provided on all flanged coupling adaptors and shall be designed for maximum pressure to which the line will be subjected. 4. Flange coupling adaptors shall be of the Type 304L stainless steel I. Quick Connect Couplings 1. Couplings shall be of the cam and groove type consisting of a male adapter conforming to F.S. MIL-C-27487. Male adapters shall be designed to receive a female coupler without requiring threading, bolting, or tools. Connections shall remain tight and leakproof under pressures up to 100 psig. Each adapter shall be furnished with a dust cap complete with an 18-inch long security chain of corrosion resistant material. Couplings shall be as manufactured by Dover Corporation, Ever-tite, or equal. 2. Adapters shall be furnished in accordance with the Drawings or as required by the installation. J. Expansion/Vibration Isolation Joints 1. Expansion joints shall be wide arch type of EPDM rubber construction and stainless steel retainer ring. Soft rubber fillers shall be integrally cured into the arches to provide a smooth flow path to prevent settling of materials into the arch. Joints shall be constructed to pipe size and to meet working pressure and corrosive conditions. Expansion joints shall be rated for temperatures of up to 250°F and low temperature of 00FAddendum No.7. Rings shall be designed for CORP2000479 40 05 06-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COUPLINGS,ADAPTERS,AND SPECIALS FOR PROCESS PIPING mating with ANSI 150 Ib flanges. Joints shall be finish coated with Hypalon or equal paint. 2. Expansion joints shall be furnished with control (harness) units. Harness units shall consist of minimum two drilled plates, stretcher bolts, and rubber washers backed by metal washers. Stretcher bolts shall prevent over-elongation of the joint. Extra nuts shall be provided on the stretcher bolts on the inside of the plate to prevent over compression. Nuts, bolts, and plates shall be 304 stainless steel. 3. Expansion joints shall be Style 1101 wide arch as manufactured by General Rubber Corporation. 4. In addition to locations shown on the Drawings, expansion joints shall be utilized in exposed piping and within one foot of a building expansion joint. 5. Expansion joint supplier shall design and provide expansion joints between each pair of fixed supports to allow for thermal expansion and contraction of piping. Provide pipe support on both side of expansion joints. Expansion joints spacing and location shall be determined by the expansion joint Supplier. Supplier shall submit the design drawings and calculations for thermal expansion and contraction pf piping. K. Wall and Floor Fittings 1. Wall and floor castings, unless otherwise specified with the individual type of pipe, shall be ductile iron of the style shown on the Drawings with integral exterior water stop, standard models as manufactured by Clow, U.S. Pipe and Foundry, or equal. 2. For plastic pipe or other pipe 2-1/2 inch diameter or less wall and floor fittings shall be ASTM A120, Schedule 40 steel sleeves with exterior steel water stop, all hot dipped galvanized after fabrication. L. Gauges and Accessories 1. All gauges unless otherwise noted be liquid filled and shall have 4-1/2 inch diameter face, with black letters on a white background and protected in their connecting piping by shut-off corporation stops or metal ball valve with level or tee handle. Gauges shall be supplied with pulsation dampers on all pressure lines. On other than potable water and air lines, gauges shall also be supplied with three-way flushing valves and diaphragm seals. Gauges shall have one percent accuracy over their full range and shall be as supplied by U.S. Gauge, Ashcroft, or March. M. Valve Operators (Including Floor Boxes) 1. The valve manufacturer shall supply and integrally mount all operators on valves at the factory. The valves and their individual operators shall be shipped as a unit. 2. Unless otherwise noted, valves shall be manually operated; non-buried valves shall have an operating wheel, handle or lever mounted on the operator; buried valves shall have a non-rising stem with an AWWA 2-inch nut. 3. Unless otherwise required by the Owner, all manual operating input shafts shall turn to the left (counter-clockwise) to open the valve. 4. Each operating device shall have cast on it the work (OPEN) and an arrow indicating the direction of operation. CORP2000479 40 05 06-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COUPLINGS,ADAPTERS,AND SPECIALS FOR PROCESS PIPING 5. Floor boxes for operating nuts recessed in concrete floors shall be standard cast iron type, cast-in-place with fastening top by Clow or equal. 6. Chain wheel operators shall be supplied for all valves: Larger than 3 inch in diameter whose centerline is 6 ft. or more above the floor, where required for accessibility of valve operator, or as indicated on the Drawings. Chains shall be galvanized and loop within four feet of the floor. 7. Unless otherwise noted, gear operators shall be provided for: All valves with operating shafts of larger than 8 inch nominal diameter (unless otherwise noted); for all buried valves with their operating shaft mounted horizontally (butterfly, plug, etc.); where specified and/or indicated on the Drawings; where manual operator effort is greater than 40 ft-lbs. Gear operators shall normally be of the beveled type with output shaft perpendicular to valve shaft, having a removable handwheel mounted on the output shaft. Gearing shall be machine-cut steel designed for smooth operator. Bearings shall be permanently lubricated, provided to take all thrusts and seals provided to contain lubricants. Housings shall exclude moisture and dirt. Manual operator input effort to the handwheel shall be a maximum of 40 ft-lbs. for operator the valve from full open to full close, under line pressure. Gear operators shall indicate valve position and have adjustable stops. N. Strainers 1. "Y" Type Strainers: a. Manual strainers furnished for pipe diameters smaller than 2 inches in diameter shall be "Y" type, capable of removing solids 0.01 inches diameter and larger. The strainer body shall be of semi-steel construction for steel pipe, and brass or bronze for copper pipe and shall conform to ASTM A278, Class 30. Strainers on plastic pipe shall be of the same material as the pipe. Strainer elements, including woven wire mesh, shall be constructed of stainless steel. b. Design of the strainer body shall be such that the clean-out plug, and screw may be easily removed to permit inspection and cleaning without disassembly of inlet and outlet piping. End connections shall be ANSI screwed pipe threads. c. Sufficient spare screens shall be furnished for replacement of all "Y" type units at least once. Strainers shall be designed for a maximum operating pressure of 150 psig. They shall be as manufactured by GA Industries, Inc., or equal. 0. Corporation Stops 1. Corporation stops shall be of bronze or brass and shall be designed and manufactured in accordance with AWWA Standard C800, except as modified herein. Corporation stops shall have Mueller inlet threads, except that corporation stops for use with service clamps shall have IPS threads. Where corporation stops are used with plastic pipe, a brass companion flange shall be provided on the outlet of each corporation stop. P. Appurtenances and Miscellaneous Items CORP2000479 40 05 06-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COUPLINGS,ADAPTERS,AND SPECIALS FOR PROCESS PIPING 1. Gaskets, glands, bolts, nuts, and other required hardware shall be provided for connection of piping and appurtenances. Bolts and nuts shall be high strength, Type 304 stainless steel if submerged, buried, exposed to element, in vaults or subject to splashing, or corrosive environment. All other bolts, nuts, and studs shall conform to ASTM A307 Grade B. Gaskets for flanges shall be full face and suitable for 200 degrees F operating temperature, unless higher temperature required on individual systems. 2. Plugs, caps, and similar accessories shall be of the same material as the pipe, and of the locking type, unless otherwise noted. 3. Unions shall be of the same material as the pipe. 4. Special dielectric protective tape shall be fabric reinforced petroleum tape as manufactured by Denso, Inc., or equal. PART 3 EXECUTION 3.01 INSTALLATION A. General 1. Items shall be installed per Manufacturer's instructions in the locations shown. Damage to items shall be repaired to the satisfaction of the Owner before they are installed. 2. Install brackets, extension rods, guides, the various types of operators and appurtenances as shown on the Drawings that are in masonry floors or walls and install concrete inserts for hangers and supports as soon as forms are erected and before concrete is poured. Before setting items, check Drawings which have a direct bearing on their location to be responsible for the proper location of these appurtenances during construction of structures. 3. Items shall be carefully inspected for defects in construction and materials; debris and foreign material cleaned out of openings, etc.; operating mechanisms operated to check their proper functioning, and nuts and bolts checked for tightness. Equipment which does not operate easily, or is otherwise defective, shall be repaired or replaced. 4. Where installation is covered by a referenced Standard Specification, installation shall be in accordance with that Specification, except as herein modified. 5. Unless otherwise noted, joints for items shall be made up utilizing the same procedures as specified under the applicable type connecting pipe joint. B. Installation of Sleeve (Dresser) Type Couplings 1. Unless otherwise required by the manufacturer's instructions, prior to installation of sleeve-type couplings, pipe ends shall be cleaned thoroughly for a distance of at least 12 inches. Soapy water may be used as a gasket lubricant. A follower and gasket, in that order, shall be slipped over each pipe to about 6 inches from the end, the middle ring shall be placed on the already installed pipe and shall be inserted into the middle ring flair and brought to proper position in relation to the pipe already laid. The gaskets and followers shall then be pressed evenly and firmly into the middle ring flares. CORP2000479 40 05 06-8 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COUPLINGS,ADAPTERS,AND SPECIALS FOR PROCESS PIPING 2. After the bolts have been inserted and nuts have been made up finger tight, diametrically opposite nuts shall be progressively and uniformly tightened around the joint, by use of a torque wrench of the appropriate size and torque for the bolts. 3. The correct torque as indicated by a torque wrench shall not exceed 75 ft-Ib for 5/8 inch bolts and 90 ft-Ib for 3/4 inch bolts. 4. If a wrench other than a torque wrench is used, it should be no longer than 12 inches so that when used by the average person the above torque values shall not be exceeded. 5. To prevent sleeve-type couplings from pulling apart under pressure, a suitable harnessing or flange clamp assembly shall be provided and installed where shown on the Drawings or required elsewhere under Division 15 concerning Anchorage. 6. Note the additional locations required for sleeve couplings per Part 2 of this Section. C. Flanged couplings adapters 1. Flanged coupling adapters shall be installed in strict accordance with the coupling manufacturer's recommendations. After the pipe is in place and bolted tight, the proper locations of holes for the anchor studs shall be determined and the pipe shall be field-filled. Holes for anchor studs shall be drilled completely through the wall pipe. Hole diameter shall not be more than 1/8 inch larger than the diameter of the stud projection. 2. The inner surface of couplings shall be prepared for coating in accordance with instructions of the coating manufacturer and shall then be coated with liquid epoxy in accordance with ANSI/AWWA C210. The remaining surfaces, except flange mating surfaces, shall be cleaned and shop primed with universal primer. D. Installation of Expansion/Vibration Isolation Fittings 1. Piping systems shall be aligned prior to installation of expansion fittings. Alignment shall be provided by fitting a rigid pipe spool in place of the expansion joint. Prior to testing of the piping system, the pipe spool shall be replaced with the specified expansion fitting. 2. In addition to the locations noted on the Drawings, and in Part 2 of this Section, expansion fittings and anchors shall be located and spaced as specified by the Expansion Joint Manufacturer's Association under ambient conditions. They shall not be installed during times of temperature extreme or in a fully compressed or fully expanded condition. 3. Manufacturer shall provide field representative during installation of expansion joints. 4. Manufacturer's field representative shall certify installation of expansion joints. E. Installation of Wall and Floor Fittings 1. Wall pipes and pipe sleeves embedded in concrete walls, floors, and slabs shall be embedded as shown. Support all pipes embedded in concrete walls, floors, and slabs with form work to prevent contact with the reinforcing steel. F. Installation of other Equipment, Appurtenances and Miscellaneous Items CORP2000479 40 05 06-9 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COUPLINGS,ADAPTERS,AND SPECIALS FOR PROCESS PIPING 1. Unions and wall fitting shall be installed as indicated on the Drawings. 2. Hardware and appurtenances shall be installed as required and in accordance with the Manufacturer's recommendations, as acceptable to the Owner. 3. Use Teflon tape on screwed fittings. 3.02 FIELD PAINTING A. Field painting is specified in Division 09 — Finishes. Buried metal items or those in vaults shall receive two coats of coal tar epoxy. The total DFT shall be 16 to 20 mils. END OF SECTION CORP2000479 40 05 06-10 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COUPLINGS,ADAPTERS,AND SPECIALS FOR PROCESS PIPING SECTION 40 05 07 HANGERS AND SUPPORTS FOR PROCESS PIPING PART 1 GENERAL 1.01 SCOPE OF WORK A. Provide all labor, materials, equipment, tools, and related items required to furnish and install all pipe hangers, brackets, saddles, clamps, and pipe rolls for all types of piping and duct systems. Pipe hangers and supports shall be furnished complete with all necessary inserts, bolts, nuts, threaded rods, washers, and other accessories. B. The absence of pipe supports and details on the Drawings shall not relieve the Contractor of the responsibility for providing them. Pipe supports indicated on the Drawings are shown only to convey the intent of the design for a particular location and are not intended to represent a complete system. 1.02 RELATED WORK A. Concrete is included in Division 3 — Concrete B. Miscellaneous metals included in Section 05 50 00 — Miscellaneous Metal Fabrications C. Field painting is included in Division 9 — Finishes D. Hangers and supports pertaining to HVAC and plumbing systems are included in their respective sections 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Complete piping drawings indicating type of hanger and/or support, location, magnitude of load transmitted to the structure and type of anchor, guide and other pipe supporting appurtenances including structural fasteners. C. Calculations showing size of supports using allowable stresses of material identified in MSS SP-58. All calculations shall be signed and sealed by a licensed professional engineer. D. Submit product data and details on each support. 1. Product data on each support and hanger component 2. Detail of each different type of support 3. Location of each pipe support 4. Detailed information on anti-seize compound 1.04 REFERENCE STANDARDS A. Manufacturers Standardization Society of the Valve and Fittings Industry (MSS): 1. SP-58 - Pipe Hangers and Supports - Materials Design and Manufacture. 2. SP-69 - Pipe Hangers and Supports - Selection and Application. 1.05 QUALITY ASSURANCE A. Support System Design CORP2000479 40 05 07-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SUPPORTS AND HANGERS 1. Engage the services of a professional engineer licensed in the state where the project is located. The professional engineer who is ordinarily engaged in the business of pipe support system analysis, to analyze system piping and service conditions and to develop a detailed support system, specific to the piping material, pipe joints, valves and piping appurtenances proposed for use. 2. The support system shall include: a. Criteria by piping system. b. Summary of Contractor-selected related components including joints, class, valves, appurtenances etc., and commercial supports and especially including pipe materials. c. Dead weight and dynamic analysis, including system thermal effects and pressure thrusts. d. Support arrangements shall be coordinated to eliminate interference with similar systems to be installed under HVAC, Plumbing and Electrical; to account for structural expansion joints and to maintain access for both personnel and for the removal of equipment. Support systems shall not include use of monorail or bridge crane support. Nor shall they rely on the horizontal structural struts. e. Commercial hardware and custom supports shall comply with the requirements of this Section. B. Acceptable Manufacturers: 1. Pipe Hangers and Channel Support Systems: a. Cooper B-Line Systems b. Grinnell/Anvil International c. Piping Technology & Products d. TOLCO a brand of NIBCO e. PHS Industries f. Unistrut/Tyco g. Powerstrut 2. Powder-Actuated Fastener Systems: a. Hilti b. Red Head c. Masterset Fastening Systems 1.06 SYSTEM DESCRIPTION / DESIGN REQUIREMENTS A. In certain locations, pipe supports, anchors, and expansion joints have been shown on the drawings, but no attempt has been made to indicate every pipe support, anchor, and expansion joint. It shall be the Contractor's responsibility to design, furnish and install a complete system of pipe supports, to provide expansion joints, and to anchor all piping, in accordance with this section. Additional pipe supports may be required adjacent to expansion joints or couplings. B. Concrete and fabricated steel supports shall be as indicated on the drawings, as specified in other sections or, in the absence of such requirements, as permitted by the Owner's Representative. CORP2000479 40 05 07-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SUPPORTS AND HANGERS C. All piping shall be rigidly supported and anchored so that there is no movement or visible sagging between supports with pipes full of fluid. 1.07 DELIVERY, HANDLING AND STORAGE A. All supports and hangers shall be crated, delivered and uncrated to protect against any damage. B. All parts shall be properly protected so that no damage or deterioration shall occur during a prolonged delay from the time of shipment until installation is completed. C. Finished metal surfaces not galvanized, that are not of stainless steel construction, or that are not coated, shall be grease coated, to prevent rust and corrosion. 1.08 MAINTENANCE / SPARE PARTS (NOT USED) 1.09 EXTENDED WARRANTY (NOT USED) PART 2 PRODUCTS 2.01 MATERIALS A. All hangers, brackets, clamps, hardware, etc. shall be Type 316 stainless steel unless noted otherwise. Do not use perforated strap hangers. B. All pipe support assemblies including framing other than indicated below shall be galvanized steel. 1. All submerged piping, as well as piping, conduits, and equipment in hydraulic structures within 24-inches of water level shall be supported with support assemblies including framing, hardware, and anchors, constructed of Type 316 stainless steel. 2. All piping in chemical and corrosive areas shall be supported with support assemblies including framing, hardware, and anchors constructed of Type 316 stainless steel or FRP. 3. All outdoor piping shall be supported with support assemblies including framing, hardware, and anchors constructed of Type 316 stainless steel. C. Metal Framing: 1. Provide channels fabricated from not less than 12-gauge thick, 1-5/8"wide and not less than 1-5/8" deep. 2. Use Type 316 stainless steel channels and components in all areas unless noted otherwise on drawings. D. All anchor bolts shall be stainless steel as specified in Section 03 15 19—Cast-in Concrete Anchors. Space anchor bolts a maximum of 24-inches on center, with not less than two bolts per piece of framing. E. Fiberglass Reinforced Pipe (FRP): Wear protection pad shall be used at each pipe support. It shall be designed in accordance with AWWA Manual M45. The wear protection pad material shall be as per the manufacturer's recommendation and based on the application. It shall be from one of the following: 1. Support Saddles manufactured by NOV Fiber Glass System 2. Blank or Wear Saddles manufactured by Ameron International 3. Wear pads manufactured by Conley CORP2000479 40 05 07-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SUPPORTS AND HANGERS F. All individually suspended horizontal pipes in the building shall be supported by stainless steel rods sized as follows: Pipe Size (in Inches) Rod Size (in Inches) 2 and smaller 3/8 2-1/2 - 3-1/2 1/2 4 - 5 5/8 6 3/4 8 through 12 7/8 14 through 18 1 20 through 24 1-1/4 G. Type 1. Pipe hangers and supports shall be selected from one of the types shown on Figure 1 of MSS-58 and MSS-69 or as indicted on the drawing, where applicable. Plastic pipe support spacing shall be as specified in this Section and in accordance with the plastic pipe Manufacturer's recommendations whichever is smaller. PART 3 EXECUTION 3.01 INSTALLATION A. Pipe hangers and supports shall be designed and constructed to meet the requirements of MSS SP-58 and SP-69. B. The Contractor may propose minor adjustments to the piping arrangements to simplify the supports, or to resolve minor conflicts in the Work. Such an adjustment may involve minor change to the pipe centerline elevation so that a single trapeze support may be used. Supports shall be sufficiently close together such that the sag of the pipe is within limits that will permit drainage. Where ducts interfere with the proper location of hangers, furnish, and install trapeze hangers. C. Continuous slotted channels, channel struts and pipe clamps may be used to support multiple lines running in proximity. Use expansion shields with bolts and horizontal drilled holes in existing concrete construction to support new piping. D. When two (2) or more pipes run parallel, they may be supported by trapeze hangers. E. Where flexible couplings are required at equipment, tank, etc., at the end opposite to the piece of equipment, tank, etc., shall be rigidly supported, to prevent transferring forces to the equipment. Fixed or restraining support shall not be installed between equipment and flexible coupling. F. All uninsulated non-metallic piping such as PVC, CPVC, etc., shall be protected from local stress concentrations at each support point. Protection shall be provided by galvanized steel protection shields or 1/16-inch thick neoprene sheet. Where 360 degree arc support is required, such as U bolts, protection shields or 1/16-inch thick neoprene sheet CORP2000479 40 05 07-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SUPPORTS AND HANGERS shall be provided for the entire pipe circumference. Protection shields shall have an 18 gauge minimum thickness, not less than 12-inch in length and be securely fastened to pipe with stainless steel metal strap not less than 1/2-inch wide. G. All insulated piping shall be furnished with a rigid foam insulating saddle at each pipe support location. H. Where pipe hangers and supports come in contact with copper piping provide protection from galvanic corrosion by wrapping pipe with 1/16-inch thick neoprene sheet material and galvanized protection shield; isolators or copper plated or PVC coated hangers and supports. I. Provide neoprene isolators between the pipe and support components where dissimilar metals come in contact. J. All vertical risers shall be supported by riser clamps or supports at each floor and every five feet. All vertical pipes passing through pipe sleeves shall be secured using a pipe collar. K. Supports shall be provided at changes in direction. Changes in the direction shall be supported as close as practical to the fitting to avoid introducing excessive torsional stresses into the system. No piping shall be supported from other piping or from metal stairs, ladders and walkways unless specifically directed by the Owner's Representative. L. Whenever expansion and contraction of piping is expected, a sufficient number of expansion loops or joints shall be provided, together with the necessary rolling or sliding supports, anchors, guides, pivots, and restraints permitting the piping to expand and contract freely in directions away from the anchored points. All components shall be structurally suitable to withstand all loads imposed. Effects of thermal expansion and contraction of the pipe shall be accounted for in the pipe support selection and installation. M. Pipe Support Spacing: 1. General: a. Pipe hanger and support installation shall comply with the requirements of MSS SP-69, MSS SP-89, and this Section. Install hangers, supports, clamps, and attachments as required to properly support piping from building structure. b. Arrange for grouping of parallel runs of piping and support together on field- assembled channel systems. Field assembled channel system shall be installed according to manufacturer's written instructions. c. The pipe supports spacing shall not exceed the maximum span scheduled in Paragraph 3.01.A.1.g unless indicated otherwise. d. Provide at least one support for each length of pipe, at each change of direction, and at each valve or equipment. e. Locate pipe supports as shown in Table 3 of MSS-69 for piping not scheduled below or shown otherwise. f. Provide continuous support as required for small tubing to properly support the tubing along the pipe run and at connections to equipment. CORP2000479 40 05 07-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SUPPORTS AND HANGERS g. Pipe Support Schedule: (i) Steel, Stainless Steel and Cast-Iron Pipe Support Schedule: PIPE SIZES-IN *MAXIMUM SPAN ROD SIZE- (FT) IN 2 and less 5 3/8 21/2 thru 31/2 10 1/2 4 thru 5 10 5/8 6 10 3/4 8 thru 12 15 7/8 2. Copper Pipe Support Schedule: PIPE SIZES-IN *MAXIMUM SPAN ROD SIZE- (FT) IN 21/2 and less 5 1/2 3 thru 6 10 3/4 8 and greater 15 7/8 3. PVC, ABS Pipe Support Schedule: PIPE SIZES-IN *MAXIMUM SPAN ROD SIZE- (FT) IN 1-1/4 and less 3 3/8 1-1/2 thru 3 4 1/2 4 and greater 5 3/4 *Maximum fluid temperature of 1200 F. Support spacing apply to continuous spans with no concentrated load. N. Application: 1. Support piping approximately 1-1/2-inches out from the face of walls and at least three inches below ceilings. 2. Concrete inserts or L-shaped anchor bolts shall be used to support piping from new cast-in-place concrete. Epoxy or Expansion (as specified in Section 03 15 19 Cast- in Concrete Anchors) anchors shall be used to fasten supports to existing concrete and masonry. 3. Design loads for inserts, brackets, clamps, and other support items shall not exceed the Manufacturer's recommended loads. 4. Pipe supports shall be manufactured for the size and type of pipe to which they are applied. Threaded rods shall be sufficient threading to permit the maximum adjustment available in the support item. CORP2000479 40 05 07-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SUPPORTS AND HANGERS 5. Anchorage shall be provided to resist thrust due to temperature changes, changes in diameter or direction, or dead ending. Anchors shall be located as required to force expansion and contraction movement to occur at expansion joints, loops, or elbows, and as required to prevent excessive bending stresses and opening of mechanical couplings. Anchorage for temperature changes shall be centered between elbows and mechanical joints used as expansion joints. 6. Pipe guides shall be provided adjacent to bellows type expansion joints. Guides shall be placed on both sides of expansion joints except where anchors are adjacent to the joints. Guides will not be required when mechanical couplings are permitted as expansion joints. Pipe supports shall allow adequate movement; pipe guides shall not be used for support. Pipe guides shall be installed as recommended by the Manufacturer. 7. Concentrated loads (valves, flanges, etc.) shall be supported directly or supported immediately adjacent to the load. Valves shall be braced against operating torque. 0. Adjustment: All hangers shall be adjustable. Wall hangers shall have slotted bolt holes. Ceiling hangers shall have turnbuckles. Floor supports shall have extended anchor bolts such that the support can be wedged to proper elevation and grouted. Provide a minimum of one inch of grout. P. Pipe Rack: Pipe supported on pipe rack shall be supported on channels. Clamp pipes on the channel support by pipe clamps. Q. Touch Up: 1. Touch up all scratches or cuts on steel components with an approved zinc chromate or 90 percent zinc paint. 2. Use a PVC compound on PVC-coated components. R. Insulated Pipe 1. Insulated pipe shall have protective saddles where supported. Insulation shall pass through the supports. Size supports for the full outside diameter of the insulation. S. Plastic or Fiberglass Pipe 1. Plastic or fiberglass pipe shall have cradles and rubber pads to distribute the load over a length of at least six inches, or more if indicated on the drawings, at all supports. END OF SECTION CORP2000479 40 05 07-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SUPPORTS AND HANGERS *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** SECTION 40 05 19 DUCTILE IRON PROCESS PIPE PART 1 GENERAL 1.01 SCOPE OF WORK A. This section shall govern furnishing and the installation of ductile iron pipe, complete in place. Ductile iron pipe for plants and pump stations shall be furnished and installed according to the provisions prescribed by this section and at such places shown on the plans or as designated by the Owner. B. The work of this section includes furnishing, installation, and testing of pipe, pipe supports, fittings, restrained joints, and all required appurtenances as shown on the drawings and as required to make the entire piping system operable. It shall further include all equipment, labor, materials, and supervision necessary to make the installation complete. 1.02 RELATED WORK A. Division 40 — Process Interconnections 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Submittals shall include at least the following information. 1. Drawings for buried piping shall include a schematic layout of the proposed pipeline as shown on the plan and profile drawings. Drawings shall also include dimensions of pipe and fittings. Details of all fittings and specials and provisions for thrust restraint shall be included. Manufacturer shall be completely responsible for the thrust restraint design. Thrust restraint design shall be accounted for all below grade piping. Calculations shall be prepared by a Professional Owner's Representative, licensed in the State where the project is located. 2. Plans showing piping, fittings and appurtenances for above grade piping, piping for the plants, pump stations and in the vaults and for review. 3. Installation procedures covering in detail, the preparation and making of push-on, mechanical, or flanged joints. The procedure shall also include installation of couplings. Submit measures to ensure the integrity of the interior pipe lining and the exterior protective coating; the method of backing up and sealing the annular spaces in pipe sleeves; and the installation and adjustment of supports. 4. Protective coating schedules that show shop and field surface preparations, materials, methods of application, dry film thickness, and tests for coating defects. 5. Details of bulkheads, flanges, or caps for the testing shall be included in the submittal. C. Certificates CORP2000479 4005 19-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DUCTILE IRON PROCESS PIPE 1. Prior to shipment of the pipe, the Contractor/Pipe Manufacturer shall submit a Certificate of Adequacy of Design stating (where applicable) that the pipe and fittings to be furnished complies with AWWA C110, C111, C115, C150, C151, C153, C606 (where applicable) and these specifications. 2. Gasket material manufacturer shall submit a written statement certifying the gasket materials are compatible with the joints provided and is recommended for the field test pressures and service conditions. 3. Verifiable Certificate of Compliance with NSF 61 Standard for all pipe and fittings. 1.04 REFERENCE STANDARDS A. American Society for Testing Materials International (ASTM) 1. A307-Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. 2. A536-Specification for Ductile Iron Castings. 3. A563-Specification for Carbons and Alloy Steel Nuts. 4. A674-Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for Water or Other Liquids. 5. B117-Standard Practice for Operating Salt Spray (Fog) Apparatus. 6. C283- Standard Test Methods for Resistance of Porcelain Enameled Utensils to Boiling Acid. 7. D714- Standard Test Method for Evaluating Degree of Blistering of Paints. 8. D792- Standard Test Methods for Density and Specific Gravity (Relative Density) of Plastics by Displacement. 9. D1330-Specification for Rubber Sheet Gaskets. 10. D5162- Standard Practice for Discontinuity (Holiday) Testing of Nonconductive Protective Coating on Metallic Substrates. 11. E96- Standard Test Methods for Water Vapor Transmission of Materials. 12. G95- Standard Test Method for Cathodic Disbondment Test of Pipeline Coatings (Attached Cell Method). B. American Water Works Association (AWWA): 1. C104-Cement-Mortar Lining for Ductile-Iron Pipe and Fittings. 2. C105-Polyethylene Encasement for Ductile-Iron Pipe Systems. 3. C110-Ductile-Iron and Gray Iron-Fittings. 4. C111-Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 5. C115-Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron Threaded Flanges. 6. C150-Thickness Design of Ductile-Iron Pipe. 7. C151-Ductile-Iron Pipe, Centrifugally Cast. 8. C153-Ductile Iron Compact Fittings. 9. C207-Steel Pipe Flanges for Waterworks Service-Sizes 4-In. through 144-In. (100 mm through 3600 mm). 10. C600-Installation of Ductile-Iron Mains and Their Appurtenances. 11. C606-Grooved and Shouldered Joints. 12. C800-Underground Service Valves and Fittings. 13. M41-Ductile-Iron Pipe and Fittings. CORP2000479 4005 19-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DUCTILE IRON PROCESS PIPE C. Ductile Iron Pipe Research Institute (DIPRA). 1.05 QUALITY ASSURANCE A. Manufacturer's Qualification 1. Pipe shall be the product of a manufacturer who has a minimum of ten (10) years of successful experience manufacturing pipe of the particular type specified and the total pipeline shall be the product of one (1) pipe manufacturer. The pipe manufacturer shall have a minimum of ten (10) years successful experience in the design and manufacturing pipe of the particular type specified pipe joints of similar design, working pressure, and pipe diameter and wall thickness as specified. B. Inspection 1. All ductile iron pipe and cast iron or ductile iron fittings to be installed under this Contract shall be inspected and tested at the foundry as required by the standard specifications to which the material is manufactured. 2. Inspection of the pipe will be made by the Owner's Representative after delivery. Pipe or fittings shall be subject to rejection at any time on account of failure to meet any of the Specification requirements, even though they may have been accepted as satisfactory at the place of manufacture. Pipe or fittings rejected after delivery shall be marked for identification and shall immediately be removed from the job site. 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE A. Delivery, handling, and storage of pipe, fittings, and appurtenances shall be in accordance with AWWA C600-Section 6, except as specified otherwise. B. Polyethylene encasement shall be stored out of direct sunlight. 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 EXTENDED WARRANTY (NOT USED) PART 2 PRODUCTS 2.01 MATERIALS A. Ductile Iron Pipe 1. Ductile iron pipe shall conform to the requirements of AWWA C150 and AWWA C151. a. Use thickness Class 53 for interior and flanged pipe. b. Use thickness Class 51 for all other applications. B. Fittings: Exposed fittings and fittings installed in vaults for use with flanged joints on ductile iron pipe shall be ductile iron fittings conforming to AWWA C110 or AWWA C153. Flanges shall be faced and drilled in accordance with ANSI B16.1, Class 125. All fittings shall be pressure rated at minimum 250 psi. CORP2000479 4005 19-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DUCTILE IRON PROCESS PIPE C. Joints 1. Buried pipe joints shall be push-on or mechanical joint type conforming to AWWA C111. 2. All above grade and pipes installed in vaults shall be flanged unless noted otherwise. Flanges for ductile or cast iron pipe shall be ductile or cast iron flanges screwed on threaded ends of the pipe. Flanges shall be faced and drilled in accordance with ANSI B16.1, Class 125. Screwed-on flanges shall be attached to the pipe in the shop; attachment, aligning and facing shall conform to AWWA C115. 3. Pipe Gaskets-All Joint Types: Gaskets shall be certified as suitable for service conditions. A certificate of gasket suitability shall be submitted. Gaskets shall be synthetic rubber. Natural rubber will not be acceptable. 4. Flanged Joint Gaskets: Full-face for use with flat face flanges and ring type for use with raised face flanges. Gasket materials shall be cloth inserted rubber sheet, 1/8- inch thick or red rubber, ASTM D1330, Grade 1, 1/8-thick. Blind flange gasket shall cover the entire surface of the blind flange. 5. Flange bolts, nuts and washers are specified in Section 40 05 00- Common Work Results for Process Interconnections. 6. Filler flanges and beveled filler flanges shall be furnished and installed as required. Filler flanges and beveled filler flanges shall be furnished faced and drilled complete with longer length bolts. 7. Service Saddles: The service saddle shall have a ductile iron body conforming to ASTM A536. Wide band shall be 18-8 Type 304 stainless steel. Nuts and washers shall be 18-8 Type 304 stainless steel. Gasket shall be EPDM rubber conforming to ASTM D2000. Epoxy coat stainless steel band and bolts. The threads shall have a taper and pitch in accordance with AWWA C800. D. Coating: All pipe and fittings, except where painting is specified, shall have a 1 mil asphaltic coating on the outside in accordance with AWWA C110 and AWWA C 151. Pipe and fittings above grade shall not receive the standard asphaltic coat on the outside surfaces but shall be shop primed and field painted in accordance with Section 09 90 00 — Painting and Coating. E. Cement Mortar Lining 1. The interior surfaces of all ductile iron pipe, fittings, and specials shall be cleaned and lined in the shop with cement-mortar lining applied centrifugally in conformity with AWWA C104. During the lining operation and thereafter, the pipe shall be maintained in a round condition by suitable bracing and strutting. The lining machine shall be of a type that has been used successfully for similar work. Every precaution shall be taken to prevent damage to the lining. If lining is damaged or found faulty at delivery site, the damaged or unsatisfactory portions shall be replaced with lining conforming to these Specifications. 2. The interior surface of ductile iron pipe and fittings shall have double thickness lining. The minimum lining thickness shall be 1/8-inch for pipe sizes up to 12-inches, 3/16-inch for sizes 14-inches thru 24-inches and 1/4-inch for sizes 30-inches and larger. 3. The interior surfaces of all ductile iron pipe, fittings, and specials shall receive asphaltic seal coat in accordance with AWWA C104. CORP2000479 4005 19-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DUCTILE IRON PROCESS PIPE F. Polyethylene Encasement: 1. Pipe and fittings installed below grade shall be encased in an 8 mil continuous polyethylene encasement conforming to AWWA C105. G. Provision for Thrust: 1. Thrust at bends, tees, plugs, or other fittings shall be resisted by restrained joints. If thrust cannot be accommodated using restrained joints, thrust blocking to resist thrust may be used on a case-by-case basis when acceptable to the Owner. 2. Restrained joints shall be used for a sufficient distance from each bend, tee, plug, or other fitting to resist thrust which will be developed at the field test pressure of the pipe. For the calculation of thrust restraint length, use field test pressure to be 1.5 times the maximum design working pressure class indicated. The thrust restraint length calculation shall include a safety factor of 1.5. 3. The length of pipe with restrained joints to resist thrust forces shall be determined by the pipe manufacturer in accordance with Thrust Restraint Design For Ductile Iron Pipe, Ductile Iron Pipe Research Association using the following parameters: a. Laying condition equal AWWA C600, Type 4 bedding. b. If polyethylene encasement is used, restrained length shall be doubled to account for reduced soil to pipe resistance. c. In location where groundwater is encountered,the soil density shall be reduced to its buoyant weight for all backfill below the water table and the coefficient of friction shall be reduced to 0.15. 4. Restrained joints shall be "Flex-Ring" or "Lok Ring" by American Cast Iron Pipe Company or "TR Flex" or HP-Lok by U.S. Pipe. Field welding will not be allowed. Restrained joints shall be capable of sustaining the field test pressure of the pipe. 5. Mechanical Joints: Mechanical joints shall only be used on buried pipe or where specifically noted on the drawings for exposed pipe. Mechanical joints for use with ductile iron pipe shall conform to AWWA C111 and shall be restrained. H. Wall Castings 1. Wall castings shall be of the sizes and types as shown on the Drawings. Flanges and mechanical bell joint bells shall be drilled and tapped for studs where flush with the wall. 2. Wall castings shall be provided with an intermediate wall collar. The collar shall be located at the center of the overall length of casting for castings set flush with the wall. For castings which extend through the wall, the collar shall be located such that it is within the middle third of the wall. Field welding will not be allowed. I. Seal strips, where required on the Drawings shall be link seal as manufactured by Pipeline Seal and Insulator, Inc., Houston, Texas. J. Sleeve type couplings are specified in Section 40 05 00 — Piping Specialties. K. Saddle Outlets: Saddle outlets are acceptable for branch connections in lieu of tees, blowoffs, or air valves locations for pipe sizes 24-inches and larger and branch outlets 12-inches and smaller. Field cut holes will not be acceptable for outlets. CORP2000479 4005 19-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DUCTILE IRON PROCESS PIPE L. Pipeline Marking Tape: Pipeline marking tape shall be minimum 4 mil thick polyethylene which is impervious to alkalis, acids, and chemicals and solvents which are likely in the soil. Tape shall be 12 inches wide. Imprinted lettering shall be one-inch tall, permanent black on a blue background, and shall read "Water Line Buried Below". Tape shall be manufactured by Reef Industries (Terra Tape), or Allen (Markline). PART 3 EXECUTION 3.01 INSTALLATION 1. Installation of Buried Piping Trench excavation, backfill, embedment, and encasement shall be as specified in Section 31 23 33 —Trenching and Backfilling. 2. Ductile iron pipe and fittings shall be installed in accordance with requirements of AWWA Standard Specification C600 except as otherwise provided herein. All pipes shall be sound and clean before installing. When installing is not in progress, including lunch time, the open ends of the pipe shall be closed by watertight plug or other approved means. Good alignment shall be preserved in installing. Fittings, in addition to those shown on the plans, shall be provided, if required, to avoid interference with existing piping, conduit, etc. Provide restrained mechanical coupling where required for closures and fit up. 3. Unless otherwise shown or acceptable to the Owner's Representative, all buried pipelines shall have a 5 foot minimum cover 4. Install pipe and fittings to the line and grade indicated on the drawings. In areas where the line and grade indicated cannot be achieved using standard manufactured bends and fittings, make slight adjustment by deflecting joints. Joint deflection shall not exceed 75 percent of the pipe manufacturer's maximum recommended deflection. 5. Push-On joints shall be installed in accordance with AWWA C111 and manufacturer's recommendations. 6. Mechanical joints at valves, fittings, and where designated shall be in accordance with the "Notes on Method of Installation" under ANSI Specification A21.11 and the instructions of the Manufacturer (use on buried pipe and only where indicated on drawings on exposed pipe). To assemble the joints in the field, thoroughly clean the joint surfaces and rubber gasket with soapy water before tightening the bolts. Bolts shall be tight to the specified torques. Under no condition shall extension wrenches or ordinary ratchet wrench be used to secure greater leverage. 7. When pipe cutting is required, the cutting shall be done by machine, leaving a smooth cut at right angles to the axis of the pipe. Cut ends of pipe to be used with a Fasttite or Tyton bell shall be beveled to conform to the manufactured spigot end. If the cement mortar lining is damaged by the cutting process, the damaged areas must be patched and repaired in accordance with the recommended procedures described in the AWWA C104 Standard. 8. Inspect each fitting and section of pipe before installing to insure that there are no defects in the lining. Any piece having a break in the lining shall be removed. If any defective pipe is discovered after it has been laid, it shall be removed and replaced with a sound pipe in a satisfactory manner at no expense to the Owner. All pipe and fittings shall be thoroughly cleaned before installing, shall be kept clean until CORP2000479 4005 19-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DUCTILE IRON PROCESS PIPE they are used in the work, and when installed, shall conform to the lines and grades required. 9. Polyethylene Encasement - All ductile iron pipe and fittings shall be encased in polyethylene tubing. Installation procedures for polyethylene tube encasement shall be as follows: a. Installation of polyethylene encasement for pipe and fittings shall be in accordance with Method A of ANSI A21.5 and as specified herein. b. Cut polyethylene tube to length approximately 2 feet longer than pipe section. c. Slip tube around pipe, centering it to provide 1-foot overlap on each adjacent pipe section and bunching it accordion—fashion lengthwise until it clears pipe ends. d. Lower pipe into trench and make up pipe joint with preceding section of pipe. e. Make shallow bell hole at joints to facilitate installation of polyethylene tube. f. After assembling pipe joint, make overlap of polyethylene tube, pull bunched polyethylene from preceding length of pipe, slip it over end of the new length of pipe and wrap until it overlaps joint at end of preceding length of pipe. g. Secure overlap in place. h. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel of pipe, securing fold at quarter points. i. Repair cuts, tears, punctures, or other damage to polyethylene. j. Proceed with installation of next pipe in same manner. k. Fittings shall also be wrapped in 8 mil polyethylene film with a minimum of 1 foot overlap on each end. 10. Marking Tape: Continuously install marking tape along the pipe at a depth two feet above the top of pipe in accordance with the recommendations and instructions of the marking tape manufacturer. B. Installation of Above Grade Pipe and Fittings 1. Install piping and fittings true to grade and alignment with a tolerance of 1/4-inch in the vertical or horizontal plane. Provide rigidly supported thrust anchors and expansion joints where required. 2. Install proper size sleeves for all pipes passing through floors or walls as shown on the Drawings. Where indicated on the Drawings or required for liquid or gas- tightness seal the pipe with a mechanical seal. 3. Furnish and install concrete inserts for hangers and supports in the concrete as it is placed. Set in compliance with the requirements of the piping layout and jointing method. Verify locations from approved piping layout drawings and the structural drawings. 4. Valves, fittings, equipment, and appurtenances shall be set and jointed as indicated on the Drawings. Pipe and appurtenances connected to equipment shall be supported in such a manner as to prevent any strain being imposed on the equipment. When equipment manufacturers have required that the piping loads shall not be transmitted to their equipment, a certification shall be submitted stating that such requirements have been complied with. 5. Jointing Ductile-Iron Pipe: CORP2000479 4005 19-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DUCTILE IRON PROCESS PIPE a. Flanged joints shall be made using ring gaskets of rubber with cloth insertion. Flanged joints shall be made with bolts, bolt studs with a nut on each end, or studs with nuts where the flange is tapped. Bolt studs and studs shall be of the same quality as machine bolts. Bolts in flanged joints or mechanical joints shall be tightened alternately and evenly. After installation, apply two heavy bitumastic coats of Carboline Bitumastic 50or approved equal shall be applied to bolts and nuts. b. Use sleeve-type coupling where required for closures and fit up and where indicated on the drawings. Fully restrain all sleeve couplings. Prior to installation of sleeve-type couplings, the pipe ends shall be cleaned thoroughly for a distance of 8 inches. Soapy water may be used as a gasket lubricant. A follower and gasket, in that order, shall be slipped over each pipe to a distance of about 6 inches from the end, and the middle ring shall be placed on the already laid pipe end until it is properly centered over the joint. The other pipe end shall be inserted into the middle ring and brought to proper position in relation to the pipe already laid. The gaskets and followers shall then be pressed evenly and firmly into the middle ring flares. After the bolts have been inserted and all nuts have been made up finger tight, diametrically opposite nuts shall be progressively and uniformly tightened all around the joint, by use of a torque wrench of the appropriate size and torque for the bolts. The correct torque as indicated by a torque wrench shall not exceed 75 ft.lb. for 5/8-inch bolts and 90 ft.lb. for 3/4-inch bolts. c. All valves, fittings and other appurtenances needed upon the pipe lines shall be set and jointed as indicated on the Drawings or as required. C. Connections with Existing Pipes 1. Connections to existing pipes shall be made using suitable joints and fittings for the conditions encountered. Each connection with an existing pipe shall be made at the time and under conditions which will least interfere with normal operation. Connections with buried existing flanges shall require removal of grout from the flanges. Remove concrete thrust block when encountered for connections to the existing pipes. 2. Facilities shall be provided for proper dewatering and for disposal of all water removed from the dewatering lines and excavations without damage to adjacent property. 3. Existing valves will leak when in closed position. Contractor shall provide whatever means and equipment is necessary to control water during construction. 3.02 FIELD TESTING A. Field Testing: All piping systems shall be pressure tested as specified in Section 33 01 12-Inspection and Testing of Water Utilities. Where no pressures are indicated,the pipes shall be subject to 1-1/2 times the maximum design working pressure. The Contractor shall furnish all test equipment, labor, materials, and devices at no extra cost to the Owner. CORP2000479 4005 19-8 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DUCTILE IRON PROCESS PIPE 3.03 CLEANING A. Disinfection 1. Disinfection of potable water ductile iron piping shall be in accordance with Section 33 01 10.58-Disinfection of Water Utility Piping Systems. END OF SECTION CORP2000479 4005 19-9 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION DUCTILE IRON PROCESS PIPE *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** SECTION 40 05 24.23 STAINLESS STEEL PIPE AND FITTINGS PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment, and incidentals required and install, test, complete and ready for operation all stainless steel pipe as shown on the Drawings and as specified herein. B. Where the word "pipe" is used, it shall refer to pipe, fittings, hangers, supports and appurtenances unless otherwise noted. C. The work includes, but is not limited to: 1. Furnishing and installing interior, above grade, stainless steel pipe, fittings, and specials with screwed, butt welded, or flanged and plain ends. 2. Furnishing stainless steel pipe sleeves and stainless steel pipe wall castings for interior and exterior wall and foundation wall penetrations. 1.02 RELATED WORK A. Division 9 — Finishes B. Section 33 01 10.58 — Disinfection of Water Utility Piping Systems C. Division 40 — Process Interconnections 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. 1.04 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) 1. ASTM A312 - Standard Specification for Seamless and Welded Austenitic Stainless Steel Pipes. 2. ASTM A380 - Standard Practice for Cleaning, Descaling and Passivation of Stainless Steel Parts, Equipment and Systems. 3. ASTM A530 - Standard Specification for General Requirements for Specialized Carbon and Alloy Steel Pipe. 4. ASTM A778 - Standard Specification for Welded, Unannealed Austenitic Stainless Steel Tubular Products. 5. ASTM A744 - Standard Specification for As-Welded Wrought Austentic Stainless Steel Fittings for General Corrosive Service at Low and Moderate Temperatures B. American National Standards Institute (ANSI) 1. ANSI B16.1 - Cast Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250. 2. ANSI B16.9 - Factory-Made Wrought Steel Buttwelding Fittings. CORP2000479 40 05 24.23-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION STAINLESS STEEL PIPE AND FITTINGS 3. ANSI B36.19 - Stainless Steel Pipe C. American Water Works Association (AWWA) 1. AWWA C111 - Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 2. AWWA C207 - Steel Pipe Flanges for Water Work Service - Sizes 4-inch through 144-inch. D. American Society of Mechanical Engineers (ASME) 1. ASME B31.1 - Power Piping. E. American Welding Society (AWS) F. Compressed Gas Association (CGA) 1. G-4.1 - Cleaning Equipment for Oxygen Service. G. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.05 QUALITY ASSURANCE A. Stainless steel pipe and fittings shall be furnished by a single manufacturer who is fully experienced, reputable, qualified, and regularly engaged for the last 5 years in the manufacture of the materials to be furnished. The pipe and fittings shall be designed, constructed, and installed in accordance with the best practices and methods and shall comply with this Section. 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS A. Piping shall be installed in those locations as shown on the Drawings. B. The equipment and materials specified herein are intended to be standard types of stainless steel pipe and fittings for use in transporting water and air. C. Stainless steel piping for water service shall be designed for the following conditions: 1. Water Service a. Material: Type 304L, Schedule 3 b. Fluid: Water c. Temperature: 0 to 200 degrees F 1.07 DELIVERY, STORAGE AND HANDLING A. Care shall be taken in loading, transporting and unloading to prevent injury to the pipe and fittings. Pipe and fittings shall not be dropped. Pipe and fittings shall be examined before installation and no piece shall be installed which is found to be defective. B. In handling the pipe, wide cushioned slings or other devices and methods acceptable to the Consulting Engineer shall be used. No uncushioned ropes, chairs, wedges, or levers shall be used in handling the pipe, fittings, and couplings. C. If any defective pipe is discovered after it has been installed, it shall be removed and replaced with a sound pipe by the Contractor, at the Contractor's own expense. All pipe and fittings shall be thoroughly cleaned before installation and shall be kept clean until they are put into service. CORP2000479 40 05 24.23-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION STAINLESS STEEL PIPE AND FITTINGS 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 WARRANTY/EXTENDED WARRANTY (NOT USED) PART 2 PRODUCTS 2.01 AMERICAN IRON AND STEEL REQUIREMENTS A. All iron and steel products used in this project for the construction, alteration, maintenance or repair of a public water system or water treatment plant shall be produced in the United States in accordance with the Safe Drinking Water Act, Section 1452(a)(4). Such products include lined or unlined pipes and fittings, manhole covers and other municipal castings, hydrants, tanks, flanges, pipe clamps and restraints, valves, structural steel, reinforced precast concrete, and construction materials. B. Memorandum - Implementation of American Iron and Steel provisions of P.L. 113-76, Consolidated Appropriations Act, 2014: 1. What is a construction material'for purposes of the AIS requirement? Construction materials are those articles, materials, or supplies made primarily of iron and steel, that are permanently incorporated into the project, not including mechanical and/or electrical components, equipment, and systems. Some of these products may overlap with what is also considered "structural steel". This includes, but is not limited to, the following products: wire rod, bar, angles, concrete reinforcing bar, wire, wire cloth, wire rope and cables, tubing, framing, joists, trusses, fasteners (i.e., nuts and bolts), welding rods, decking, grating, railings, stairs, access ramps, fire escapes, ladders, wall panels, dome structures, roofing, ductwork, surface drains, cable hanging systems, manhole steps, fencing and fence tubing, guardrails, doors, and stationary screens. 2. What is not considered a construction material' for purposes of the AIS requirement? Mechanical and electrical components, equipment and systems are not considered construction materials. Mechanical equipment is typically that which has motorized parts and/or is powered by a motor. Electrical equipment is typically any machine powered by electricity and includes components that are part of the electrical distribution system. The following examples (including their appurtenances necessary for their intended use and operation) are NOT considered construction materials: pumps, motors, gear reducers, drives (including variable frequency drives (VFDs)), electric/pneumatic/manual accessories used to operate valves (such as electric valve actuators), mixers, gates, motorized screens (such as traveling screens), blowers/aeration equipment, compressors, meters, sensors, controls and switches, supervisory control and data acquisition (SCADA), membrane bioreactor systems, membrane filtration systems, filters, clarifiers and clarifier mechanisms, rakes, grinders, disinfection systems, presses (including belt presses), conveyors, cranes, HVAC (excluding ductwork), water heaters, heat exchangers, generators, cabinetry and housings (such as electrical boxes/enclosures), lighting fixtures, electrical conduit, emergency life systems, metal office furniture, shelving, laboratory equipment, analytical instrumentation, and dewatering equipment. CORP2000479 40 05 24.23-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION STAINLESS STEEL PIPE AND FITTINGS 2.02 MATERIALS A. All stainless steel pipe and fittings shall be fabricated from stainless steel sheet and conform to ASTM A778 Type 304L. Carbon content of Type 304L material shall be 0.03 percent maximum. Finish shall be No. 1 or No. 2B. B. Pipe shall be die-formed or rolled true to dimension and round. Tolerances for length, inside and outside diameter and straightness shall conform to ASTM A530. The two edges of sheet shall be brought to line so as not to leave a shoulder on the inside of the pipe. Ends of pipe and fittings shall be perpendicular to the longitudinal axis. Longitudinal seams on pipe and fittings shall be welded by either the tungsten gas or the metallic-gas method. The interior welds shall be smooth, even and shall not have an internal bead higher than 1/16-in. All pieces shall be marked with gauge and type of stainless steel and with the initials of the inspector marked on the inside of each piece, at each end. C. Fittings shall be smooth curve type up to 18-inch diameter. Fittings shall conform to ANSI B16.9. D. Flanges for pipe 4-in and smaller shall be of the type of stainless steel as the pipeline, and shall be welded directly to the pipe end, and shall be drilled to the 125 Ib ANSI B16.1 standard. Flanges for pipe larger than 4-in shall have stub ends or rolled angle rings of the type of stainless steel as the pipeline welded to the pipe end, with suitable gaskets between the mating surfaces and joined through the use of 125 Ib rated back- up flanges, drilled to ANSI B16.1, and made of Type 304 stainless steel. Where the pipe stub is to pass through a sleeve during installation, a split-type back up flange shall be used. Bolts, washers, nuts, and other hardware for flange bolting shall be Type 304 stainless steel. E. Gaskets for flanged connections shall be a minimum of 1/16-in thick and shall be rubber, Hypalon, Teflon, BUNA-N, SBR, NBR or viton. F. Shop fabricated multiple output headers may be used in lieu of individual flanged fittings. G. Wall pipes shall have integral shop welded wall stops. H. All stainless steel pipe and fittings shall be pickled and passivated at the point of manufacture, scrubbed, and washed until all discoloration is removed in accordance with ASTM A380 and A967 and Specialty Steel Industry of North America recommendations. Pipe and fittings shall be sandblasted and cleaned with solvent or other means acceptable to Owner or Owner's Designated Agent. I. Field welded pipe shall be pickled and passivated on-site, externally, and internally in accordance with ASTM A380 and A967 and Specialty Steel Industry of North America recommendations. J. Pipe ends shall be prepared for couplings or other type ends where required by transport and handling limitations, where required by the support layout requirements and where noted on the Drawings. Contractor shall be responsible for ensuring rigidity of joints where required. All normal pipe joints at valves, bends, etc, shall be flanged, drilling per ANSI B16.1, Class 125. CORP2000479 40 05 24.23-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION STAINLESS STEEL PIPE AND FITTINGS K. Shop welding of fabrications shall be done according to the procedures and by welders certified per ASME Section IX. Welds shall be by an inert gas shielding process using only extra low carbon filler metals. Welds shall have a bead height of no more than 1/16-in. Butt welds shall have 100 percent penetration to the interior or backside of the weld joint. Cross-sectional thickness of welds shall be equal or greater than that of the parent metal. L. Where shown on the Drawings or where approved by the Consulting Engineer, plain end pipe shall be joined by all stainless steel flexible couplings. Sleeve type couplings shall be of the Type 304L stainless steel and shall be Style 38 as manufactured by Dresser Manufacturing Division of Dresser Industries; coupling 411 as manufactured by Smith Blair, Inc. or equivalent couplings manufactured by Depend-O-Lok Co. M. Where shown on the Drawings or where approved by the Consulting Engineer, flanged coupling adaptors shall be used to connect plain end pipe to equipment, fittings, and valves. Flanged coupling adaptors shall be of the Type 304L stainless steel and shall comply with AWWA C207. Flanged coupling adapters shall be manufactured by Dresser Manufacturing Division of Dresser Industries, Smith Blair, Inc. or equal N. Where shown on the Drawings or where approved by the consulting Engineer, flanged expansion joints shall be used. Refer to Section 15120 — Piping Specialties for type of expansion joint. 0. Flanges in addition to shown on drawings shall be provided for ease of construction at no additional cost to the owner. 2.03 PIPE SLEEVES A. Unless otherwise shown, all pipe sleeves shall be Schedule 304 stainless steel pipe. Where indicated, provide a 2-in minimum circumferential water stop welding to exterior of sleeve at its midpoint. Ends of sleeves shall be cut and ground smooth and shall be flush with the wall or ceiling and extended 2-in above finished floors. Sleeves to be sealed with mechanical seals shall be sized in accordance with the seal manufacturer's recommendations. Sleeves to be sealed by caulking and sleeves for insulated piping shall sized as required. PART 3 EXECUTION 3.01 INSTALLATION A. All pipe and fittings shall be installed true to grade and alignment and pipe anchorage and/or restraint shall be provided where required. Manufacturer's instructions shall be strictly followed. B. All pipe and fittings shall be protected from dirt, dust, oil, grease, and other foreign matter during installation to prevent damage to pipe and to assure no foreign matter is left in the piping. C. To assemble the joints in the field, thoroughly clean all joint surfaces and gaskets, if any, with soapy water before assembly. Bolts shall be tightened alternately, evenly to the manufacturer's specified torques. Under no condition shall extension wrenches or pipe-over-handle ratchet wrenches be used to secure greater leverage. All electrical bonding or insulation shall be installed as joints are made up. CORP2000479 40 05 24.23-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION STAINLESS STEEL PIPE AND FITTINGS D. Fittings, in addition to those shown on the Drawings, shall be provided if required. Due consideration shall be given to thermal expansion/contraction over a temperature range of 200 degrees F. E. Sleeves of the proper size shall be installed for all pipes passing through floors or walls as shown on the Drawings. F. Field cutting of pipe will not be allowed. G. After installation, stainless steel pipelines shall be washed clean with steam or hot water to remove any foreign material picked up during transport. Contractor shall dry pipelines following them being washed. H. Disinfection: Disinfect potable-water piping as specified in Section 33 01 10.58 — Disinfection of Water Utility Piping Systems. 3.02 JOINING MECHANICAL AND RESTRAINED JOINTS A. Mechanical joints shall be in accordance with the "Notes on Methods of Installation" under AWWA C111 and the instructions of the manufacturer. B. Restrained joint pipe and fittings shall be installed in the locations shown on the Drawings and as acceptable to the Consulting Engineer. 3.03 JOINING FLANGED JOINTS A. Flanged joints shall be made with gasket, bolts, and nut bolts stud with a nut on each end, or studs with nuts where the pipe is tapped. The number and size of bolts shall conform to the same standard requirements as the flange. 3.04 FIELD PAINTING A. Final field painting is included in Section 09 90 00 — Painting and Coating except that for all stainless steel pipe, only bands, labels, and arrows rather than full pipe painting will be required. 3.05 CLEANUP A. After installation, completed lines shall be cleaned with Oakite deoxidizer or similar deoxidizer as recommended by the manufacturer to remove all foreign matter, construction stains or shop markings. Cleaned lines shall be rinsed clear with steam or hot water. 3.06 FIELD TESTING A. Field Testing of the pipe is specified in Section 40 23 00 — Plant Piping - General. Maximum dewpoint of test air shall be -40° F. END OF SECTION CORP2000479 40 05 24.23-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION STAINLESS STEEL PIPE AND FITTINGS SECTION 40 05 51 COMMON REQUIREMENTS FOR PROCESS VALVES PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment, and incidentals necessary to install complete and ready for operation valves and appurtenances, including valve boxes, operators, bolts, nuts, and gaskets, as shown on the drawings, and as specified herein. Not all items specified in this section are required in this Contract. B. The equipment shall include, but not be limited to the following: 1. Globe Valves. 2. Needle Valves. 3. Pressure Regulating/Reducing Valves. 4. Solenoid Valves. 5. Ball Valves. 6. Air Release Valves. 7. Combination Vacuum Relief Air Inlet/Air Release Valve. 8. Slow Closing Air/Vacuum Valve. 9. Reduced Pressure Backflow Preventer. 10. Duckbill Check Valves. 11. Gate Valves. 12. Pressure Relieve Valves. 13. Check Valves. 14. Pressure Sustaining Valves. 15. Surge Relief Valves. 16. Yard Hydrants. 1.02 RELATED WORK (NOT USED) 1.03 SUBMITTALS A. Shop Drawings and Product Data: 1. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. 2. Submit drawing or illustration showing unit construction for each type and size valve used. 3. Submit the following information for each valve: a. Specific application in plant expressed in terms of service and Contract Drawing number where shown. b. Description, including type of valve, type of operator, and accessories included. c. Size. d. Maximum non-shock working pressure for which valve is designed when used for water applications. CORP2000479 40 05 51-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON REQUIREMENTS FOR PROCESS VALVES e. Materials of construction. f. k or Cv value. g. Make and model. 4. If catalog bulletins are used to communicate above information, mark out inapplicable information. 5. Submit Manufacturer's operating and maintenance instructions in compliance with Section 01 78 23 — Operation and Maintenance Data for equipment furnished under this section. 6. Valves specified to be manufactured in accordance with AWWA and other standards must be submitted with an appropriate affidavit of compliance. 1.04 REFERENCE STANDARDS A. American National Standards Institute (ANSI) 1. ANSI B2.1 — Pipe Threads (except Dryseal). 2. ANSI B16.1 — Cast Iron Pipe Flanges and Flanged Fittings." B. American Society of Testing and Materials (ASTM) 1. ASTM A126 "Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings." 2. ASTM A159 "Specification for Automotive Gray Iron Castings." 3. ASTM A216 "Specification for Steel Castings, Carbon Suitable for Fusion Welding for High-Temperature Service." 4. ASTM B62 "Specification for Composition Bronze or Ounce Metal Castings." C. American Water Works Association (AWWA) 1. AWWA C507 — Ball Valves, 6-Inch through 48-Inch. 2. AWWA C511 "Backflow Prevention Devices-Reduced Pressure Principle and Double Check Valve Types." 3. AWWA C512 — Air Release, Air Vacuum, and Combination Air Valves for Waterworks Service. 1.05 QUALITY ASSURANCE A. Valves and equipment listed herein shall be products of Manufacturers that have a minimum of five years' experience in the manufacture of the particular equipment item to be furnished. B. Valves and equipment of the same type shall be identical, varying only with size, and the product of one manufacturer. 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE (NOT USED) CORP2000479 4005 51-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON REQUIREMENTS FOR PROCESS VALVES 1.08 MAINTENANCE/SPARE PARTS A. Special tools and the manufacturer's standard spare parts, if required for normal operation and maintenance, shall be supplied with the equipment as specified in Section 0178 23 Operation and Maintenance Data. 1.09 EXTENDED WARRANTY A. Manufacturer/Supplier shall provide a one year warranty for all specified equipment supplied under this section beginning from date of project Final Acceptance. Manufacturer/Supplier shall also submit for review costs on a yearly basis needed to extend all the equipment warranty on a yearly basis thereafter. B. Manufacturer/Supplier shall submit a complete listing of spare parts for all equipment furnished under this section. Spare parts list shall include only spare parts recommended for the first year of operation and a current price list for the Owner to choose which parts will be purchased. PART 2 PRODUCTS 2.01 MATERIALS A. General 1. All valves and appurtenances shall be the size shown on the drawings. 2. All valves and appurtenances shall have the name of the Manufacturer, flow directional arrows, the year the valve casing was made, and working pressure, for example "200W", for which they are designed cast in raised letters upon some appropriate part of the body. 3. Except as otherwise shown on the drawings or specified herein, all valves with operators located 6 feet or more above the operating floor shall be provided with chain wheel operators complete with chain guides and galvanized steel chain. 4. All buried valves shall open left (counterclockwise). Insofar as possible, all valves shall open counterclockwise. 5. Buried valves and operators, and those located outdoors, partially buried or within maximum of two feet above liquid, or in vaults, or where noted, shall be especially designed to completely submerge the valve and operator. Provide valve position indicator for buried valves. 6. Valves shall have a minimum working pressure of 150 psi, or be of the same working pressure as the pipes they connect to, and suitable for pressure noted where installed. 7. Joints referred to herein shall be of the same type and material as the pipe or fittings they are connected to. 8. Valves and appurtenances shall be of the same nominal diameter as the pipe or fittings they are connected to. 9. All buried valves shall have flanged joint ends, unless noted otherwise on the drawings. 10. End connections to be compatible with those specified for pipe. CORP2000479 4005 51-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON REQUIREMENTS FOR PROCESS VALVES B. Valve Operator General Provisions 1. Furnish geared operators with the following features, unless otherwise specified: a. Weatherproof enclosure. b. Grease lubricated design. c. Closes when turned clockwise. 2. Paint operators as specified for valves. C. Globe Valves 1. Metal valves for water lines shall have a bronze body, renewable full plug stainless steel disc, renewable stainless steel seat, and 400 Ib cold water non-shock working pressure, Globe valves shall be Figure 3245P as manufactured by Walworth Co., Jenkins Bros., or approved equal. Where copper tube with solder joints is required, globe valves shall be equal to Crane No. 1310 or 1311 as required. 2. Plastic valves shall be used only on PVC lines. Valves shall be socket welded and/or flanged as required. Valves shall have rigid PVC stem, body, bonnet, gland and cap nut with neoprene seat gasket and Teflon impregnated asbestos packing. The valve shall be able to be serviced in the line and shall be Ashai/America® or equal. 3. Valves shall be mounted as indicated on the Drawings or as acceptable to the Owner's Representative. D. Needle Valves 1. Needle valves shall have a cast bronze body and be constructed in accordance with ASTM B62. Ends shall be ANSI B2.1 threaded. The valves shall have a rising bronze stem and non-slip malleable iron hand wheel. 2. Needle valves shall be Figure 680 as manufactured by the Wm. Powell Company, Ohio, or Figure 88 as manufactured by Crane Company, or approved equal. E. Pressure Regulating Valves 1. Pressure regulating valves shall be factory tested. Outlet pressure shall be easily field adjustable over the pressure ranges shown on the Drawings. 2. Pressure regulating valves shall meet the criteria noted on the Drawings. 3. Pressure regulating valves shall have flanged connections or shall have unions mounted in the pipe on each side of the valve. 4. Strainers for installation upstream of pressure regulating valves are specified elsewhere in Division 40. The pressure regulating valve manufacturer shall specify the screen mesh or size of perforations that are required to protect the regulating valve. 5. Pressure Regulating Valves — 3 inch and Larger: a. Valves 3 inch and larger and for pressure shall be flanged with globe body, fully bronze mounted, external pilot operated, diaphragm type single seat with seat base equal to size of valve and shall be equal to the Figure 4500D pressure Reducing Valve as manufactured by GA Industries, Inc., PA; Clayton Model 90 as manufactured by Cla-Val Company, CA or approved equal. CORP2000479 40 05 51-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON REQUIREMENTS FOR PROCESS VALVES F. Pressure Regulating Valves — 2.5 inch and Smaller 1. Pressure regulating valves 2.5 inch and smaller shall be rated at the same working pressure as the connecting pipe, with bronze and brass body; renewable stainless steel seat, and flexible diaphragm of suitable material. Outlet pressure shall be easily field adjustable over the pressure ranges tabulated. 2. Pressure regulating valves 2.5 inch and smaller shall be Figure No. 43D as manufactured by GA Industries, Inc., PA; Cla-Val Model 90-01/690-01 as manufactured by Cla-Val Company, CA; or approved equal. G. Solenoid Valves 1. Solenoid valves shall be packless piston type direct acting, 2-way or 3-way valves and shall be ASCO Valve Red Hat as manufactured by Automatic Switch Co., an equal by Atkomatic Valve Co., Inc., or approved equal for air and water service. 2. Valves on water seal lines shall be of the normally closed type, interconnected with pumping unit to shut down if no seal water flow. 3. Valves shall have forged brass bodies, NPT end connections of the size shown on the Drawings, 300 or 400 series stainless steel internal parts, and Buna n or Ethylene Propylene valve seats. Valves shall have a same working pressure as the connecting pipe and zero minimum operating pressure differentials. Connections shall be threaded. 4. Except as otherwise specified, valves shall have NEMA 4 solenoid enclosures. 5. Valves shall be suitable for operation on power supply as provided in the plans and specifications and shall be provided with a continuous duty Class F coil and a manual operator. 6. Solenoid valves on bypass piping shall be installed whether shown or not. 7. Note that solenoid valves may be shown on Electrical and/or Mechanical Drawings or may only be specified. H. Ball Valves 1. Ball valves for PVC piping shall be of PVC Type 1, Grade 1, with union, socket, threaded, or flanged ends as required. PVC ball valves shall be as manufactured by Spears, Nibco, Hayward Gordon, or approved equal. 2. Ball valves, except otherwise specified, shall be of ductile iron body and Type 316 stainless steel ball and stem. The valve seat and body seal shall be of TFE. Other hardware shall be of stainless steel Type 316. Valves shall have 150 psig (minimum) working water pressure. Valves shall have flanged, or screwed ends as shown on the drawings, and shall be Model 5150 as manufactured by Jamesbury, an equal by Hills-McCanns or approved equal. 3. Ball valves for copper piping shall be bronze body, brass stem and stem gland nut, chrome-plated brass ball, reinforced Teflon seats, stuffing box ring and thrust washer, and vinyl coated, or zinc or cadmium plated steel handle with threaded or soldered ends as required. Valves shall have 150 psi minimum working water pressure. Valves shall be as manufactured by Jamesbury, Stockham, Apollo, or approved equal. 4. All valves shall be mounted in such a position that valve position indicators are plainly visible when standing on the floor. CORP2000479 4005 51-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON REQUIREMENTS FOR PROCESS VALVES I. Air Release Valves 1. Valves shall be installed to release any small accumulations of air, which may collect while the main pipe is in operation and under pressure. 2. The small orifice assembly (Air Release Valve) shall automatically release air accumulations from the pipe while under positive pressure. When the valve body fills with air, the small orifice float ball falls to open the small orifice and exhaust the air to atmosphere. When the air has been exhausted, the small orifice shall be buoyed up and tightly close the small orifice. 3. The small orifice assembly shall be furnished with cast iron body and cover ASTM A126-B. The float ball shall be constructed of stainless steel ASTM A240, and attached to a stainless steel lever mechanism. A resilient, Buna-N seat shall be attached to the lever mechanism for drop-tight closure. 4. Separate air release valves shall be Crispin, APCO, Val-Matic, GA Industries, LLC, or approved equal. 5. Valve body shall have a test pressure rating of 300 psi and working pressure rating of 150 psi. J. Combination Vacuum Relief Air Inlet/Air Release Valve 1. Combination Vacuum Relief/Air Inlet/Air Release Valves shall allow large volume air to escape through the orifice when filling the pipeline and shall shut off watertight, when the water enter the valves. The Combination Air Valve shall also permit large volumes of air to enter through the orifice when the pipeline is being drained to prevent vacuum from forming and water column separation. The valve shall consist of a body, cover, baffle, float, and seat. The baffle will be an integral part of the body, designed to protect the float from direct contact of the rushing air and slugs of water to prevent premature shut-off. The seat shall be Buna-N fastened onto the valve cover without distortion and be easily replaced. The float shall be stainless steel and be center guided at each end for positive seating. 2. The Air/Vacuum Valve shall have the outlet threaded or flanged. 3. The Automatic Air Release Valve shall be designed to operate under pressure to allow entrapped air inside the pipeline to escape. The shut-off prevents water from escaping. The Air Release Valve will then stay closed until more air accumulates and the opening cycle will repeat automatically. The Air Release Valve float shall be heavy stainless steel. 4. The valve internals, shall be replaceable, without removing valve from the line and the materials of construction certified, conforming to following ASTM specifications: Valve Bodies Cast Iron ASTM A126 Gr. B Exterior Primer Universal Metal Primer FDA Approved for Potable Water Float Stainless steel ASTM A240 Seats Buna-N Nitrile Rubber CORP2000479 40 05 51-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON REQUIREMENTS FOR PROCESS VALVES 5. Valve to be APCO Series 1800 - Combination Vacuum Relief/Air Inlet Valve/Air Release (Flanged Type) Valve manufactured by APCO or approved equal by Crispin Valve Model AL/PL or Val-Matic Valve and Manufacturing Corp. K. Slow Closing Air/Vacuum Valves 1. The Slow Closing Air/Vacuum Valve shall be three valves furnished assembled and tested as a single unit. 2. The Air/Vacuum Valve must have a stainless steel float guided at each end with stainless stems. The stems shall be guided through stainless steel bushings inside the body and cover. The seat must be Buna-N fastened to the cover with stainless shoulder screws without distortion to allow drop tight closure. 3. The covers shall have a male lip to fit the female body register for positive float guide direction into the seat. Cover outlets may be threaded or flanged. 4. The Surge Check Valve shall be a normally open spring loaded valve consisting of a body, seat and plug bolted to the inlet of the Air/Vacuum Valve. The surge check shall operate on the interphase between the kinetic energy and relative velocity flows of air and water. It will allow air to pass through, but water shall actually close the surge check, reducing the rate of water flow by means of throttling orifices in the plug to prevent shock closure of the Air/Vacuum Valve. The surge check orifices must be adjustable type to suit operating conditions in the field. 5. The Air Release Valve shall be side connected to the upper valve but separated with an Isolation Shut-Off Valve. The internal mechanism shall be the compound lever type to permit the valve to open under pressure to vent pockets of entrapped air as they accumulate. The compound mechanism shall be activated by a stainless steel concave float to lift the Buna-N needle to shut off the Air Release orifice. 6. The materials shall conform to the requirements following: Part Name Materials Air/Vacuum Valve/Air Release Cast Iron ASTM A126 Class B Valve Covers, Bodies Surge Check Body Floats and Spring Stainless Steel ASTM A240 Surge Check Seat &Disc Bronze ASTM B584 Air Release Valve Needle Buna-N Air/Vacuum Valve Seat Buna N ARV Leverage Assembly Delrin ASTM D2133 Exterior Paint Universal Metal Primer, FDA Approved for Potable Water Contact CORP2000479 40 05 51-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON REQUIREMENTS FOR PROCESS VALVES 7. Product and Manufacturer Valve to be APCO Series 1700 — Slow Closing Air/Vacuum (Flanged Type) Valve manufactured by APCO or approved equal. L. Reduced Pressure Backflow Preventer 1. The reduced pressure backflow preventer, with two independently operated check valves, shall be designed for installation in a normal horizontal flow attitude. An independent relief valve shall be located between the two check valves. They shall be in compliance with AWWA C511 and OAC 252 Regulations. 2. Two reduced pressure backflow preventers shall be installed in parallel for redundancy and ease of maintenance. 3. The reduced pressure backflow preventer shall be designed for installation in the horizontal position. 4. The reduced pressure backflow preventer shall be a complete assembly including UL listed and FM approved OSY shutoff valves and an auxiliary line consisting of an approved backflow preventer. The assembly shall meet the requirements of AWWA C511, ASSE 1013, and CSA B64. 5. The reduced pressure backflow preventer shall be Watts, Zurn, FEBCO, or approved equal. 6. The backflow preventer station shall be installed with a hot box for outdoor installations. 7. The enclosure shall comply with the following criteria: a. Totally removable for maintenance purposes. b. Structurally lined with a unicellular, non-wicking insulation consisting of a sandwich laminate or applied by spray. c. Thermostatically controlled heat source mounted to the interior wall or on the backflow preventer to provide protection to -30oF. Unit shall be 120V, single phase. d. No wood or"particle board" shall be allowed in assembly. e. No insulation will be mounted with glue. f. Power source will be protected with a ground fault circuit interrupting receptacle, UL Standard 943, NEMA 3R inside the box. g. Drain openings sized to accommodate the maximum discharge of the reduced pressure zone assembly. Drain openings shall open to discharge under the most severe conditions. These openings are protected against intrusion of either wind, debris, or animal. h. Provide with means of permanent anchor and "lockable" access doors and/or LID to prohibit theft or vandalism. i. All "wet" portions of the backflow prevention assembly shall be protected within the enclosure. j. OSY indicating valve handles shall be maintained outside the enclosure. k. Factory assembled and delivered to the site ready to install with no drilling, screwing, or riveting of enclosure required on site. I. The contractor shall be responsible for coordinating the size of the enclosure to accommodate the backflow preventer assembly. CORP2000479 40 05 51-8 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON REQUIREMENTS FOR PROCESS VALVES m. Watts Regulator Company series Wattsbox or equal. n. Contractor shall coordinate the size of slab with the enclosure. The slab shall extend beyond the enclosure no less than 4". 8. The enclosure and the backflow preventer shall be covered by a single warranty policy. 9. Pipe outdoors, above grade, and not inside hot box shall be insulated, and heat traced. M. Duckbill Check Valve 1. Check Valves are to be all rubber and the flow operated check type with a flanged end connection. The port area shall contour down to a duckbill which shall allow passage of flow in one direction while preventing reverse flow. The flange and flexible duckbill sleeve shall be one piece rubber construction with nylon reinforcement. The bill portion shall be thinner and more flexible than the valve body and formed into a curve of 1800. 2. The flange drilling shall conform to ANSI B16.1 Class 125/ANSI B16.5, Class 150 standards. The valve shall be furnished with steel back-up rings for installation. 3. Manufacturer must have available flow test data from an accredited hydraulics laboratory to confirm pressure drop data. Company name, plant location, valve size and serial number shall be bonded to the check valve. Valves shall be manufactured in the USA. 4. When line pressure inside the valve exceeds the backpressure outside the valve by a certain amount, the line pressure forces the bills of the valve open, allow to pass. When backpressure exceeds the line pressure by at the same amount, the bills of the valve are forced closed. 5. Acceptable Manufacturers a. Tideflex Technologies Inc. b. EVR N. Gate Valves 1. 4"-12": Gate valves shall be iron bodied, resilient seated and in accordance with AWWA C-509, latest revision: a. All valves shall have a working pressure of 200 psi and shall be hydrostatically tested from both directions. The shell shall be tested at 400 psi, with no leakage. The body, bonnet, and stuffing box shall be flanged with ATSM A- 307 Grade B bolts and nuts, and rust proofed in accordance with ASTM A- 123. b. Stems shall be machined from modified manganese bronze rod with an integral forged thrust collar machined to size. Stem seals shall be one T" ring above and one stem T" ring below the thrust collar forming a lubricant reservoir to isolate and lubricate the thrust collar, bearing surfaces and T" rings. c. Valve discs shall be cast ASTM B-62 bronze stem nut to provide disc rigidity and positive travel stop to prevent over compression of the resilient seat. The disc seat shall be open to flow on one side to prevent collection of debris. CORP2000479 40 05 51-9 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON REQUIREMENTS FOR PROCESS VALVES d. The disc seat rings shall be molded natural rubber, internally steel reinforced and machined, epoxy coated matting surface in the valve body. The disc seat rings shall be attached to the disc by self-setting type 304 S.S. replaceable screws. e. All internal ferrous materials shall be factory coated with a coating conforming to ANSI/AWWA C550. f. All buried valves shall have non-rising stem. g. Exterior coating shall be epoxy coating in accordance with AWWA C550. The minimum thickness shall be 8 mils. h. Ends shall be with flanged, mechanical joint, or push-on end as indicated on the plans and in accordance with AWWA C-509. i. The valve shall be DeZurik, Clow, Mueller, ACIPCO, or approved equal. 2. 2" and smaller: Gate valves 2" and smaller for water and wastewater shall be 200 psi water on gate valves with Grade A bronze bodies, bonnet, and disc. All other parts shall be bronze also, except the wheel and wheel nut which shall be iron or steel. The valve shall be rising stem, union bonnet, and solid wedge reversible disc valve with stuffing box filled with durable packing. The valve shall be Crane No. 428-UB, Grinell Fig. No. 3030 or approved equal. 3. Tapping Saddle a. Tapping saddles shall be fabricated from steel plates conforming to ASTM A283 (Grade B, C, or D) or ASTM A36. 4. Tapping sleeve shall be designed to resist all stress (internal pressure and external loading) on the tapped pipe. Design shall be based on the pressure rating of the tapped pipe. 5. Gate valves 14-24" shall be manufactured in accordance with AWWA C-515 and manufactured by DeZurik, Clow, Mueller, ACIPCO, or approved equal. 0. Pressure Relief Valves 1. Pressure relief valves shall meet the criteria noted on the Drawings. 2. Pressure relief valves shall be designed to relieve excess pressure that may occur in the line or system even with back pressure or head pressure on the downstream side. 3. Pressure Relief Valves — 4 inches or smaller: a. Valves 4 inch and small shall be PVC body threaded in-line 3-port valves with PTFE/EPDM diaphragm and have an adjustable screw to obtain the selected line or tank relief pressure and shall be equal to G-Series Pressure Relief Valve as manufactured by Griffco Valves Inc., or equal. b. The valve starts to open as line pressure approaches the set pressure until fully open. The valve shall be capable of relieving pressure between 0-250 psi. c. There shall be no metal in contact with the fluid. d. Contractor shall route piping from relief side of third port to containment area and terminate 2" above finished floor, whether shown in the Contract Drawings or not. CORP2000479 40 05 51-10 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON REQUIREMENTS FOR PROCESS VALVES P. Check Valves 1. Check valves for PVC or CPVC pipe shall be of the ball type, of the same material as the pipe with socket ends. Valve bodies shall be union type. Valves shall be manufactured by Spears, Nibco, Hayward Gordon, or Jamesbury. 2. Wafer style check valves shall have bodies constructed of cast iron, ASTM A126, Class B. Disc shall be fabricated of carbon steel, ASTM A216, Grade WCB and shall be electroless nickel-plated. Body seat material shall be Buna-N. Spring material shall be Type 316 stainless steel. The ends shall be plain. The valve shall be by APCO or approved equal. 3. Ball check valves for main line, metallic piping shall have bodies constructed of cast iron, ASTM A159, Class 35. Ball shall be type fabricated of hollow steel with vulcanized Nitrile rubber covering. Ball check valves shall be Type 2016 as manufactured by Flygt Corporation, NIBCO or approved equal. Q. Pressure Sustaining Valves 1. Pressure sustaining valves shall be factory tested. Outlet pressure shall be easily field adjustable over the pressure ranges tabulated below. 2. Pressure sustaining valves shall meet the criteria noted on the Drawings. 3. Pressure sustaining valves shall have flanged connections or shall have unions mounted in the pipe on each side of the valve. 4. Pressure Sustaining Valves — 3 inch and Larger: a. Valves 3 inch and larger and for pressure shall be flanged with globe body, fully bronze mounted, external pilot operated, diaphragm type single seat with seat base equal to size of valve and shall be equal to the Figure 4700D pressure Reducing Valve as manufactured by GA Industries, Inc., PA; Clayton Model 50 as manufactured by Cla-Val Company, CA; or approved equal. b. The valve shall be packed with leather or some other material acceptable to the Owner's Representative to ensure tight closure and prevent metal to metal friction and sticking. The valve shall be furnished with indicator rod, to show position of opening of the piston, and pet cocks for attachment to valve body for receiving gauges for testing purposes. c. Pilot valve, controlling operation of main valve, shall be easily accessible and so arranged to allow for its removal from the main valve, while the main valve is under pressure. The pilot valve shall be easily adjustable without removal of the springs, weights or use of special tools. Control piping on the valves shall have strainers to prevent plugging of control mechanisms. d. Design shall be such that repairs or dismantling internally of main valve may be made without its removal from the line. e. The flanges shall have the same pressure rating as the connecting pipe. The valve body shall be constructed of cast iron. f. The valve shall maintain pre-adjusted upstream pressure for varying rates of flow through the positioning of the piston by the pilot without causing water hammer and without causing waste of water, and without cavitation. R. Surge Relief Valves 1. The valve manufacturer shall submit to the Owner's Representative calculations confirming that unit's size is proper for the system to be installed. CORP2000479 40 05 51-11 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON REQUIREMENTS FOR PROCESS VALVES 2. Surge relief valves shall function to open when the system pressure exceeds the pressure for which the field adjustable pilot valve is set. Valves shall open rapidly and close slowly at a predetermined rate of speed. Provision shall be made to regulate the closing speed of the valves. The valves shall be completely piped ready for installation. 3. The main valve shall operate on the differential piston principle such that the area on the underside of the piston is no less than the pipe area and the area on the upper surface of the piston is of a greater area than the underside of the piston. No diaphragm will be permitted within the main valve body. 4. The valve piston shall be guided on its outside diameter by long stroke stationary Vee ports which shall be downstream of the seating surface to minimize the consequences of throttling. Throttling shall be accomplished by the valve Vee ports and not the valve seating surfaces. 5. The valve shall be capable of operating in any position and shall incorporate only one flanged cover at the valve top from which all internal parts shall be accessible. There shall be no stems, stem guides, or spokes within the waterway. There shall be no springs to assist the valve operation. 6. The valve body shall be of cast iron ASTM A126 with flanges and pressure rating as noted. The valve shall be extra heavy construction throughout. The valve interior trim shall be bronze, ASTM B62, as well as the main valve operation. The valve seals shall be easily renewable. All controls and piping shall be of non- corrosive construction. A visual valve piston position indicator shall be provided. 7. Valve shall be Figure 6700-DL (Globe Type) by GA Industries; or Series 3000 (angle-pattern) or Model 50RWR by Ross Valve or approved equal. S. Yard Hydrants 1. Yard hydrants shall be 2 inches, non-freezing and self-draining. Hydrants shall have a 2-inch NST nozzle outlet. 2. Hydrant shall be operated by turning a top-mounted operating nut counterclockwise to open, clockwise to close. Hydrants must seal the drain outlet in all positions from 1/4-open to fully-open. 3. An anti-vandal locking mechanism shall be provided, which shall also serve as an operating wrench. Six operating wrenches of suitable size shall be furnished to operate all yard hydrants. 4. All internal working parts, the inlet, and the outlet shall be brass or aluminum. All working parts shall be serviceable from above ground with no digging required. All wear parts (o-rings and valve seat) shall be of commonly-available dimensions and materials, none may be of vendor-unique design. 5. Hydrant shall be designed to break away at grade level in event of significant impact. Outlet nozzle shall be able to point in any of 8 redial directions. Hydrants shall be designed to accept field-installed grade-change modifications. 6. Yard hydrants shall be set at the locations as shown in the Drawings and shall have a depth of bury that will meet the elevations given in the Drawings. 7. Yard hydrants shall be painted to match the water system it is attached to. 8. Caution sign shall be provided on each yard hydrant connected to the plant water system. Signs shall be of the plastic laminate type, suitable for outdoor application. The signs shall be a minimum of 1/8-inch thickness. Laminate shall be CORP2000479 4005 51-12 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON REQUIREMENTS FOR PROCESS VALVES red in white. Signs shall be mounted to the yard hydrants using stainless steel no. 16 single jack chain. Signs shall be square cornered, approximately 3-inch by 8- inch with the following engraved text in 3/4-inch high letters: PLANT WATER — UNFIT FOR DRINKING. 9. Yard hydrant shall be a 2" non-freezing type TF200 series by Kupferle or approved equal. 2.02 SHOP PAINTING A. Surface preparation and shop painting shall be as specified in Section 09 90 00 Painting and Coating. PART 3 EXECUTION 3.01 INSTALLATION GENERAL A. Items shall be installed per Manufacturer's instructions in the locations shown. Any damage to items shall be repaired to the satisfaction of the Owner's Representative before they are installed. B. Install brackets, extension rods, guides, the various types of operators and appurtenances as shown on the Drawings that are in masonry floors or walls and install concrete inserts for hangers and supports as soon as forms are erected and before concrete is poured. Before setting these items, check Drawings, which have a direct bearing on their location and be responsible for the proper location of these appurtenances during the construction of structures. C. Items shall be carefully inspected for defects in construction and materials; debris and foreign material cleaned out of openings, etc.; operating mechanisms operated to check their proper functioning, and nuts and bolts checked for tightness. Equipment, which does not operate easily, or is otherwise defective, shall be repaired or replaced at no additional cost to the Owner. D. Where installation is covered by a referenced Standard Specification, installation shall be in accordance with that Specification, except as herein modified. E. Unless otherwise noted, joints for items shall be made up utilizing the same procedures as specified under the applicable type connecting pipe joint. F. The installation of reduced pressure backflow preventers shall meet Oklahoma Department of Texas Commission on Environmental Quality. 1. Reduced pressure backflow preventers shall be installed above grade. An enclosure shall be provided to protect the device from freezing for outdoor installations. 2. Two reduced pressure backflow preventers shall be installed in parallel for redundancy and ease of maintenance. 3.02 FIELD TESTING A. After installation, all valves and appurtenances shall be tested at the same duration and pressure as the piping system they are in. CORP2000479 4005 51-13 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON REQUIREMENTS FOR PROCESS VALVES B. During the field testing any defective valve or appurtenance shall be adjusted, removed, and replaced, or otherwise made acceptable to the Owner's Representative and Owner by the Contractor. END OF SECTION CORP2000479 40 05 51-14 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON REQUIREMENTS FOR PROCESS VALVES SECTION 40 05 64 BUTTERFLY VALVES PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish labor, materials, equipment and incidentals necessary to install butterfly valves as shown on the Contract Drawings and as specified herein. B. Butterfly valves shall consist of valve, operator, and valve appurtenances such as valve boxes, extension stems, and related items required for a completely assembled and working valve. C. All products furnished shall be in conformance with ANSI/AWWA C504-10 (latest version thereof). All coatings in contact with potable water shall be certified to N.S.F. 61. A proof of design certification shall be provided upon request. 1.02 RELATED WORK A. Division 09 — Finishes B. Division 40 — Process Interconnections 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Product Data and Shop Drawings: 1. Specifications, materials of construction, assembly, and installation details. 2. Pressure loss data. 3. The total weight of each item. 4. A complete bill of materials. 5. Sworn statement that valves comply with all applicable provisions of AWWA C504. C. Operating and Maintenance Data: Operating and maintenance instructions shall be furnished in accordance with Section 01 78 23 — Operation and Maintenance Data. 1.04 REFERENCE STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. American National Standards Institute (ANSI) Standards: a. ANSI B16.1 Cast Iron Pipe Flanges and Fittings 2. American Society for Testing and Materials (ASTM) Standards: a. ASTM A48 Standard Specification for Gray Iron Castings b. ASTM A126 Standard Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings CORP2000479 40 05 64-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION BUTTERFLY VALVES c. ASTM A276 Standard Specifications for Stainless Steel Bars d. ASTM A536 Standard Specification for Ductile Iron Castings e. ASTM B148 Standard Specifications for Aluminum Bronze Coatings 3. American Water Works Association (AWWA) Standards: AWWAC504-10 Standard for Rubber-seated Butterly Valves a. AWWA C550 Standard for Protective Interior Coatings for Valves and Hydrants 1.05 QUALITY ASSURANCE A. Manufacturers shall have an ASME or I.S.O. 9001 registered commercial quality system. If on receipt of butterfly valves they are found to be noncompliant, the manufacturer shall replace the defective butterfly valves according to butterfly valve size with a butterfly valve that meets the specifications. The defective butterfly valves will be returned to the manufacturer. B. Acceptable Manufacturers: 1. Mueller Company 2. Henry Pratt Company 3. DeZurik 4. Crispin 5. Val-Matic C. Experience Requirements: The Manufacturer shall have had successful experience in manufacturing tight-closing, rubber-seated butterfly valves for this type of service in the sizes indicated. The Manufacturer shall have at least 10 years' experience in the manufacture of valves. D. Manufacturer's Representative for Startup and Testing: The Valve Vendor or Manufacturer shall provide the services of a competent manufacturer's representative for an indefinite period of time as required to insure proper adjustment, installation, and operation of the valve. E. All definitions are defined according to ANSI/AWWA C504 1. Actuator: A device attached to the valve for the purpose of rotating the valve disc to an open, closed, or intermediate position; preventing discover travel; and maintaining the disc in any position. 2. Butterfly Valve: A valve that uses a disc rotatable through an angle of approximately 90 degrees as a closure member. The valve is closed when the disc is perpendicular to the flow way, open when parallel to the flow way, or used for throttling when positioned between open and closed. 3. Disc: The closure member that is positioned in the flow stream to permit flow or to obstruct flow (depending on closure position) and that rotates through an angle of 90 degrees from full open to full shutoff. 4. Rubber Seat: A resilient rubber ring that is securely attached to the valve disc or body. CORP2000479 40 05 64-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION BUTTERFLY VALVES a. Rubber seats attached to the valve body shall consist of a rubber ring around the inside of the valve body that is securely attached to the valve body to affect a seal against the metal seating surface when the disc is closed. b. Resilient seats attached to the valve disk shall provide a 360 degrees continuous, uninterrupted seating surface. Seats shall be mechanically retained with a stainless steel retaining ring and stainless steel Nylok cap screws, which shall pass through both the resilient seat and the retaining ring. The resilient seat's mating surface shall be to a 360 degrees continuous, uninterrupted stainless steel body seat ring. The retaining ring shall be continuous or investment cast with overlapping sections serrated grooves, and shoulders. 5. Resilient seats shall be field adjustable and replaceable. 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE (NOT USED) 1.08 MAINTENANCE/SPARE PARTS A. Manufacturer shall submit a complete listing of spare parts for all equipment furnished under this section whether said equipment is or is not made by the Manufacturer. Spare parts list shall include only spare parts recommended for the first year of operation, and a current price list for the Owner to choose which parts will be purchased. 1.09 WARRANTY/EXTENDED WARRANTY A. Manufacturer shall provide a one-year warranty for all specified equipment supplied under this section beginning at the project's Substantial Completion date. Manufacturer/Supplier shall also submit, on a yearly basis for review, costs needed to extend all equipment warranty on a yearly basis thereafter. PART 2 PRODUCTS 2.01 MATERIALS A. Valve Construction 1. Except as otherwise modified or supplemented herein, AWWA Standard C504-10 or the latest revision thereof, shall govern the design, component material construction, manufacture and testing of all butterfly valves. 2. The OWNER reserves the right to limit the purchase of Butterfly valves form manufacturers and to the models specified, provided such butterfly valves conform to the provisions contained herein. 3. Valves shall be AWWA Class 250. Class 250 valves shall be of the short-body type with a 250 psig bidirectional shutoff rating, and a 500 psig hydrostatic body shell test. All valves shall have a maximum upstream line velocity rating according to the table listed below unless specified otherwise. CORP2000479 40 05 64-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION BUTTERFLY VALVES Diameter Velocity 4 inch through 20 inch 16 feet per second 24 inch through 72 inch 16 feet per second 4. Valve shall be in the same alignment as a horizontal pipe and shall be for buried service, unless otherwise specified. Valve shall be configured with a horizontal valve shaft and a vertical actuator shaft with standard 2" AWWA operating nut. The actuator shall be side mounted. 5. All standard butterfly valves shall have materials of construction described as follows: Component Material Specification Body Cast Iron ASTM A126 or Ductile Iron ASTM 536 Disc Ductile Iron ASTM A536 Shafts Stainless Steel ASTM 304 Packing EPDM --- Seat BUNA-N AWWA C504 Disc Edge Stainless Steel ASTM 316 Seat Ring Stainless Steel ASTM 316 6. Butterfly valves shall be of the rubber seat, tight-closing-type, Class as designated. Except as otherwise modified or supplemented herein, AWWA C504 shall govern the design, component materials, construction, manufacture, and testing of all butterfly valves. 7. The valves shall be of short body-type. Laying lengths for flanged-end butterfly valves shall be as specified in Table 2 of AWWA C504. 8. Valves shall be of such design that the valve discs will not vibrate or flutter when operated in a throttled position. Valve discs shall be secured to the shafts by means of keys or pins so arranged that the valve discs can be readily removed without damage thereto. All keys and pins used in securing valve discs to shafts shall be stainless steel or monel. Valve discs shall have no external ribs transverse to the flow direction. Valve discs of all sizes shall provide a tight shutoff at full differential pressures across the closed valve. The valve disc design shall provide a full 360 degrees seating surface uninterrupted by the shaft holes. The valve disc shall rotate 90o degrees from full-open to the tight-shut position. 9. All shafts shall be turned, ground, and polished. Shaft diameters shall meet minimum requirements specified in Table 3 of AWWA C504 for their class. The ends of the shaft shall be permanently marked to indicate the position of the valve disc on the shaft. Valves shall have solid one-piece shaft or a two-piece shaft. Shaft bushings shall be contained in the integral hubs of the valve body and shall be of the "self-lubricated sleeve" type. A shaft seal shall be provided where the valve shaft projects through the body for the actuator connection. The seal shall be of the type utilizing a stuffing box and pull down packing gland so that the packing can be adjusted or completely replaced without disturbing any part of the valve or actuator assembly except the packing gland follower. Packing shall be self-adjusting split-V type or square type. CORP2000479 40 05 64-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION BUTTERFLY VALVES 10. Valves shall be fitted with sleeve-type bearing. Bearings shall be corrosion resistant and self-lubricating. Bearing load shall not exceed one-fifth of the compressive strength of the bearing or shaft materials. Thrust bearing shall be designed to hold the disc in the center of the valve seat. The outboard thrust bearing shall be utilized to protect the shaft seal from thrust in the actuator. 11. Valve seat shall provide tight shut-off at the pressure specified in the valve schedule. Seats shall be incorporated in the valve body only. Seats shall be mechanically retained by means of stainless steel clamps, stainless steel rings, and 18-8 stainless steel bolts. Resilient seats must be capable of mechanical adjustment in each direction without the use of special tools. Seats must also be capable of replacement in the field without chipping, grinding, or burning out of the old seat. The matting seat surface shall be integral with the valve body or contained on the disc edge. Sprayed or plated matting seat surfaces are not acceptable. 12. Valves shall have end connections as shown on the Contract Drawings and in paragraph 3.03 of this specification. The bolt hole and bolt circle shall match those of flanges provided at the pipe ends. 13. Shop Coating: a. All interior and exterior ferrous surfaces of the valve, including the disc, shall be coated with epoxy, N.S.F. 61 certified. The epoxy shall have a nominal thickness of 8 mils, and shall be in accordance with AWWA C550, latest revision b. Coating shall be holiday tested and holiday free in accordance with AWWA C550 2.02 FABRICATION A. All parts of the butterfly valve shall be designed and manufactured to the tolerances specified in ANSI/AWWA C504-10 or latest version thereof and this specification. B. All parts of the butterfly valve manufactured by a given manufacturer shall be interchangeable with like parts from another butterfly valve of the same model and size and by the same manufacturer. PART 3 EXECUTION 3.01 FIELD TESTING A. Upon completion of installation of the butterfly valves an acceptance test shall be conducted to verify the satisfactory operation of the valves. The valves must perform in a manner acceptable to the Owner's Representative before final acceptance will be made by the OWNER. B. Performance Tests: Performance tests shall be performed on each valve in accordance with Section 5.1.1 Testing of ANSI/AWWA C504-10 or latest revision thereof. C. Leakage Tests: Leakage tests shall be performed on each valve in accordance with Section 5.1.2 Testing of ANSI/AWWA C504-10 or latest revision thereof. D. Hydrostatic Tests: Hydrostatic tests shall be performed on each valve in accordance with Section 5.1.3 Testing of ANSI/AWWA C504-10 or latest revision thereof. CORP2000479 40 05 64-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION BUTTERFLY VALVES E. Proof-of-Design Tests: Proof-of-Design tests shall be performed on each valve in accordance with Section 5.1.4 Testing of ANSI/AWWA C504-10 or latest revision thereof. F. An Affidavit of Compliance certifying that all required tests have been performed shall be provided. G. The Affidavit of Compliance and the records of all tests performed on the valves shall be kept and provided in a single hard cover bound notebook. 3.02 FIELD PAINTING A. Valves installed above grade, exposed valves, and valves in vaults shall be shop coated, and shall receive additional field coating protection in accordance with Section 09 90 00 — Painting and Coating. END OF SECTION CORP2000479 40 05 64-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION BUTTERFLY VALVES SECTION 40 05 65 VALVES FOR PUMP CONTROL AND CHECK SERVICE PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor and materials required and install complete and ready for operation check valves and appurtenances as shown on the Contract Drawings and as specified. 1.02 RELATED WORK A. Division 09 — Finishes B. Division 40 — Process Interconnections 1.03 SUBMITTALS A. Submit shop drawings showing details of construction and dimensions. B. Valves specified to be manufactured in accordance with AWWA and/or other standards must be submitted with an appropriate affidavit of compliance. C. Operation and Maintenance Manuals: Operating and maintenance instructions shall be furnished as provided in Section 01 78 23 — Operation and Maintenance Data. The instructions shall be prepared specifically for this installation and shall include all required cuts, drawings, equipment lists, descriptions, and other information required to instruct operating and maintenance personnel unfamiliar with such equipment. 1.04 REFERENCE STANDARDS A. American Society of Testing and Materials (ASTM): 1. A126 - Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings. 2. A159 - Specification for Automotive Gray Iron Castings. 3. A536 - Specification for Ductile Iron Castings. 4. B148 — Specification for Aluminum-Bronze Sand Castings. B. American Water Works Association (AWWA): AWWA C508 — Swing-check Valves for Waterworks Service, 2-in. through 24-in. NPS. 1.05 QUALITY ASSURANCE A. Check valves shall be products of Manufacturer's who have a minimum of five years' experience in the manufacture of the particular equipment to be furnished. B. Check valves of the same type shall be identical, varying only with size and the product of one Manufacturer. C. Acceptable Manufactures: 1. Apco 2. Crispin CORP2000479 40 05 65-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION VALVES FOR PUMP CONTROL AND CHECK SERVICE 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE A. Reference is made to Section 01 60 00 — Product Requirements for additional information. B. Packing and Shipping: 1. Care shall be taken in loading, transporting, and uploading to prevent injury to the valves, appurtenances, or coatings. Equipment shall not be dropped. All valves and appurtenances shall be examined before installation, and no piece shall be installed which is found to be defective. Any damage to the coatings shall be repaired as acceptable to the Owner's Representative. 2. Prior to shipping, the ends of all items shall be closed to prevent entry of foreign material. C. Storage and Protection: Special care shall be taken to prevent plastic and similar brittle items from being directly exposed to the sun, or exposed to extremes in temperature, to prevent deformation. See the individual piping Specifications and Manufacturer's information for further requirements. 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 WARRANTY/EXTENDED WARRANTY A. Manufacturer/Supplier shall provide a one-year warranty for all specified equipment supplied under this section beginning from the project's substantial completion date. Manufacturer/Supplier shall also submit, on a yearly basis for review, costs needed to extend all the equipment warranty on a yearly basis thereafter. B. Manufacturer/Supplier shall submit a complete listing of spare parts for all equipment furnished under this section whether said equipment is or is not made by the Manufacturer. Spare parts list shall include only spare parts recommended for the first year of operation and a current price list for the Owner to choose which parts will be purchased. PART 2 PRODUCTS 2.01 MATERIALS A. General 1. Valves and appurtenances shall have the Manufacturer's name, flow directional arrows, size, and working pressure for which they are designed, cast in raised letters upon appropriate part of the valve body. 2. Valves shall have a minimum working pressure of 250 psi or be of the same working pressure as the pipe they connect to, and suitable for the pressures noted where they are installed. 3. Joints, size and material, unless otherwise noted or required by the Owner's Representative: a. All joints referred to herein shall be of the same type as the pipe or fittings they are connected to. CORP2000479 40 05 65-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION VALVES FOR PUMP CONTROL AND CHECK SERVICE b. Valves and appurtenances shall be of the same nominal diameter as the pipe or fittings they are connected to. B. Swing Check Valves 1. Swing Check valves shall be side mounted external arm with air cushioned control. 2. Swing Check Valve with Air Cushion Control a. Referenced Standard: AWWA C508. b. Non-shock working pressure at 100°F: 250 psig unless shown otherwise. c. End connections: Flanged. d. Body: Full ported cast iron (ASTM A126- Gr. B). e. Cover: Bolted, cast iron (ASTM A126- Gr. B). f. Disc: Cast iron (ASTM A126- Gr. B). g. Disc Arm: Ductile iron (ASTM A536) h. Disc Seat: Buna-N. i. Shaft: Stainless steel, type 18-8 extending both sides of the body with a lever and weight, using an air cushion cylinder side mounted. j. Body seat ring: Aluminum bronze (ASTM B148). k. Cover bolts and trim to be stainless steel, type 316. I. Pneumatic cylinder: aluminum. m. Operator: Adjustable lever arm with weight and air cushion dashpot with adjustable closing speed. The air cushion cylinder shall be constructed of corrosion resistance material and the piston shall be totally enclosed within the cylinder and not open at one end. The cushion cylinder assembly shall be externally attached to the right side of the valve body looking downstream and be adjustable to cushion the closure of the valve. Cushioning shall be by air trapped in the cushion cylinder which shall be fitted with a one way adjustable control check valve to cushion disc contact to the seat at the shut-off point. The bottom cylinder head shall be swivel mounted and not rigid to follow the change of angular force as the lever rises or lowers to open or close the check valve. C. Tilting Disc Check Valves 1. Tilting disc check valves may be used in place swing check valves. Contractor must furnish similar type valve (swing of tilting disc) for all pumps of particular type (i.e., all transfer pump discharge check valves shall be either swing or tilting disc. Contractor may not furnish mixture of check valve types). 2. All tilting disc check valves of sizes six inches and larger shall have materials of construction described as follows: CORP2000479 40 05 65-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION VALVES FOR PUMP CONTROL AND CHECK SERVICE -Component Material Specification Body Cast Iron ASTM A126, Grade B Disc (2"thru 10") Bronze ASTM B584, C83600 Aluminum Bronze ASTM B148, Copper Alloy No. 954 Disc 12"and Larger) Ductile Iron ASTM A536 Seat Ring and Disc Bronze ASTM A271 (Alloys C92200) Ring Aluminum Bronze ASTM B271, Copper Alloy No. 954, 955 Pivot Pins Aluminum Bronze ASTM B150, Alloy 2 ASTM B505, Alloy No. 955 Stainless Steel ASTM A582, Type 303 Bushings Stainless Steel ASTM A269, Type 304 Aluminum Bronze ASTM B505, Alloy No. 954 Ends shall be flanged. The body shall be of two-piece construction, bolted at the center to hold the seat at an angle of 55 degrees. The area throughout the valve body shall equal the full pipe area. 3. Provide top mounted dashpot. The dashpot shall be provided with a coupling for easy removal and maintenance while the check valve is under pressure. The dashpot shall be a self-contained oil system, separate and independent from the water line media. The oil reservoir for closing cycle shall be open to the atmosphere with an air breather cap to prevent dust and other media from contaminating the oil. The oil reservoir for the opening cycle shall be equipped with a pressure gauge and pneumatic air valve. Dashpot shall have two control flow rates. The first stage controls 90% of the disc closure and the second stage controls the final 10% closure. All controls shall be independent and field adjustable. 4. All tilting disc valves shall be rated for a minimum of 150 psi design pressure. 5. A 3-inch disc by-pass with a 3-inch ball valve shall be provided for all valves. 6. All check valves 30-inches and larger must be fitted with drain valve and pressure gauge connection on discharge end as shown on the drawings. 7. Each valve shall have an external position indicator. 8. Grease fittings shall be provided for pivot and snubber rod lubrication. 9. Acceptable Manufacturers: a. Crispin. b. Val-Matic D. Shop Coating 1. Valves and appurtenances requiring painting shall be painted and/or coated by suitable material to prevent rust on components until the time of installation and as noted in Section 09 90 00 — Painting and Coating, if not covered herein or in the Standard Specification noted. All items exposed to view, including in vaults shall have the exterior prepared as noted in Section 09 90 00 — Painting and Coating. 2. All coating in contact with the potable water shall be approved for potable water immersion service per ANSI/NSF Standard 61. CORP2000479 40 05 65-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION VALVES FOR PUMP CONTROL AND CHECK SERVICE PART 3 EXECUTION 3.01 INSTALLATION A. Valves and appurtenances shall be installed per Manufacturer's instruction in the locations shown. Where installation is covered by a referenced standard specification, installation shall be in accordance with that specification, except as herein modified. B. Items shall be carefully inspected for defects in construction and materials; debris and foreign material cleaned out of valve openings, etc.; operating mechanisms operated to check their proper functioning, and nuts and bolts checked for tightness. Valves and other equipment, which do not operate easily, or are defective, shall be repaired or replaced. C. Unless otherwise noted,joints for items shall be made up utilizing the same procedures as specified under the applicable-type connecting pipe system. 3.02 FIELD TESTING A. Check valves shall be field tested per manufacturer recommendations and corrected for any of deficiencies. 3.03 FIELD PAINTING A. Field painting is specified under Division 09 — Finishes. B. Field painting shall include touch ups where required. 3.04 CLEANING A. All items (including valve interiors) shall be cleaned prior to installation, testing, disinfections, and final acceptance. B. Disinfection 1. Disinfection of valves and appurtenances on all potable water lines shall be performed in accordance with Division 40 — Process Interconnections prior to placing the valves and pipelines in service. END OF SECTION CORP2000479 40 05 65-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION VALVES FOR PUMP CONTROL AND CHECK SERVICE *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** SECTION 40 05 67 SPECIALIZED PRESSURE AND FLOW-CONTROL VALVES PART 1 GENERAL 1.01 SCOPE OF WORK A. This specification covers automatically acting valves used for the purpose of controlling pressures and flow in pipelines. B. The CONTRACTOR shall furnish all labor, materials, equipment, and incidentals to perform all necessary installation and testing to complete the work described herein. C. Equipment shall be assembled and placed into proper operating condition in conformance with the drawings, engineering data, instructions, and recommendations of the equipment manufacturer, unless exceptions are noted by the plans and specifications. D. Each item shall be furnished and installed complete with all mechanical and electrical equipment required for proper operation, all components indicated on the drawings or specified, and all additional materials or construction required by the design of the system. E. The City has purchased equipment to be used for this project. Purchase Orders (POs) are attached at the end of each of the pre-purchased equipment specification. The Contractor shall provide Services for all equipment provided by the Owner, as specified in Section 01 64 00 — Owner-Furnished Products as well as elsewhere in the Contract Documents. 1.02 RELATED WORK A. Division 26 — Electrical B. Division 40 — Process Interconnections 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Submittals required after award of contract and prior to shipping: 1. Technical bulletins and brochures 2. Certification of compliance with specifications 3. Fabrication drawings 4. Manufacturer specifications 5. Cavitation chart showing flow rate, differential pressure, percentage of valve opening, Cv factor, and system velocity. C. Submittals required as soon as practical after generation, and prior to installation and testing CORP2000479 40 05 67-1 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SPECIALIZED PRESSURE AND FLOW-CONTROL VALVES 1. Shop Test Reports. D. Submittals required prior to final walkthrough 1. Operation & Maintenance Manual. 2. Complete parts list E. Submit certified shop drawings, manufacturer's specifications, catalog data, descriptive literature, illustrations, and other materials as may be deemed necessary for proper appraisal of quality and function. Submission includes factory work sheets which identify each piece of equipment as specified hereinafter. F. Material submitted for review contained in one submission. Partial submittals will not be reviewed. Sales bulletins or other general publications are not acceptable as submittals for review except where necessary to provide supplemental technical data. G. Mark drawings and data to show only items applicable to work herein specified. Show all data including nozzle schedule, bill of materials, rated capacities, materials of construction, layouts, and construction details. Show dimensions, mounting, and external connection details on all drawings. H. Number and identify equipment to correspond with terminology on drawings. Use numbers on all submittal sheets and shop drawings. I. Submit operating and maintenance instructions and separate parts lists. Operating instructions shall also incorporate a functional description of entire system including system schematics which reflect "as-built" modifications. Clearly define special maintenance requirements particular to system along with special calibration and test procedures, and safety and material handling considerations. 1.04 REFERENCE STANDARDS A. The following standards are listed for references. Other standards may also apply. 1. ASME/ANSI B16.5: Pipe Flanges and Flanged Fittings 2. ASME/ANSI B16.42: Ductile Iron Pipe Flanges and Flanged Fittings 3. ASTM A536: Ductile Iron Casings 4. ASTM B62: Composition Bronze or Ounce Metal Castings 5. AWWA C110: Ductile Iron and Gray Iron Fittings 6. AWWA C115: Flanged Ductile Iron Pipe with Ductile Iron or Gray Iron Threaded Flanges 7. AWWA C116: Protective Fusion-Bonded Epoxy Coatings for the Interior and Exterior Surfaces of Ductile-Iron and Gray Iron Fittings for Water Supply Service 8. AWWA C153: Ductile Iron Compact Fittings 9. AWWA C530: Pilot Operated Control Valves 10. AWWA C550: Protective Interior Coatings for Valves and Hydrants 11. NSF/ANSI 61: Drinking Water System Components 1.05 QUALITY ASSURANCE A. Manufacturer's Qualifications 1. All work shall comply with the General Conditions CORP2000479 40 05 67-2 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SPECIALIZED PRESSURE AND FLOW-CONTROL VALVES 2. Equipment supplied shall be of manufacturer's latest and proven design, compatible with functions required. Supplier shall be regularly engaged in the manufacture of pilot operated control valves having similar service and size. The valves covered by this specification are intended to be standard equipment that has proven ability and shall be new and free from defects or contamination. 3. All equipment from manufacturers not included in this specification will be considered a substitution, and the CONTRACTOR will be required to submit a formal substitution request. The Owner shall be the sole judge of the acceptability of any substitution requested. If the substitution request is found to be unacceptable by the Owner, then the CONTRACTOR shall provide the listed equipment at no additional expense to the Owner. The CONTRACTOR shall be responsible for any delays as a result of a substitution request. 4. Equipment from a manufacturer not included in this specification must still conform to all specifications and must undergo the standard submittal review process. 5. Components furnished shall be consistent with the manufacturer's standard for the intended service. 6. All equipment specified under this section shall be furnished by the equipment manufacturer who shall be responsible for the adequacy and compatibility of all components, including but not limited to the valve body, actuator, pilot system, and any electronic components. Any component of each complete unit not provided by the equipment manufacturer shall be designed, fabricated, tested, and installed by the factory authorized representatives experienced in the design and manufacturer of the component. This requirement does not relieve the CONTRACTOR of the overall responsibility for this portion of the work. B. Acceptable Manufacturers 1. The equipment supplied shall be the latest standard product of a manufacturer regularly engaged in the production of pilot operated control valves, and shall be as manufactured by: a. Bermad b. Cla-Val c. Ross Valve C. Services of Manufacturer's Representative 1. The CONTRACTOR shall coordinate the work schedule of the manufacturer's service personnel during construction, testing, start-up, and acceptance. 2. Provide services of factory-trained representative, specifically trained on type of equipment specified. Submit qualifications of representative for approval prior to start-up and training. If difficulties in operation during start-up, testing, calibration, or instruction, additional time shall be provided at no cost to the owner to complete the necessary work. (Hourly requirements listed below are exclusive of travel time, and do not relieve CONTRACTOR of obligation to provide sufficient service to place equipment in satisfactory operation.) a. Installation: to assist in location of anchor bolts; setting, leveling, field erection, etc.; coordination of piping, electrical, miscellaneous utility connections: 8 hours b. Start-up, testing, and calibration: 8 hours c. Operation and maintenance instruction, including use and explanation of manual: 8 hours CORP2000479 40 05 67-3 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SPECIALIZED PRESSURE AND FLOW-CONTROL VALVES d. Service-inspection during the first year of operation, for use at Owner's request and exclusive of repair, malfunction, or other trouble-shooting service calls: 8 hours (not anticipated as consecutive.) 3. Time and materials used to correct defective equipment at no cost to Owner and in addition to time periods specified above. 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, STORAGE AND HANDLING A. The CONTRACTOR is expressly directed to make themselves, their workers, and their subcontractors familiar with the hazards involved in handling the equipment and all components, and to cause all safety precautions to be taken. B. Packing: 1. All parts shall be property protected so that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the equipment is read for operation, including periods of storage on the site. 2. The packing and protection shall be accomplished in such a way as to allow easy identification of the individual components without damaging the protection of those components. 3. Exposed finished surfaces, such as flanges, shall be protected by wooden blank flanges or similar, strongly built and securely bolted thereto. 4. Finished iron or steel surfaces not painted shall be properly protected to prevent rust and corrosion 5. Plastic and other materials that are brittle or subject to degradation shall be protected for direct exposure to the sun, extremes in temperature, or any other condition that may cause damage, degradation, or deformation. C. Shipping: 1. Ship equipment, material, and spare parts complete except where partial disassembly is required by transportation regulations or for protection of components. 2. Pack spare parts in containers bearing labels clearly designating contents and pieces of equipment for which intended. 3. Deliver spare parts at same time as pertaining equipment. Deliver to Owner after completion of work. D. Receiving: 1. All material shall be checked immediately on receipt to ensure no damage has occurred during shipment. In the event of damage, CONTRACTOR shall obtain replacement components at no additional cost to Owner and in a prompt manner to prevent delays to the schedule 2. Following receipt CONTRACTOR shall store all equipment in a secure manner to prevent loss or damage. CORP2000479 40 05 67-4 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SPECIALIZED PRESSURE AND FLOW-CONTROL VALVES 1.08 MAINTENANCE/SPARE PARTS A. Furnish and deliver to Owner at site of work the following spare parts, all of which are identical and interchangeable with parts installed in system: 1. One (1) set of spare gaskets, seals, o-rings, etc. (all types) 2. One (1) spare valve control panel 3. One (1) spare transmitter 4. Two (2) solenoids B. Provide all other manufacturer's recommended spare parts necessary to maintain each unit in operation for period of one year. C. Pack in containers bearing labels clearly designating contents and pieces of equipment for which they are intended. D. Deliver spare parts at same time as equipment to which they pertain. CONTRACTOR shall properly store and safeguard such spare parts until completion of work, at which time they shall be delivered to Owner. 1.09 WARRANTY/EXTENDED WARRANTY A. The manufacturer shall warrant the equipment and accessories against material and workmanship defects for a period of two (2)years which starts on the date of Substantial Completion of the Project. The CONTRACTOR shall submit the manufacturer's warranty document before final acceptance. PART 2 PRODUCTS 2.01 MATERIALS A. General 1. CONTRACTOR to provide an integrated system with components supplied by one manufacturer who provides all equipment and appurtenances and is responsible to CONTRACTOR for operation. 2. The CONTRACTOR shall furnish and install control valves, tubing, solenoid valves, controls, wiring, and appurtenances, complete and operable, in accordance with these Contract Documents. 3. Construction of control valves shall conform to the following requirements as listed in this specification. B. Valves 1. The valves shall be hydraulically operated, single diaphragm, control valve with full size internal port. Either globe or Y-pattern configuration is acceptable for installation in horizontal runs of pipe. 2. The valve body shall consist of three major components: the body (with seat installed), the cover, and the diaphragm assembly (including the diaphragm, shaft, and seal). A separate pilot system shall also be incorporated to provide necessary control of the valve. CORP2000479 40 05 67-5 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SPECIALIZED PRESSURE AND FLOW-CONTROL VALVES 3. The diaphragm assembly shall form a sealed chamber in the upper portion of the valve and be guided by means of bushing(s) or guides. Packing glands and/or stuffing boxes are not permitted, and there shall be no pistons operating the main valve. 4. The diaphragm assembly shall be the only moving part and shall be securely mounted on a stem of sufficient diameter to withstand high dynamic pressures. 5. When closed the valve shall form a drip-tight seal between the stationary seat ring and the resilient disk. 6. Valve shall operate with non-slam closing under all conditions. 7. Valve body and cover shall be manufactured of cast material; no fabrication or welding shall be used in the manufacturing process. 8. Valve assembly and all wetted components shall have NSF 61 certification. 9. Materials of construction: a. Valve Body & Cover: Cast Ductile Iron (ASTM A536) b. Stem: 316 SS c. Seat Ring: 316 SS d. Trim: 304/316 SS e. Bolts: 316 SS f. Tubing & Fittings: 316 SS g. Resilient Disk: Buna-N (NBR) or EPDM h. Pressure Rating: 150 psi 10. Ambient Temperature Range: -40 to + 180 OF 11. Operating Fluid: Potable Water 12. Installation Location: Suitable for outdoors 13. End Connections: ASME B16.42 Class 150 flanges 14. Valves shall have a protective fusion bonded epoxy coating internally and externally, 10 mil thick, and consistent with Section 09 90 00. The epoxy coating shall conform to the AWWA C550 and NSF 61. No machining of any external parts after final coating will be acceptable to ensure a continuous coating surface throughout the entire valve. 15. Diaphragm shall be of flexible, non-wicking, FDA/NSF approved material consisting of synthetic rubber compatible with the operating fluid. The diaphragm shall be fully supported in the valve body and cover by machined surfaces in the fully open and closed positions. 16. The seat ring shall be easily replaceable without special tools. 17. The resilient disk shall have a rectangular cross-section. No 0-ring type disks (circular, square, or quad-type) shall be permitted as the seating surface. The disk retainer shall be of a sturdy one-piece design capable of withstanding opening and closing shocks. 18. All repairs and maintenance shall be possible without removing the valve from the line. To facilitate easy removal and replacement of the diaphragm assembly and to reduce unnecessary wear on the guide, for globe and angle configurations the stem shall be vertical when the valve is mounted in a horizontal line. For Y-pattern valves the stem shall be in a comparable position. 19. Each valve shall be air or hydraulically tested prior to shipment. The standard test shall include leakage test, seat leakage test, and stroke test. Where the set-point is provided, manufacturer will preset the pilot. CORP2000479 40 05 67-6 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SPECIALIZED PRESSURE AND FLOW-CONTROL VALVES C. Accessories 1. All control valves shall have the following accessories, where included as standard or options: a. Opening Speed Control. b. Closing Speed Control. c. Tubing Isolation Valves. d. Stainless Steel Tubing & Fittings. e. Valve must vent to atmosphere. f. Y-Strainer(s) on tubing. g. Local Visual Position Indicator. h. Valve Position Transmitter. 2. Valve and fittings shall be configured with Heat Tracing & Insulation for outdoor installation when outdoor installation is indicated in the drawings. D. Solenoid: 1. Control valves supplied shall be capable of operation by solenoid valve for purposes of remote actuation where so indicated in the plans. 2. The electronic solenoids shall initiate hydraulic opening/closing of the valve. The valve shall conform to the following specifications: a. Configuration: One normally Closed solenoid and one Normally Open solenoid. The solenoid valves will actuate a pair of 3/4" 2-way hydraulic relay valves. b. Enclosure: NEMA 4 c. Power: 120V AC 60 Hz and shall have manual operators. d. Energize/Fail Position: Coordinate with Manufacturer. e. Body & Cover: Stainless Steel f. Pressure Rating: adequate to meet the working and transient/ test pressures. g. Trim: Stainless Steel h. Rubber Material: Buna-N i. Adjustment Range 0-100 psi 3. The valve shall be factory assembled with all control tubing, opening, and closing speed controls, isolations ball valves, control filter, solenoids, and hydraulic relay valves. 2.02 CONTROL PANEL VALVE CONTROLLER A. Provide a manufacturer's standard NEMA 4X Stainless Steel valve control panel. B. The panel shall be UL listed and labeled. C. The panel shall provide the I/O signals as shown on the P&IDs and as described in Division 40. D. Valve control panel shall be 120V AC. E. Provide valve controller or PLC-based controller and installed the controller inside the valve control panel. CORP2000479 40 05 67-7 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SPECIALIZED PRESSURE AND FLOW-CONTROL VALVES F. Provide graphic touch screen or display with keypad to show valve status, alarm and parameter set points. G. If PLC-based controller, provide one copy of PLC program software and license to the City. Provide PLC programming special cable and adaptor if required. H. If PLC-based controller, provide PLC application software to City. The PLC program shall not have any password protection. I. The graphic display operation screen shall use City color scheme listed if possible. J. Submittal: provide a complete valve controller submittal for City and Engineer review. The submittal shall include panel drawings, bill of material, control IO drawings and operation manual. K. Provide following valve controls: 1. Valve shall have Local-Off-Remote mode on the touch screen or physical select switch installed on the panel. a. When switch at Local mode, the valve shall provide Local Manual mode and Local Auto mode (i) Local Manual mode: provide valve position setpoint and valve shall be opened to desired position setpoint. (ii) Local Auto mode: provide system pressure setpoint on the touch screen, valve controller shall provide PI control to maintain system pressure to desired pressure setpoint. b. When switch is Remote mode, valve will be controller by SCADA. SCADA will send valve position setpoint and valve shall go to desired SCADA position. 2. System pressure signal will be provided to the valve controller for valve system pressure control. PART 3 EXECUTION 3.01 INSTALLATION A. Install all equipment in accordance with manufacturer's instructions and as indicated in plans. B. Prior to testing and start-up, inspect the installation to verify the system is ready for complete testing and calibration. Manufacturer factory representative to check and approve installation. On approval of installation, representative shall address a letter to the Owner stating that the valves are installed per the manufacturer's recommendations and outlining all installation and start-up procedures. C. Coordination 1. Coordinate with operations regarding all modifications to the existing facilities. 2. Coordinate with Division 40 — Process Interconnections regarding requirements of control valves. D. Training CORP2000479 40 05 67-8 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SPECIALIZED PRESSURE AND FLOW-CONTROL VALVES 1. Furnish training to Owner's personnel on operation and maintenance of all installed components, to be provided by manufacturer's representative and at a time and place to be coordinated with Owner. E. Demonstration/Acceptance 1. After installation of equipment in the presence of the Owner, operate each unit to demonstrate its ability to operate without leakage and to perform its specified functions satisfactorily. F. Startup 1. No form of energy shall be turned on to any part of the system prior to receipt by Owner of certified statement of approval of installation from CONTRACTOR containing his supplier's authorization to energize system, except that supplier's servicemen may do so for purposes of check-out. 3.02 FIELD TESTING A. After installation, and in presence of the Owner, test all components for tightness in acceptable manner. Furnish suitable testing plugs or caps, all necessary pipe connections, test fluids, gauges, other equipment, and all labor required for these tests. B. Remove or isolate (valve off) from lines all instrumentation and appurtenant equipment which is incapable of withstanding the test pressures (e.g., rotometers). C. At the time of the tests make all adjustments necessary to place equipment in satisfactory working order. D. Repair or replace as necessary and retest all items failing to pass required tests at no additional cost to Owner. E. Clean, repair to satisfaction of the Owner, or replace all equipment or property damaged by testing procedures at no additional cost to the Owner. 3.03 CLEANING A. Carefully clean all installed equipment in a manner consistent with potable water service. B. Dismantle and clean new valves and other equipment before use. If packings are oily or dirty, repack valves with manufacturer's recommended packing. C. Clean all piping in a manner acceptable by the Owner prior to testing. END OF SECTION CORP2000479 40 05 67-9 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION SPECIALIZED PRESSURE AND FLOW-CONTROL VALVES /� ORDER . PO 70851-0-C PG THE ABOVE PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPMENTS,BIL-S,INVOICES AND CORRESPONDENCE.COPIES OF PACKING SLIPS MUST ACCOMPANY ALL SHIPMENTS AND INVOICES. DATE: 09/21/2021 FAILURE TO COMPLY WILL RESULT IN DELAYED PAYMENT OF INVOICES. City of Corpus Christi Accounts Payable F150159 BILL TO: ' PO Box 9277 TO VICTAULIC BERMAD LLC Corpus Christi TX 78469-9277 10600 Telge Rd AccountsPayable@cctexas.com Ste 200 Tax ID:74-6000574 L Houston TX 77095 SHIPTO: Capital Programs 1201 Leopard St 3rd Floor Corpus Christi TX 78401 This purchase order is subject to all terms and conditions on face and/or enclosed. TERMS Net 30 SHIP VIA SHIP TERMS FOB Destination UNIT EXTENDED FRT TERMS PRICE PRICE LINE QUANTITY UOM ITEM DESCRIPTION 1 141,516.0000 EA HOLLY/RAND MORGAN EST IMPLT. 1.00000 $141,516.00 HOLLY/RAND MORGAN EST IMPLT. Purchase Order Summary Goods Total: 141,516.00 Order Total: 141,516.00 Buyer Contact: Contracts and Procurement Phone: 361-826-3160 Total Amount: $141,516.00 Email: ContractsandProcurement@cctexas.com 1. Invoices must cover no more than one purchase order 2. Purchase price must not be increased except on written authority 3. Material which does not meet specification will be returned at vendor's expense 4. Vendor guarantees protection to buyer from all patent infringement or suit pursuant to this order 5. The terms and conditionals of this Purchase Order apply only to the extent that they are not inconsistent with the terms and conditions of a separate service or supply agreement between the parties. Page: 1 of 2 CITY OF CORPUS CHRISTI PURCHASING DIVISION STANDARD PURCHASE TERMS AND CONDITIONS Seller and City agree as follows 1. SELLER TO PACKAGE GOODS Seller will package goods in accordance with good commercial practice. Each shipping container shall be clearly and permanently marked as follows: (a)Seller's name and address;(b)Consignee's name,address and purchase order or purchase release number and the supply agreement number if applicable;(c)container number and total number of containers,e.g.box 1 of 4 boxes;and(d)the number of the container bearing the packing slip. Seller shall bear cost of packaging unless otherwise provided. Goods shall be suitably packed to secure lowest transportation costs and to conform to requirements of common carriers and any applicable specifications. City's count or weight shall be final and conclusive on shipments not accompanied by packing lists. 2. SHIPMENT UNDER RESERVATION PROHIBITED Seller is not authorized to ship the goods under reservation and no tender of a bill of lading will operate as a tender of goods. 3. TITLE&RISK OF LOSS The title and risk of loss of the goods shall not pass to City until City actually receives and takes possession of the goods at the point or points of delivery. 4. DELIVERY TERMS AND TRANSPORTATION CHARGES F.O.B.destination unless delivery terms are specified otherwise in bid. City agrees to reimburse Seller for transportation costs in the amount specified in Seller's bid,or actual costs,whichever is lower,if the quoted delivery terms do not include transportation costs,provided City shall have the right to designate what method of transportation shall be used to ship the goods. 5. NO REPLACEMENT OF DEFECTIVE TENDER Every tender or delivery of goods must fully comply with all provisions of this contract as to time of delivery,quality and the like. If a tender is made which does not fully conform,this shall constitute a breach and Seller shall not have the right to substitute a conforming tender,provided,where the time for performance has not yet expired,the Seller may reasonably notify City of his intention to cure and may then make a conforming tender within the contract time but not afterward. 6. PLACE OF DELIVERY The place of delivery shall be that set forth in the block of the purchase order labeled"Ship To." Any change thereto shall be effected by modification as provided for in Clause 20 hereof entitled"Modifications." The terms of this agreement are"no arrival,no sale." 7. INVOICES&PAYMENTS a. Seller shall submit separate invoices,in duplicate,on each purchase order or purchase release after each delivery. Invoices shall indicate the purchase order or purchase release number and the supply agreement number if applicable. Invoices shall be itemized and transportation charges,if any,shall be listed separately. A copy of the bill of lading,and the freight waybill when applicable,should be attached to the invoice. Mail to:Accounts Payable,City of Corpus Christi,P.O.Box 9277,Corpus Christi,Texas 78469. Payment shall not be due until the above instruments are submitted after delivery. b. City's obligation is payable only and solely from funds available for the purpose of this purchase. Lack of funds shall render this contract null and void to the extent funds are not available,and any delivered but unpaid for goods will be returned to Seller by City. C. Do not include Federal Excise,State or City Sales Tax. City shall furnish tax exemption certificates upon request. d. Payment terms are net 30 days after the goods are provided or services are completed,as required,or a correct invoice is received,whichever is later. 8. GRATUITIES The City may,by written notice to the Seller,cancel this contract without liability to Seller if it is determined by City that gratuities,in the form of entertainment,gifts,or otherwise,were offered or given by the Seller,or any agent or representative of the Seller,to any officer or employee of the City with a view toward securing a contract or securing favorable treatment with respect to the awarding or amending,or the making of any determinations with respect to the performing of such a contract. In the event this contract is cancelled by City pursuant to this provision,City shall be entitled,in addition to any other rights and remedies,to recover or withhold the amount of the cost incurred by Seller in providing such gratuities. 9. SPECIAL TOOLS&TEST EQUIPMENT If the price stated on the face hereof includes the cost of any special tooling or special test equipment fabricated or required by Seller for the purpose of filling this order,such special tooling equipment and any process sheets related thereto shall become the property of the City and to the extent feasible shall be identified by the Seller as such. 10. WARRANTY-PRICE a. The price to be paid by the City shall be that contained in Seller's bid which Seller warrants to be no higher than Seller's current prices on orders by others for products of the kind and specification covered by this contract for similar quantities under similar or like conditions and methods of purchase. In the event Seller breaches this warranty,the prices of the items shall be reduced to Seller's current prices on orders by others,or in the alternative,City may cancel this contract without liability to Seller for breach or Seller's actual expense. b. The Seller warrants that no person or selling agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for commission, percentage,brokerage,or contingent fee excepting bona fide employees of bona fide established commercial or selling agencies maintained by the Seller for the purpose of securing business. For breach or violation of this warranty the City shall have the right in addition to any other right or rights to cancel this contract without liability and to deduct from the contract price,or otherwise recover the full amount of such commission,percentage,brokerage or contingent fee. 11. WARRANTY-PRODUCT Seller shall not limit or exclude any implied warranties and any attempt to do so shall render this contract voidable at the option of the City. Seller warrants that the goods furnished will conform to the specifications,drawings,and descriptions listed in the bid invitation,and to the sample(s)furnished by Seller,if any. In the event of a conflict between the specifications,drawings,and descriptions,the specifications shall govern. 12. SAFETY WARRANTY Seller warrants that the product sold to City shall conform to the standards promulgated by the U.S.Department of Labor under the Occupational Safety and Health ACT(OSHA). In the event the product does not conform to OSHA standards,City may return the product for correction or replacement at the Seller's expense. In the event Seller fails to make the appropriate correction within a reasonable time,correction made by City will be at Seller's expense. 13. NO WARRANTY BY CITY AGAINST INFRINGEMENTS As part of this contract for sale Seller agrees to ascertain whether goods manufactured in accordance with the specifications attached to this contract will give rise to the rightful claim of any third person by way of infringement or the like. City makes no warranty that the production of goods according to the specification will not give rise to such a claim,and in no event shall City be liable to Seller for indemnification in the event that Seller is sued on the grounds of infringement or the like. If Seller is of the opinion that an infringement or the like will result,he will notify City to this effect in writing within two weeks after the signing of this contract. If City does not receive notice and is subsequently held liable for the infringement or the like,Seller will hold City harmless. If Seller in good faith ascertains that production of the goods in accordance with the specifications will result in infringement or the like,this contract shall be null and void except that City will pay Seller the reasonable cost of his search as to infringements. 14. RIGHTS OF INSPECTION City shall have the right to inspect the goods at delivery before accepting them. 15. CANCELLATION City shall have the right to cancel for default all or any part of the undelivered portion of this order if Seller breaches any of the terms hereof including warranties of Seller or if Seller becomes insolvent or commits acts of bankruptcy.Such right of cancellation is in addition to and not in lieu of any other remedies which City may have in law or equity. 16. TERMINATION The performance of work under this order may be terminated in whole,or in part by the City in accordance with this provision. Termination of work hereunder shall be effected by the delivery to the Seller of a"Notice of Termination"specifying the extent to which performance of work under the order is terminated and the date upon which such termination becomes effective. Such right of termination is in addition to and not in lieu of the rights of City set forth in Clause 15,herein. 17. FORCE MAJEURE Neither party shall be held responsible for losses resulting if the fulfillment of any terms or provisions of this contract is delayed or prevented by any cause not within the control of the party whose performance is interfered with,and which by the exercise of reasonable diligence said party is unable to prevent. 18. ASSIGNMENT-DELEGATION No right or interest in this contract shall be assigned or delegation of any obligation made by Seller without the written permission of the City. Any attempted assignment or delegation by Seller shall be wholly void and totally ineffective for all purposes unless made in conformity with this paragraph. 19. MODIFICATIONS This contract can be modified or rescinded only by a writing signed by both of the parties or their duly authorized agents. 20. INTERPRETATION-PAROL EVIDENCE This writing is intended by the parties as a final expression of their agreement and is intended also as a complete and exclusive statement of the terms of their agreement. No course of prior dealings between the parties and no usage of the trade shall be relevant to supplement or explain any term used in this contract. Acceptance or acquiescence in a course of performance rendered under this contract shall not be relevant to determine the meaning of this contract even though the accepting or acquiescing party has knowledge of the performance and opportunity for objection. 21. APPLICABLE LAW This contract shall be governed by the laws of the State of Texas and any applicable federal laws. 22. ADVERTISING Seller shall not advertise or publish,without City's prior consent,the fact that City has entered into this contract,except to the extent necessary to comply with proper requests for information from an authorized representative of the federal,state or local government. 23. RIGHT TO ASSURANCE Whenever one party to this contract in good faith has reason to question the other party's intent to perform he may demand that the other party give written assurance of his intent to perform. In the event that a demand is made,and no assurance is given within five(5)days,the demanding party may treat this failure as an anticipatory repudiation of the contract. 24. EQUAL EMPLOYMENT OPPORTUNITY Seller agrees that during the performance of its contract it will: a. Treat all applicants and employees without discrimination as to race,color,religion,sex,national origin,marital status,age,or handicap. b. Identify itself as an"Equal Opportunity Employer"in all help wanted advertising or request. The Seller shall be advised of any complaints filed with the City alleging that Seller is not an Equal Opportunity Employer. 25. CONFLICTS OF INTEREST Seller agrees to comply with the conflict of interest provisions of state law and the City Charter and Code of Ordinances. Seller agrees to maintain current, updated disclosure of information on file with the City purchasing office throughout the term of this contract. Page: 2 of 2 VICTAULIC BERMAD TECHNOLOGIES 10600 Telge,Suite 200 T Houston,TX 77095 800 8216825 ��IVIIIIVVV R>ERMAD WORLD-LEADING PIPE-JOINING AND WATER CONTROL SOLUTIONS QUOTATION Quotation # Date: Reference #: 08202021SP Aug 20, 2021 Corpus Christi Holly and Rand Mrogan GST Contact: Nick Winkelmann P.E Customer: The City of Corpus Christi Phone- Fax- Email- hone:Fax:Email: NickW@cctexas.com Freight Terms Freight Allowed Regional Manager Scott Parker Currency USD ($) Sales Person Scott Parker Payment Terms Net 30 Territory Ship Method TRUCK-GND Lead Time 18-22 weeks ARO Thank you for the opportunity to quote the following: No. Catalog Number Qty Net Price Total 24" 718-03 2 $56,508.00 $113,016.00 1 Description: WW-24"M5-718-03-P2-Y-C-A5-EB-5AC-NN-NQV Control Panel 3 $8,500.00 $25,500.00 2 Description: Electronic Touchscreen Control Panel Start up per day 2 $1,500.00 $3,000.00 3 Description: $0.00 Description: $0.00 Description: $0.00 Description: Total Value of QUOTATION $141,516.00 •Please reference the above quotation on any subsequent purchase order. •Quote validity:60 days `AII orders must meet Bermad's Minimum Order Requirements(MOR). •All items listed subject to prior sale. •Shipping and handling charges will be applied to orders with net values less than$5,000.00 •Cancelled orders may be subject to cancellation fees at Bermad's discretion. •Returns require prior approval,buyer agrees to pay a 25%restocking fees for all approved returned products. •All orders are subject to Bermad's review and acceptance. •Orders must be submitted in writing on customer's own purchase order forms. •Bermad's terms of sale apply. No statements,clauses,or conditions contained in said order form will be binding on Bermad if they in any way modify our terms and conditions of sale. SECTION 40 05 93 COMMON MOTOR REQUIREMENTS FOR PROCESS EQUIPMENT PART 1 GENERAL 1.01 SCOPE OF WORK A. Equipment: This section specifies general requirements for fractional and integral horsepower electric motors 150hp and below with a voltage rating of 480VAC or below. Unless otherwise specified, provide motors meeting the basic requirements for high efficiency premium insulation general-purpose alternating current motors, as defined in NEMA MG 1. B. Unit Responsibility: Motors shall be furnished under other sections of this specification as a part of the driven equipment. The contractor is responsible for all coordination between the various components, as well as for the warranty. C. Exceptions: Exceptions to this section are listed in the various sections that specify motor-driven equipment or are indicated on the drawings. D. Motors connected to variable frequency drives shall be inverter duty rated; each bearing on the non-drive end shall be insulated. E. This specification does not cover Submersible Motors. 1.02 RELATED WORK A. Division 23 — Heating, Ventilation and Air Conditioning (HVAC). B. Division 26 — Electrical. C. Division 40 — Process Interconnections. 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Information: Include the following information on the attached motor data sheet. 1. Manufacturer. 2. Rated full load horsepower. 3. Rated volts. 4. Number of phases. 5. Frequency in hertz. 6. Locked rotor amperes (LRA) at rated voltage or NEMA code letter. 7. NEMA design letter. 8. Bearing Type. 9. Service Factor. CORP2000479 40 05 93-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON MOTOR REQUIREMENTS FOR PROCESS EQUIPMENT 10. Nominal speed at full load. 11. Full Load Amperes (FLA) 12. Efficiency at 1/2, 3/4 and full load. 13. Power factor at no load, 1/2, 3/4 and full load. 14. NEMA insulation system classification. For motors installed outdoors, include information showing compliance with the intent of paragraph 2.03D. 15. Corrosion duty rating 16. Fan, end bell cast evidence. C. Integral Horsepower Motors 40HP and Larger: In addition to the information listed above, include: 1. No load amperes. 2. Safe stall time. 3. Maximum guaranteed slip at full load. 4. Motor damage curves for motors larger than 100HP. 5. Motor manufacturer recommended maximum power factor correction capacitor KVAR. D. Include the motor data sheet at the end of this section in submittal. E. The motor manufacturer shall provide in writing that they have coordinated the motor data with VFD and or RVSS manufacturer and that the motor is suitable for VFD or RVSS application. F. Literature and drawings describing the equipment in sufficient detail, including parts list and materials of construction, to indicate full conformance with the Specifications. G. Submit a letter certifying full and complete compliance with the Specifications, Drawings and other project requirements. The letter shall list any exceptions or deviations from specified requirements, if any and reasons for same. Exceptions or deviation shall also be clearly marked in a separate color in submittals. 1.04 REFERENCE STANDARDS A. The following standards shall apply as if written here in their entirety: 1. ANSI/NEMA MG1 - Motors and Generators. 2. ANSI/UL 674(A) - Safety Standard for Electric Motors and Generators for Use in Hazardous Locations, Class II, Groups E, F and G. 3. ANSI/UL 674(B) - Safety Standard for Electric Motors and Generators for Use in Hazardous Locations, Class I, Groups C and D. 4. NFPA 70 - National Electrical Code (latest Edition). 5. IEEE 112 -Standard Test Procedure for polyphase induction motors and generators. 6. UL 1004 - Electric Motors. 7. ASTM B173 - Standard Specification for Rope-Lay-Stranded Copper Conductors Having Concentric-Stranded Members, for Electrical Conductors. CORP2000479 40 05 93-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON MOTOR REQUIREMENTS FOR PROCESS EQUIPMENT 1.05 QUALITY ASSURANCE A. Manufacturer's Qualifications 1. The general construction of the motor and materials shall be similar to that used for motors of the same size and rating in continuous production for at least 15 years and successfully operating in the field in substantial quantities. Upon request,the manufacturer shall submit a copy of his Quality Assurance Manual detailing the quality control and quality assurance measures in place at his facility. 2. The manufacturer shall have available for audit detailed descriptions of the method by which his various manufacturing processes and production test are recorded, thus enabling the "traceability" of the completed motor. All steps in the manufacturing process, from receipt of raw material to the final tests, are to be included. Where multiple records are used, the method for cross-referencing shall be noted. B. Acceptable Manufacturers 1. The motor model shall be as listed and manufactured by one or more of the following manufacturers unless otherwise approved by the Engineer. a. General Electric. b. TECO/Westinghouse c. Siemens. d. Toshiba. e. US Motors. 1.06 SYSTEM DESCRIPTION / DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE A. Store in a clean, dry space. Maintain factory wrapping or provide an additional heavy canvas or heavy plastic cover to protect units from dirt, water, construction debris and traffic. B. Handle in accordance with manufacturer's written instructions. Lift only with lugs provided for the purpose. Handle carefully to avoid damage to components, enclosure and finish. 1.08 MAINTENANCE / SPARE PARTS (NOT USED) 1.09 EXTENDED WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components that fails in materials or workmanship within specified warranty period. B. Warranty Period: No less than the driven equipment warranty. CORP2000479 40 05 93-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON MOTOR REQUIREMENTS FOR PROCESS EQUIPMENT PART 2 PRODUCTS 2.01 FABRICATION A. Rating 1. Speed and Size: a. Speed and horsepower sizes are specified in the driven equipment specification sections or are indicated on the drawings. b. Furnish motors sufficiently sized for the particular application and with full-load rating not less than required by the driven equipment at specified capacity. c. Size motors so as not to overload at any point throughout the normal operating range. d. Furnish dual speed motors of two speed, two winding type, when specified. 2. Frequency: 60 hertz. 3. Service Factor: 1.15 for all motors. B. Design Type 1. Motors Smaller Than 1/6 Horsepower: Provide single-phase 120 volts, induction motors with integral thermal protectors. 2. Motors 1/6 Through 1/2 Horsepower: Provide single-phase 120 volts, NEMA Design N, induction motors. 3. Motors Larger Than 1/2 Horsepower: Provide 3-phase, 480 volts NEMA Design B, induction motors unless specified otherwise. 4. Acceleration NEMA Time: If the calculated acceleration time of the combined motor and driven load exceeds 3 seconds at 90 percent of rated voltage, request review by the Engineer. Do not proceed with manufacturing without approval. 5. All induction motors shall have squirrel cage rotors. 6. Motor shall be suitable for outdoor environment. C. Motor Insulation and Winding 1. Class: Use a Class F insulation with temperature Rise of Class B or better, meeting the requirements of NEMA MG 1 and made of non-hygroscopic materials. The insulation shall be manufacturer's premium grade, resistant to attack by moisture, acids, alkalies, and mechanical or thermal shock for 480-volt motors. 2. All insulated winding conductors shall be copper. 3. Insulation for inverter duty motor shall meet or exceed the Pulse Endurance Index for magnetic wire and shall not be damaged when exposed to repeated pulse type wave forms, repetitive high voltage transients, switching frequency and rate of rise of the pulse. All bearings on the non-drive end shall be insulated. 4. Outdoor Suitability: all motors must be suitable for outdoor installation. D. Grounding Connections 1. Ground provisions shall be furnished per NEMA standard. 2. For motors less than 1/6 HP, each motor shall be furnished with provision for attaching a ground connection to the motor frame inside the motor terminal housing. CORP2000479 40 05 93-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON MOTOR REQUIREMENTS FOR PROCESS EQUIPMENT E. Leads 1. For motor leads, use not less than ASTM B 173, Class G, stranded copper conductors with insulation the same as or better than specified in the preceding Motor Insulation paragraph. 2. Provide permanent identification numbers on leads according to NEMA MG1. 3. Use crimp-on, solderless tinned copper terminals on leads and place heat-shrink insulation sleeves or covers between leads and terminals. 4. Or approved equal. F. Enclosure 1. Use enclosure type as follows: a. Indoors: Totally enclosed, fan cooled (TEFC). b. Outdoors: Totally enclosed, fan cooled (TEFC), weatherproof. c. Class 1 Division 2 Area: Provide motors totally enclosed, non vented, explosion proof (TEFC-XP). d. Class 1 Division 1 Area: Provide motors rated for this class. e. Motors mounted vertically shall be provided with the rain/snow shield made of the same material as the motor frame. f. Motors shall have drain openings and plugs suitably located for the type assembly being provided. g. Motor shall be corrosion resistant and severe duty rated per IEEE 841. 2. TEFC motors shall have a cast iron frame, cast iron end brackets, cast iron bell frame, cast iron conduit box, tapped drain holes (erosion resistant plug for frames 286T(20HP) and smaller and automatic breaker/drain devices for frame 324T(25HP) and larger, and upgraded insulation by additional dips and baked to increase moisture resistance. G. Additional Requirements for Vertical motors 1. Solid shaft vertical motors are acceptable for all applications except when the connection to the driven equipment consists of sectional driven shaft which may unscrew and lengthen with direction reversal. 2. Hollow shaft vertical motors are acceptable for all applications when the thrust is in the direction to engage the coupling. 3. Hollow shaft vertical motors coupled to a sectional drive shaft with screwed joints shall have special coupling described as follows: a. Provide motors, except the explosion-proof type, with self-releasing couplings designed to disconnect motor from driven equipment and permit lengthening of drive shaft upon reversal of rotation. 4. Design vertical motor thrust bearings conservatively to carry maximum axial thrusts (up and down) imposed by driven equipment. 5. Vertical motors shall have grease or oil-lubricated bearings at both top and bottom. 6. Vertical motor bases shall be NEMA type P. 7. Provide hollow shaft vertical motors with a positive, non-reversing, corrosion- resistant anti-reverse ratchet mechanism. 8. Provide vertical motors with fan-end splash shields. CORP2000479 40 05 93-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON MOTOR REQUIREMENTS FOR PROCESS EQUIPMENT H. Bearings 1. Motors smaller than 1/6 Horsepower: Motor manufacturer's standard bearing is acceptable. 2. Motors 1/6 Horsepower and Larger: Supply these motors with grease-lubricated antifriction ball bearings conservatively rated for 60,000 hours L10 minimum life of continuous operation under the total radial and thrust loads produced by the actual combination of motor-driven equipment. Provide each motor with suitable lubrication fittings and pressure relief devices. 3. Oil Lubricated: If the driven equipment section specifies oil-lubricated bearings for motors, include a suitable sight gauge on each bearing with maximum and minimum levels clearly indicated. 4. Unless specified otherwise in the driven equipment specifications. Motor bearing life shall be 60,000 hours L10 minimum life whichever is greater. I. Nameplates 1. Main Nameplate: Provide each motor with a stainless steel nameplate meeting the requirements of NEMA MG1 , and the National Electrical Code, Section 430-7. 2. Heater Nameplate: When space heaters are furnished, include voltage and wattage on a suitable nameplate. 3. Bearings Nameplate: When bearings are oil lubricated, include oil type information on a suitable nameplate. Also, indicate bearing data if nonstandard. 4. Attachment: Attach the nameplates to the motor with stainless steel fastening pins or screws. J. Identifications: 1. All motors shall be identified per Section 26 05 53. K. Conduit Box 1. Provide each motor not supplied with a cord and plug with a conduit box amply dimensioned for the motor lead terminations. Include a grounding lug on motors 1/6 horsepower and larger. Supply a gasket suitable for the motor enclosure type and application. 2. Provide an oversized box to facilitate wiring terminations. 3. Oversized terminal box shall have a volume greater than or equal to the next standard NEMA size box. 4. Terminals shall be tinned copper. L. Space Heaters 1. Provide space heaters in all motors 25HP and above. a. Use heaters hermetically sealed in stainless steel or equivalent corrosion- resistant sheaths. b. Heaters shall be rated for 240V, but will be operated at 120 volts. c. Braze heat-resistant insulated leads to the heater or supply heater with brazed leads and extend to the conduit box. M. Monitoring Devices CORP2000479 40 05 93-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON MOTOR REQUIREMENTS FOR PROCESS EQUIPMENT 1. Motor shall be protected and be supplied with necessary monitoring devices per driven equipment specification and contract drawing. N. Paint 1. Shall be severe duty and shall have an epoxy coating per IEEE 841. 0. Motor Efficiencies 1. Three phase motors rated 1 Hp and larger shall be of the NEMA premium efficiency type. Efficiency values shall be based on tests performed in accordance with IEEE Publication No. 112, Method B. Motors with horsepower or rpm's not listed shall conform to comparable standards of construction and materials as those for listed motors. 2. Motor shall be severe duty rated for industrial application. PART 3 EXECUTION 3.01 INSTALLATION A. The Contractor shall make all electrical connections to equipment specified. Installation shall be made in compliance with manufacturer's recommendations and the Contract Drawings. If the Contract Drawings or drawings and recommendations from the Manufacturer are not available then installation shall proceed according to the best electrical industry and trade practice. B. Properly install and align motors in the locations shown, except motors which are factory mounted on the driven equipment. When the motor and equipment are installed, the nameplate must be in full view. C. Larger Motors 1. If a motor horsepower rating larger than indicated is offered as a substitute and accepted, provide required changes in conductors, motor controllers, overload relays, fuses, breakers, switches and other related items with no change in the contract price. 3.02 FIELD TESTING A. General: Provide all necessary instruments, labor and personnel required to perform motor inspection and testing. B. Inspection: Inspect all motors for damage, moisture, alignment, freedom of rotation, proper lubrication, oil leaks, phase identification and cleanliness, and report any abnormalities to Engineer before energizing. C. Energizing: After installation has been thoroughly checked and found to be in proper condition, with thermal overloads in motor controllers properly rated and all controls in place, energize the equipment at system voltage for operational testing. D. As a part of the testing procedure, the Contractor shall prepare a card for each motor, 20 HP and larger, installed on this contract. After each motor has been run to operating temperature, the motor shall be shut down and an insulation resistance shall be made, CORP2000479 40 05 93-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON MOTOR REQUIREMENTS FOR PROCESS EQUIPMENT using a megohmmeter. Make the test immediately after shutdown. Record megohmmeter reading and winding temperature. Correct reading of insulation resistance to 40° C/104°F. Insulation resistance in megohms, corrected to 40° C, shall be at least equal to one (1) megohm for each 1000 volts applied. E. Testing shall be in accordance with Division 26. CORP2000479 40 05 93-8 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION COMMON MOTOR REQUIREMENTS FOR PROCESS EQUIPMENT ELECTRIC MOTOR QUESTIONNAIRE Motor Data Manufacturer: Motor HP: Frame Enclosure: Type: RPM: Voltage: Phases: Hertz: Starting Method: Shaft: Size: Insulation Class: Duty: Full Load AMPS: No Load AMPS: Locked Rotor AMPS: Locked Rotor Time: Locked Rotor Torque: % Breakdown Torque: Locked Rotor KVA/HP: Rotor WK2 (Ib-ft2): NEMA Design: Service Factor: Inrush Current (%of Full Load): Max Safe Stalled Time (Seconds): Number of Safe Starts Per Day: Number of Consecutive Starts: *Full Load Temp Rise, degrees C over 40° C Ambient (at 1.0 S.F.): *Service Factor Temp Rise, degrees C over 40° C Ambient (at 1.15 S.F.): *Limiting Temperature Rise: Resistance (at 250C): Bearings: Type/Size Life Lubrication: Exhaust Air (CFM): Exhaust Air Temp Rise (°F): EFFICIENCY: POWER FACTOR:CURRENT 1.15 S.F. Load: 4/4 Load: 3/4 Load: 1/2 Load: 1/4 Load: *Temperature rise measured by embedded detectors and not by resistance. All Data Fields To Be Completed By The Motor Manufacturer CORP2000479 40 05 93-9 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION END OF SECTION COMMON MOTOR REQUIREMENTS FOR PROCESS EQUIPMENT *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** SECTION 40 05 97 IDENTIFICATION FOR PROCESS EQUIPMENT PART 1 GENERAL 1.01 SCOPE OF WORK A. Section Includes: 1. Tag, tape and stenciling systems for equipment, piping, valves, pumps, ductwork and similar items, and hazard and safety signs. 1.02 RELATED WORK A. Division 09 — Finishes 1.03 SUBMITTALS A. Shop Drawings: 1. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. 2. Product technical data including: a. Catalog information for all identification systems. b. Acknowledgement that products submitted meet requirements of standards referenced. B. Identification register, listing all items in PART 3 of this Specification Section to be identified, type of identification system to be used, lettering, location and color. 1.04 REFERENCE STANDARDS A. Referenced Standards: 1. American Society of Mechanical Engineers (ASME): a. A13.1, Scheme for the Identification of Piping Systems. 2. Instrumentation, Systems, and Automation Society (ISA). 3. National Electrical Manufacturers Association/American National Standards Institute (NEMA/ANSI): a. Z535.1, Safety Color Code. b. Z535.2, Environmental and Facility Safety Signs. c. 2535.3, Criteria for Safety Symbols. d. Z535.4, Product Safety Signs and Labels. 4. National Fire Protection Association (NFPA): a. 70, National Electrical Code (NEC). 5. Occupational Safety and Health Administration (OSHA): a. 29 CFR 1910.145, Specification for Accident Prevention Signs and Tags. CORP2000479 40 05 97-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION IDENTIFICATION DEVICES 1.05 QUALITY ASSURANCE A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. W.H. Brady Co. 2. Panduit. 3. Seton. 4. National Band and Tag Co. 5. Carlton Industries, Inc. 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE (NOT USED) 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 EXTENDED WARRANTY (NOT USED) PART 2 PRODUCTS 2.01 MATERIALS A. Type Al - Round Metal Tags: 1. Materials: a. Aluminum or stainless steel. b. Stainless steel shall be used in corrosive environments. 2. Size: a. Diameter: 1-1/2 IN minimum. b. Thickness: 0.035 IN (20 GA) minimum. 3. Fabrication: a. 3/16 IN minimum mounting hole. b. Legend: Stamped and filled with black coloring. 4. Color: Natural. B. Type A2 - Rectangle Metal Tags: 1. Materials: Stainless steel. 2. Size: a. 3-1/2 IN x 1-1/2 IN minimum. b. Thickness: 0.036 IN (20 GA) minimum. 3. Fabrication: a. 3/16 IN minimum mounting hole. b. Legend: Stamped and filled with black coloring. 4. Color: Natural. C. Type A3 - Metal Tape Tags: 1. Materials: Aluminum or stainless steel. CORP2000479 40 05 97-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION IDENTIFICATION DEVICES 2. Size: a. Width 1/2 IN minimum. b. Length as required by text. 3. Fabrication: a. 3/16 IN minimum mounting hole. b. Legend: Embossed. 4. Color: Natural. D. Type B1- Square Nonmetallic Tags: 1. Materials: Fiberglass reinforced plastic. 2. Size: a. Surface: 2 x 2 IN minimum. b. Thickness: 100 mils. 3. Fabrication: a. 3/16 IN mounting hole with metal eyelet. b. Legend: Preprinted and permanently embedded and fade resistant. 4. Color: a. Background: Manufacturer standard or as specified. b. Lettering: Black. E. Type B2 - Nonmetallic Signs: 1. Materials: Fiberglass reinforced or durable plastic. 2. Size: a. Surface: As required by text. b. Thickness: 60 mils minimum. 3. Fabrication: a. Rounded corners. b. Drilled holes in corners with grommets. c. Legend: Preprinted, permanently embedded and fade resistant for a 10 year minimum outdoor durability. 4. Color: a. Background: Manufacturer standard or as specified. b. Lettering: Black. 5. Standards for OSHA signs: NEMA/ANSI Z535.1, NEMA/ANSI Z535.2, NEMA/ANSI Z535.3, NEMA/ANSI Z535.4, OSHA 29 CFR 1910.145. F. Type C - Phenolic Name Plates: 1. Materials: Phenolic. 2. Size: a. Surface: As required by text. b. Thickness: 1/16 IN. 3. Fabrication: a. Two (2) layers laminated. b. Legend: Engraved through top lamination into bottom lamination. CORP2000479 40 05 97-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION IDENTIFICATION DEVICES c. Two (2) drilled side holes, for screw mounting. 4. Color: Black top surface, white core, unless otherwise indicated. G. Type D - Self-Adhesive Tape Tags and Signs: 1. Materials: Vinyl tape or vinyl cloth. 2. Size: a. Surface: As required by text. b. Thickness: 5 mils minimum. 3. Fabrication: a. Indoor/Outdoor grade. b. Weather and UV resistant inks. c. Permanent adhesive. d. Legend: Preprinted. e. Wire markers to be self-laminating. 4. Color: White with black lettering or as specified. 5. Standards for OSHA signs: NEMA/ANSI Z535.1, NEMA/ANSI Z535.2, NEMA/ANSI Z535.3, NEMA/ANSI Z535.4, OSHA 29 CFR 1910.145. H. Type E - Heat Shrinkable Tape Tags: 1. Materials: Polyolefin. 2. Size: As required by text. 3. Fabrication: a. Legend: Preprinted. 4. Color: White background, black printing. I. Type F - Underground Warning Tape: 1. Materials: Polyethylene. 2. Size: a. 6 IN wide (minimum). b. Thickness: 3.5 mils. 3. Fabrication: a. Legend: Preprinted and permanently imbedded. b. Message continuous printed. c. Tensile strength: 1750 psi. 4. Color: As specified. J. Type G - Stenciling System: 1. Materials: a. Exterior type stenciling enamel. b. Either brushing grade or pressurized spray can form and grade. 2. Size: As required. 3. Fabrication: a. Legend: As required. 4. Color: Black or white for best contrast. CORP2000479 40 05 97-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION IDENTIFICATION DEVICES K. Underground Tracer Wire: 1. Materials: a. Wire: (i) 12 GA AWG. (ii) Solid. b. Wire nuts: Waterproof type. c. Split bolts: Brass. L. Accessories 1. Fasteners: a. Bead chain: #6 brass, aluminum or stainless steel. b. Plastic strap: Nylon, urethane or polypropylene. c. Screws: Self-tapping, stainless steel. d. Adhesive, solvent activated. M. Maintenance Materials 1. Where stenciled markers are provided, clean and retain stencils after completion and include in extra stock, along with required stock of paints and applicators. PART 3 EXECUTION 3.01 INSTALLATION A. Install identification devices at specified locations. B. All identification devices to be printed by mechanical process, hand printing is not acceptable. C. Attach tags to equipment with sufficient surface or body area with solvent activated adhesive applied to back of each tag. D. Attach tags with 1/8 IN round or flat head screws to equipment without sufficient surface or body area, or porous surfaces. 1. Where attachment with screws should not or cannot penetrate substrate, attach with plastic strap. E. Single items of equipment enclosed in a housing or compartment to be tagged on outside of housing. 1. Several items of equipment mounted in housing to be individually tagged inside the compartment. F. Tracer Wire: 1. Attach to pipe at a maximum of 10 FT intervals with tape or tie-wraps. 2. Continuous pass from each valve box and above grade at each structure. 3. Coil enough wire at each valve box to extend wire a foot above the ground surface. 4. 1,000 FT maximum spacing between valve boxes. 5. If split bolts are used for splicing, wrap with electrical tape. CORP2000479 40 05 97-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION IDENTIFICATION DEVICES 6. If wire nuts are used for splicing, knot wire at each splice point leaving 6 IN of wire for splicing. 7. Use continuous strand of wire between valve box where possible. 8. Continuous length shall be no shorter than 100 FT. G. Schedules 1. Process Systems: a. General: (i) Provide arrows and markers on piping. (a) At 20 FT maximum centers along continuous lines. (b) At changes in direction (route) or obstructions. (c) At valves, risers, "T" joints, machinery or equipment. (d) Where pipes pass through floors, walls, ceilings, cladding assemblies and like obstructions provide markers on both sides. (ii) Position markers on both sides of pipe with arrow markers pointing in flow direction. (a) If flow is in both directions use double headed arrow markers. (iii) Apply tapes and stenciling in uniform manner parallel to piping. b. Piping: See specification 09 90 00 for process pipe color and type. c. Trenches with piping: (i) Tag type: Type F - Underground Warning Tape (ii) Location: Halfway between top of piping and finished grade. (iii) Letter height: 1-1/4 IN minimum. (iv) Natural gas or digester gas: (a) Color: Yellow with black letters. (b) Legend: (1) First line: "CAUTION CAUTION CAUTION" (2) Second line: "BURIED GAS LINE BELOW" (v) Nonpotable water piping, except 3 IN and smaller irrigation pipe: (a) Color: Green with black letters. (b) Legend: (1) First line: "CAUTION CAUTION CAUTION" (2) Second line: "BURIED NONPOTABLE WATER LINE BELOW" (vi) Other piping (e.g., compressed air, irrigation, refrigerant, heating water, etc.): (a) Color: Yellow with black letters. (b) Legend: (1) First line: "CAUTION CAUTION CAUTION" (2) Second line: "BURIED PIPE LINE BELOW" d. Yard valves, buried, with valve box and concrete pad: (i) Tag type: Type A2 - Rectangle Metal Tags. (ii) Fastener: 3/16 IN x 7/8 IN plastic screw anchor with 1 IN #6 stainless steel pan head screw. CORP2000479 40 05 97-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION IDENTIFICATION DEVICES (iii) Legend: (a) Letter height: 1/4 IN minimum. (b) Valve designation as indicated on the Drawings (e.g., "V-xxx'�. e. Valves and slide gates: (i) Tag type: (a) Outdoor locations: Type B1 - Square Nonmetallic Tags. (b) Indoor noncorrosive: (1) Type Al- Round Metal Tags. (2) Type B1 - Square Nonmetallic Tags. (c) Indoor corrosive: (1) Stainless steel Type Al - Round Metal Tags. (2) Type B1 - Square Nonmetallic Tags. (ii) Fastener: (a) Type Al: Chain of the same material. (b) Type 131: Stainless steel chain. (iii) Color: Per ASME A13.1 corresponding to the piping system. (iv) Legend: (a) Letter height: 1/4 IN minimum. (b) Valve designation as indicated on the Drawings (e.g., "V-xxx'�. f. Process equipment (e.g., pumps, pump motors, blowers, air compressors, bar screens, clarifier drive mechanism, etc.): (i) Tag type: (a) Type B2 - Nonmetallic Signs. (b) Type D - Self-Adhesive Tape Tags and Signs. (c) Type G - Stenciling System. (ii) Fastener: (a) Self. (b) Screws. (c) Adhesive. (iii) Legend: (a) Letter height: 1/2 IN minimum. (b) Equipment designation as indicated on the Drawings (e.g., "Primary Sludge Pump P-xxx'T g. Piping systems: (i) Tag type: (a) Outdoor locations: Type G - Stenciling System. (b) Indoor locations: (1) Type D - Self-Adhesive Tape Tags and Signs. (2) Type G - Stenciling System. (ii) Fastener: Self. (iii) Color: Per ASME A13.1. (iv) Legend: CORP2000479 40 05 97-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION IDENTIFICATION DEVICES (a) Letter height: Manufacturers standard for the pipe diameter. (b) Mark piping in accordance with ASME A13.1. (c) Use piping designation as indicated on the Drawings. (d) Arrow: Single arrow. h. Process tanks (over 1000 GAL) and basins, (e.g., chemical storage, clarifiers, trickling filters, digesters, etc): (i) Tag type: (a) Type B2 - Nonmetallic Signs. (b) Type G - Stenciling System. (ii) Fastener: (a) Screw. (b) Self. (iii) Location as directed by Owner. (iv) Legend: (a) Letter height: 4 IN minimum. (b) Equipment designation as indicated on the Drawings (e.g., "Clarifier CL-xxx"). i. Equipment that starts automatically: (a) Tag type: (b) Type B2 - Nonmetallic Signs. (c) Type D - Self-Adhesive Tape Tags and Signs. (ii) Fastener: (a) Type B2 - Screw or adhesive. (b) Type D - Self. (iii) Size: 5 IN x 7 IN (iv) Location: Equipment name. (v) Legend: (a) OSHA Warning Sign. (b) Description of Warning: "THIS MACHINE STARTS AUTOMATICALLY". 2. Instrumentation Systems: a. Instrumentation Equipment (e.g., flow control valves, primary elements, etc.): (i) Tag type: (a) Outdoor locations: Type B1 - Square Nonmetallic Tags. (b) Indoor noncorrosive: (1) Type Al - Round Metal Tags. (2) Type B1 - Square Nonmetallic Tags. (c) Indoor corrosive: (1) Stainless steel Type Al - Round Metal Tags. (2) Type B1 - Square Nonmetallic Tags. (ii) Fastener: (a) Type Al: Chain of the same material. CORP2000479 40 05 97-8 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION IDENTIFICATION DEVICES (b) Type 131: Stainless steel chain. (iii) Legend: (a) Letter height: 1/4 IN minimum. (b) Equipment ISA designation as indicated on the Drawings (e.g., "FIT-xxx' . b. Enclosure for instrumentation and control equipment, (e.g., PLC control panels, etc.): (i) Tag type: Type C - Phenolic Name Plates. (ii) Fastener: Screws. (iii) Legend: (a) Letter height: 1/2 IN minimum. (b) Equipment name (e.g., "PLC CONTROL PANEL PCP-xxx"). c. Components inside equipment enclosure, (e.g., PLC's, control relays, contactors, and timers): (i) Tag type: Type D - Self-Adhesive Tape Tags. (ii) Fastener: Self. (iii) Legend: (a) Letter height: 3/16 IN minimum. (b) Description or function of component (e.g., "PLC-xxx"or"CR-xxx"). d. Through enclosure door mounted components (e.g., selector switches, controller digital displays, etc.): (i) Tag type: Type C - Phenolic Name Plates. (ii) Fastener: Screws. (iii) Legend: (a) Letter height: 1/4 IN minimum. (b) Component ISA tag number as indicated on the Drawings (e.g., "HS-xxx' . 3. HVAC Systems: a. General: (i) Provide arrows and markers on ducts. (a) At 20 FT maximum centers along continuous lines. (b) At changes in direction (route) or obstructions. (c) At dampers, risers, branches, machinery or equipment. (d) Where ducts pass through floors, walls, ceilings, cladding assemblies and like obstructions provide markers on both sides. (ii) Position markers on both sides of duct with arrow markers pointing in flow direction. (a) If flow is in both directions use double headed arrow markers. (iii) Apply tapes and stenciling in uniform manner parallel to ducts. b. HVAC Equipment (e.g., unit heaters, exhaust fans, air handlers, etc.): (i) Tag type: (a) Type B2 - Nonmetallic Signs. (b) Type C - Phenolic Name Plates. CORP2000479 40 05 97-9 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION IDENTIFICATION DEVICES (ii) Fastener: Screws. (iii) Legend: (a) Letter height: 1 IN minimum. (b) Equipment designation as indicated on the Drawings (e.g., "EF- xxx"). c. Ductwork: (i) Tag type: (a) Type D - Self-Adhesive Tape Tags and Signs. (b) Type G - Stenciling System. (ii) Fastener: Self. (iii) Legend: (a) Letter height: 1 IN minimum. (b) Description of ductwork, (e.g., "AIR SUPPLY"). (c) Arrows: Single arrow. d. Enclosure for instrumentation and control equipment, (e.g., fan control panels, etc.): (i) Tag type: Type C - Phenolic Name Plates. (ii) Fastener: Screws. (iii) Legend: (a) Letter height: 1/2 IN minimum. (b) Equipment designation as indicated on the Drawings (e.g., "FAN CONTROL PANEL FCP-xxx"). e. Wall mounted thermostats: (i) Tag type: Type D - Self-Adhesive Tape Tags and Signs. (ii) Fastener: Self. (iii) Legend: (a) Letter height: 3/16 IN minimum. (b) Description of equipment controlled (e.g., "UH-xxx" or AHU-xxx"). f. Components inside equipment enclosure, (e.g., controller's, control relays, contactors, and timers): (i) Tag type: Type D - Self-Adhesive Tape Tags and Signs. (ii) Fastener: Self. (iii) Legend: (a) Letter height: 3/16 IN minimum. (b) Description or function of component (e.g., "CR-xxx"). g. Through enclosure door mounted equipment (e.g., selector switches, controller digital displays, etc.): (i) Tag type: Type C - Phenolic Name Plates. (ii) Fastener: Screws. (iii) Legend: (a) Letter height: 1/4 IN minimum. (b) Component tag number as indicated on the Drawings or as defined by contractor (e.g., "HS-xxx"). CORP2000479 40 05 97-10 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION IDENTIFICATION DEVICES 4. Electrical Systems: a. Trenches with ductbanks, direct-buried conduit, or direct-buried wire and cable. (i) Tag type: Type F - Underground Warning Tape. (ii) Letter height: 1-1/4 IN minimum. (iii) Location: (a) Where trench is 12 IN or more below finished grade: In trench 6 IN below finished grade. (b) Where trench is less than 12 IN below finished grade: In trench 3 IN below finished grade. (iv) Electrical power (e.g., low and medium voltage): (a) Color: Red with black letters. (b) Legend: (1) First line: "CAUTION CAUTION CAUTION". (2) Second line: "BURIED ELECTRIC LINE BELOW". (v) Communications (e.g., telephone, instrumentation, LAN, SCADA): (a) Color: Orange with black letters. (b) Legend: (1) First line: "CAUTION CAUTION CAUTION". (2) Second line: "BURIED COMMUNICATION LINE BELOW". b. Switchgear, switchboards and motor control centers: (i) Tag type: Type C - Phenolic Name Plates. (ii) Fastener: Screws. (iii) Main equipment legend: (a) Letter height: (1) First line: 1 IN minimum. (2) Subsequent lines: 3/8 IN minimum. (b) First line: Equipment name (e.g., "MAIN SWITCHBOARD MSBxxx"). (c) Second line: (1) Source of power (e.g., "FED FROM MCCxxx LOCATED IN ROOM xxx"). (2) The source of power room number is only required when there are multiple electrical rooms, if the source is in another building, the building name or number shall be used. (d) Third line: System voltage and phase (e.g., "480/277 V, 3PH"). (iv) Main and feeder device legend: (a) Letter height: 3/8 IN minimum. (b) Description of load (e.g., "MAIN DISCONNECT", "PUMP Pxxx" or "PANELBOARD HPxxx"). c. Panelboards and transformers: (i) Tag type: Type C - Phenolic Name Plates. (ii) Fastener: Screws. CORP2000479 40 05 97-11 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION IDENTIFICATION DEVICES (iii) Legend: (a) Letter height: (1) First line: 3/8 IN minimum. (2) Subsequent lines: 3/16 IN minimum. (b) First line: Equipment name (e.g., "PANELBOARD Pxxx" or "TRANSFORMER Txxx"). (c) Second line (panelboards only): System voltage and phase (e.g., "208/120V, 3PH"). d. Transfer switches: (i) Tag type: Type C - Phenolic Name Plates. (ii) Fastener: Screws. (iii) Legend: (a) Letter height: (1) First line: 3/8 IN minimum. (2) Subsequent lines: 3/16 IN minimum. (b) First line: Equipment name (e.g., "AUTOMATIC TRANSFER SWITCH ATSxxx"). e. Safety switches, separately mounted circuit breakers and motor starters,VFD's, etc.: (i) Tag type: Type C - Phenolic Name Plates. (ii) Fastener: Screws. (iii) Legend: (a) Letter height: 1/4 IN minimum. (b) First line: Description of load equipment is connected to (e.g., "PUMP Pxxx"). f. Enclosure for instrumentation and control equipment, (e.g., lighting control panels, etc.): (i) Tag type: Type C - Phenolic Name Plates. (ii) Fastener: Screws. (iii) Legend: (a) Letter height: 1/2 IN minimum. (b) Equipment name (e.g., "LIGHTING CONTROL PANEL LCPxxx"). g. Components inside equipment enclosures (e.g., circuit breakers, fuses, control power transformers, control relays, contactors, timers, etc.): (i) Tag type: Type D - Self-Adhesive Tape Tags and Signs. (ii) Fastener: Self. (iii) Legend: (a) Letter height: 3/16 IN minimum. (b) Description or function of component (e.g., "M-xxx", "CR-xxx"or "TR-xxx"). h. Through enclosure door mounted equipment (e.g., selector switches, controller digital displays, etc.): (i) Tag type: Type C - Phenolic Name Plates. CORP2000479 40 05 97-12 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION IDENTIFICATION DEVICES (ii) Fastener: Screws. (iii) Legend: (a) Letter height: 1/4 IN minimum. (b) Component tag number as indicated on the Drawings or as defined by contractor (e.g., "HS-xxx"). i. Conductors in control panels and in pull or junction boxes where multiple circuits exist. (i) Tag type: Type D - Self-Adhesive Tape Tags. (ii) Fastener: Self. (iii) Tag conductor at both ends. (iv) Legend: (a) Letter height: 1/8 IN minimum. (b) Circuit number or wire number as scheduled on the Drawings or as furnished with the equipment. j. Conductors in handholes and manholes. (i) Tag type: Type A3 - Metal Tape Tags. (ii) Fastener: Nylon strap. (iii) Tag conductor at both ends. (iv) Legend: (a) Letter height: 1/8 IN minimum. (b) Circuit number or wire number as scheduled on the Drawings. k. Grounding conductors associated with grounding electrode system in accordance with the following: (i) Tag type: Type D - Self-Adhesive Tape Tags. (ii) Fastener: Self. (iii) Legend: (a) Letter height: 1/8 IN minimum. (b) Function of conductor (e.g., "MAIN BONDING JUMPER", "TO GROUND RING", "TO MAIN WATER PIPE"). I. Flash protection for switchboards, panelboards, industrial control panels and motor control centers: (i) Tag type: Type D - Self-Adhesive Tape Signs. (ii) Fastener: Self. (iii) Legend: Per NFPA 70. m. Entrances to electrical rooms: (i) Tag type: Type B2 - Nonmetallic Signs. (ii) Fastener: Screw or adhesive. (iii) Size: 5 IN x 7 IN. (iv) Location: Each door to room. (v) Legend: (a) OSHA Danger Sign. (b) Description of Danger: "HIGH VOLTAGE, AUTHORIZED PERSONNEL ONLY". CORP2000479 40 05 97-13 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION IDENTIFICATION DEVICES n. Equipment where more than one (1) voltage source is present: (i) Tag type: (a) Type B2 - Nonmetallic Signs. (b) Type D - Self-Adhesive Tape Signs. (ii) Fastener: (a) Screw or adhesive. (b) Self. (iii) Size: 1-3/4 IN x 2-1/2 IN. (iv) Location: Exterior face of enclosure or cubical. (v) Legend: (a) OSHA Danger Sign. (b) Description of Danger: "MULTIPLE VOLTAGE SOURCES". END OF SECTION CORP2000479 40 05 97-14 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION IDENTIFICATION DEVICES SECTION 40 23 00 WATER AND WASTEWATER PROCESS PIPING PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required and install, complete, the plant piping systems shown on the Drawings, specified herein and as further specified in the Detail Piping Specification Sections. 1.02 RELATED WORK A. Division 31 — Earthwork 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. 1.04 REFERENCE STANDARDS (NOT USED) 1.05 QUALITY ASSURANCE (NOT USED) 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE A. All items shall be bundled to provide adequate protection of the ends during transportation to the site. Items damaged in shipment shall be replaced as directed by the Owner's Representative. B. All items shall be stored in accordance with manufacturer/supplier instructions. 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 EXTENDED WARRANTY (NOT USED) PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 DEMOLITION/PREPARATION A. Pipe Preparation and Handling 1. Each pipe and fitting shall be carefully inspected before the exposed pipe or fitting is installed or the buried pipe or fitting is lowered into the trench. The interior lining and exterior protective coating shall be inspected, and all damaged areas shall be patched in the field with material recommended by the pipe manufacturer and acceptable to the Owner's Representative. Clean ends of pipe thoroughly. Remove foreign matter and dirt from inside of pipe and keep clean during and after laying. CORP2000479 40 23 00-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PLANT PIPING-GENERAL 2. Use proper equipment, tools, and facilities for the safe and proper protection of the pipe. Carefully handle pipe in such a manner as to avoid any physical damage to the pipe. Do not drop or dump pipe into trenches under any circumstances. 3.02 INSTALLATION A. Installation of Buried Piping 1. Preparation of Trench: Trench excavation shall be as specified in Section 31 23 33- Trenching and Backfilling. 2. Removal of Water: Provide and maintain ample means and devices at all times to remove and dispose of all water entering the trench during the process of pipe laying. The trench shall be kept dry until the pipe laying and jointing are completed. Removal of water shall be in conformance with specifications in Section 31 23 33 — Trenching and Backfilling and Section 31 23 19 - Dewatering. 3. Prevent Trench Water and Animals from Entering Pipe a. During installation, keep the interior of all pipe, fittings, and other accessories as free as possible from dirt and foreign matter at all times. b. When the pipe laying is not in progress, including the noon hours, the open ends of pipe shall be sealed by a plug or cap to prevent trench water, animals, or foreign material from entering the pipe. If water has accumulated in the trench, the seal shall remain in place until the trench water has been removed to such an extent that it will not enter the pipe. 4. Backfill in Pipe Zone: Backfill, embedment and encasement shall be as specified in Section 31 23 33 —Trenching and Backfilling. B. Installation of Exposed Piping 1. Unless shown otherwise, piping shall be parallel to building lines. Hangers on adjacent piping shall be aligned where possible on common size ranges. 2. All pipe flanges shall be set level, plumb, and aligned. All flanged fittings shall be true and perpendicular to the axis of the pipe. All bolt holes in flanges shall straddle vertical centerline of pipes. 3. Unions, mechanical couplings, or flanged coupling adapters shall be installed where required for piping or equipment installation, even though they are not shown on the plans. All mechanical couplings and flanged coupling adapters shall be anchored with joint harnessed assemblies. 4. For chemical fill station pipe connections, the quick connect coupling shall have a removable cap installed. This removable cap must be made to prevent unauthorized access to the piping with a locking device. Only Maintenance personnel should be authorized to remove the cap when a chemical refill is required. 5. Piping shall be installed without springing or forcing the pipe in a manner which would set up stresses in the pipe, valves, or connected equipment. 6. The inside diameter of required straight runs of piping upstream and downstream of flow measuring devices shall match the inlet and outlet diameter of flow measuring device respectively. 7. Where valve handwheels or chainwheels are shown, valve orientation shall also be as shown on drawings. Where valve handwheels or chainwheels are not shown, CORP2000479 4023 00-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PLANT PIPING-GENERAL valves shall be orientated to permit easy access to the handwheels or chainwheels, and to avoid interferences. C. Installation of Wall Pipes and Pipe Sleeves 1. Wall pipes and pipe sleeves embedded in concrete walls, floors, and slabs shall be embedded as shown. Support all pipes embedded in concrete walls, floors, and slabs with form work to prevent contact with the reinforcing steel. D. Installation of Flexible Couplings, Flanged Couplings Adapters, and Service Clamps 1. Prior to installation, thoroughly clean oil, scale, rust, and dirt from the pipe to provide a clean seat for the gasket. Care shall be taken that the gaskets are wiped clean before they are installed. 2. If necessary, flexible couplings and flanged coupling adapter gaskets may be lubricated with soapy water or Manufacturer's standard lubricant before installation on the pipe ends. 3. Install in accordance with the Manufacturer's recommendations. Bolts shall be tightened progressively, drawing up bolts on opposite sides a little at a time until all bolts have a uniform tightness. Workmen tightening bolts shall use torque- limiting wrenches, or approved type. E. Installation of Insulating Flanges, Couplings, and Unions 1. Install insulating flanges, couplings, and unions wherever copper or stainless steel is connected to ductile iron, iron, or steel, galvanized steel piping, and wherever cathodically protected lines enter the buildings. 3.03 FIELD TESTING A. Water Source 1. Water for testing under this Section will be provided by the Contractor. 2. It shall be the responsibility of the Contractor to provide all equipment necessary to transport the water from the source to the structure to be tested. 3.04 FIELD PAINTING A. Pipe Identification Painting 1. All exposed piping shall be painted as specified in Section 09 90 00 — Painting and Coating, by color and labeling shall be identified as specified in Section 40 05 97 — Identification Devices. 3.05 CLEANING A. Interim Cleaning 1. Care shall be exercised during fabrication to prevent the accumulation of weld rod, weld spatter, pipe cuttings and fillings, gravel, cleaning rags, etc., within piping sections. All piping shall be examined to ensure removal of these and other foreign objects prior to assembly. Shop cleaning may employ any conventional commercial cleaning method if it does not corrode, deform, swell, or otherwise alter the physical properties of the material being cleaned. CORP2000479 4023 00-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PLANT PIPING-GENERAL B. Final Cleaning 1. Following assembly and testing and prior to final acceptance, all pipelines installed under this section, except plant process air lines and instrument air lines, shall be flushed with water and all accumulated construction debris and other foreign matter removed. Flushing velocities shall be a minimum of 2.5 feet per second. Cone strainers shall be inserted in the connections to attached equipment and left there until cleaning has been accomplished to the satisfaction of the Owner's Representative. For large diameter pipe where it is impractical or impossible to flush the pipe at 2.5 fps velocity, clean the pipeline in place from the inside by brushing and sweeping, then flush the line at a lower velocity. Accumulated debris shall be removed through drains 2-inch and larger or by dropping spools and valves. 2. Immediately following drainage of flushed lines, the piping shall be air dried with compressed air. 3. Plant process air and instrument air piping shall be blown clean of loose debris with compressed air. END OF SECTION CORP2000479 40 23 00-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PLANT PIPING-GENERAL SECTION 40 42 13 PROCESS PIPING INSULATION PART 1 GENERAL 1.01 SCOPE OF WORK The work to be performed under this section of the Contract Documents consists of furnishing and installing insulation and heat tape on piping and equipment as required by this section of the Contract Documents, unless otherwise indicated specifically on individual plans and appropriate sections of Contract Documents. 1.02 RELATED WORK A. Division 26 — Electrical B. Division 40 — Process Interconnections 1.03 SUBMITTALS A. Product Data and Shop Drawings. 1. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. 1.04 REFERENCE STANDARDS A. The system shall be suitable for the specified industrial conditions, and shall be designed and installed in accordance with the latest applicable codes and standards. Pertinent standards are: 1. American National Standards Institute (ANSI) 2. Institute of Electrical and Electronics Engineers (IEEE) 3. American Society for Testing and Materials (ASTM) 4. National Fire Protection Association (NFPA) 5. National Electric Code (NEC) 6. Factory Mutual (FM) 7. Underwriters Laboratories (UL) 8. National Electrical Manufacturers Association (NEMA) 9. Occupational Safety and Health Administration (OSHA) B. Furnish copies of the necessary approvals for the heat tracing system and verify that the approvals are current. C. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.05 QUALITY ASSURANCE A. Manufacturer's Qualifications CORP2000479 4042 13-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION INSULATION AND HEAT TRACING 1. The electrical heat trace system manufacturer shall be required to demonstrate a minimum of 5 years' experience in the design and manufacture of industrial electrical heat trace systems similar to those described in this Section and shown on the drawings. B. Acceptable Manufacturers (or approved equivalent): 1. Heat Tracing a. Raychem (Chemelex) b. Nelson Electronic c. Chromalox d. Thermon Manufacturing Company. 2. Insulation a. Armstrong Co. b. CertainTeed c. Owens-Corning Fiberglass d. Pittsburg Plate Glass Co. e. Pittsburg — Corning C. Services of Manufacturer's Representative (Not Used) 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS A. Provide a heat tracing system capable of maintaining the specified temperature during the extreme of ambient temperature. B. Design Parameters 1. Voltage Available.................................................................... 120 Volts 1 Phase 2. Wind Velocity...................................................................................... 160 mph 3. Low Ambient Temperature........................................................................ -20°F 4. Maintain Temperature ................................................................... 65 degrees F 5. Piping and equipment lists and insulation types and thicknesses are found in Division 40 and on the Drawings. C. Heat losses shall be calculated using the Manufacturer's standard procedure in conjunction with the insulation requirements and equipment schedules. The design heat output of the tracing shall include a 10 percent factor of safety. Contractor is encouraged to suggest changes in insulation thickness to optimize total system economy. D. Heating cables shall be run parallel to the pipe only. Spiral wrapping of the heat cables around the pipes shall not be permitted. 1.07 DELIVERY, HANDLING AND STORAGE (NOT USED) 1.08 MAINTENANCE/SPARE PARTS (NOT USED) CORP2000479 4042 13-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION INSULATION AND HEAT TRACING 1.09 WARRANTY/EXTENDED WARRANTY A. All electrical heat trace cables shall be warranted against manufacturing defects for a period of 5 years from energizing. Cables failing due to manufacturer defect prior to the expiration of the warranty shall be replaced by contractor at no additional cost to the owner. PART 2 PRODUCTS 2.01 MATERIALS A. General 1. Engage the services of qualified insulation personnel to furnish and install all the insulation required for the piping specified hereinafter. Heat tracing shall be of constant wattage. 2. All surfaces to be insulated shall be clean and dry before applying the insulation. All sections of molded pipe covering shall be firmly butted together. Where coverings are used, they shall lap the adjoining section of insulation by at least 3 inches. Where insulation terminates, it shall be neatly beveled and finished. No insulation shall be applied until the pipe has been pressure tested and found tight. Piping flexible connections, flanges and unions shall not be covered. All materials used shall be fire retardant or nonflammable. 3. Where vapor barriers are required, the vapor barrier shall be on the outside. Extreme care shall be taken that the vapor barrier is unbroken. Joints, etc., shall all be sealed. Where insulation with a vapor barrier terminates, it shall be sealed off with the vapor barrier being continuous to the surface being insulated. Ends shall not be left raw. 4. Aluminum bands shall be applied on the piping insulation. The bands shall be applied three to a section of pipe insulation. Fittings, valves, etc., shall have bands on each side. Apply bands at each end of pipe support. 5. Where supports are on the outside of the insulation, use a section of Foam glass or rigid cork insulation at support locations and provide No. 14 gage galvanized steel sleeves, 12 inches long on pipe sizes up to 12 inches and 18 inches long on larger pipe sizes to protect the insulation. The sleeves shall be half cylinders with the edges hemmed to prevent cutting the insulation. 6. All materials used shall have a flame spread rating of not more than 25 without evidence of continued progressive combustion, and with a smoke developed rating not higher than 50. Shop drawing submittals shall show this information. 7. Weather exposed insulation shall be protected with 0.010 inches minimum aluminum jacket including vapor barrier liner of laminated asphalt Kraft paper. B. Freeze Protection 1. Insulation: a. Unless otherwise indicated in the specific requirements and/or on the plans, all piping, fittings, valves and related items smaller than 12 inches exposed outdoors in yard in an unheated space subject to freezing shall be heat trace and insulated. b. Buried yard piping need not be insulated. CORP2000479 4042 13-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION INSULATION AND HEAT TRACING c. Piping capable of draining automatically need not be insulated. d. All insulation of pipes shall run to a point 12 inches below ground surface. 2. Heat Tracing: Electric heat tapes shall be provided inside the insulation for freeze protection on all piping receiving insulation subject to freezing. The rate and quantity of insulation shall be specified hereinafter. 3. Schedule: Unless otherwise specified or shown elsewhere in the contract documents, the following schedule of insulation and heat tape application shall be used: Insulation Schedule for Piping Subject to Freezing. Nominal Insulation Heat Tape Application Pipe Size Thickness Insulation Rate (Minimum) (in)** (in) "K"* Watts/Linear Feet 1/2 2 0.3 1.0 3/4 2 0.3 1.2 1 2 0.3 1.2 1-1/2 2 0.3 1.5 2 2 0.3 1.8 2-1/2 2 0.3 1.9 3 2 0.3 1.9 4 2 0.3 2.7 6 2 0.3 2.7 8 2 0.3 2.7 10 2 0.3 2.7 12 2 0.3 2.7 * "K" - Thermal conductivity of insulation in BTUH per square foot per degree Fahrenheit, per inch. ** Insulation and heat tape required for a pipe size not shown on the schedule shall be the same as the next larger pipe size shown on this schedule. PART 3 EXECUTION 3.01 I N STALLATIO N A. Contractor to provide and install necessary conduits and circuits per Division 26 — Electrical. B. Heat Tracing 1. Pipelines or equipment subject to freezing shall be heat traced as indicated on "Insulation Schedule," paragraph 2.01 B. 3. Furnish and install on such pipeline or equipment an electric heat tracing system consisting of a flat, flexible, low heat-density electrical heating strip of self-limiting parallel-circuit construction consisting of an inner core of conductive material between two parallel copper bus strips with a polyolefin outer jacket. The strip shall be cut-to-length in field and installed on pipelines and equipment as required. The electrical insulation of the heater strip shall be rated at 185 F minimum temperature exposure and shall be CORP2000479 4042 13-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION INSULATION AND HEAT TRACING suitable for 115, 208 volts as indicated on plans or as available. The heat tracing system shall be complete with all necessary power connections, end seals, adjustable thermostats and electric traced signed per Manufacturer's installation instructions. C. Insulation 1. The insulation specified herein shall be furnished and installed by qualified insulation personnel whose principal business is the application and installation of thermal materials on piping systems. All material shall be manufactured by one of the listed approved Manufacturer's instructions, except where these instructions conflict with the Contract Documents hereinafter stated, in which case the Contract Documents shall govern. All work shall be performed in a neat workmanlike manner and all adhesives, bands and other fastening materials and devices shall be supplied as required to properly install the insulation materials being furnished. END OF SECTION CORP2000479 4042 13-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION INSULATION AND HEAT TRACING *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** SECTION 40 61 13 PROCESS CONTROL SYSTEM GENERAL PROVISIONS PART 1 GENERAL 1.01 SCOPE OF WORK A. The requirements outlined in this section address general hardware, software, and services necessary to provide the control functions specified. More detailed requirements of specific functions and components are presented in other Division 40 sections that follow. B. SCADA HMI programming is provided by the City SCADA Engineer and is not part of the scope of this contract. 1.02 RELATED WORK (NOT USED) 1.03 SUBMITTALS A. General 1. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Submittal Categories: Project submittals are divided into the following general categories: 1. Design Submittals 2. System Documentation Submittals 3. Testing Submittals 4. Training Submittals 5. The following paragraphs define the specific contents of each of these submittal categories. The requirements outlined for each of these submittals shall apply to all equipment and services specified in all sections of Division 40. Additional submittal requirements may be found in specific sections of Division 40. C. Design Submittals 1. Hardware Submittal a. Product information shall include, but not be limited to: catalog cuts, data sheets, performance surveys, test reports, equipment lists, material list, diagrams, pictures, and descriptive material. The product information shall cover all items including mechanical devices, mounting components, wiring, terminal strips, connectors, accessories, and spare parts. The submittal information shall show the standard and optional product features, as well as all performance data and specifications. b. Prior to commencement of manufacture (or shipment for stock items), the CONTRACTOR shall submit for review product information for all equipment and material specified in Division 40, or required to support equipment, or systems specified in Division 40. Specific requirements for the form and CORP2000479 4061 13-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL SYSTEM GENERAL PROVISIONS content of product information submittals are included in the individual section that defines the equipment requirements. 2. Connection Diagrams a. Connection diagrams shall show the placement, labeling and wiring of components within panels, cabinets and consoles. Components shall be shown arranged in the physical layout (not necessarily to scale) as it would appear to a person servicing the equipment. Connection diagrams shall include all internal wiring of the panel; this shall include AC and DC power wiring and multi-conductor cables from the PLC card to rewired termination blocks. Wires shall be shown as a continuous line between their termination points. Each wire label designation shall be shown. The wire label designations on each end of a single wire must be identical. All wire termination point numbers shall be shown. Each wire color shall be shown. Signal and DC circuit polarities shall be shown. All jumpers, shielding and grounding details shall be shown. b. The CONTRACTOR shall submit connection diagrams for all new panels, cabinets and consoles. Connection diagrams shall be Successfully Reviewed prior to the start of panel assembly. 3. Panel Fabrication and Layout Drawings a. Panel fabrication drawings are scaled drawings that shall show the physical dimensions, materials, and construction of panels, cabinets, terminal boards, consoles, or other electrical or mechanical equipment enclosures. These drawings show the physical arrangement and mounting of all components in or on a panel, terminal board, cabinet, console, or enclosure. These drawings show the physical dimensions, and the space and mounting requirements of mechanical, electrical, control and instrumentation devices or pieces of equipment. Other information provided may include ventilation requirements, locations of connections, weight, and paint color, material and dry film thickness. b. As a minimum, panel fabrication and layout drawings shall include a bill of materials; front, back, and section views; the locations of all components to be mounted in or on the panel, cabinet, console, enclosure or assembly; drawing scale; nameplate engraving schedule; and structural materials and supports. All drawings shall be scaled. Overall dimensions and minimum clearances shall be shown. Sufficient detail shall be included to demonstrate material choices, outward appearance, construction methods, and seismic force resistance. c. Complete shop drawings shall be prepared and submitted for all panels, cabinets, and consoles which are custom fabricated or modified for this project. The OWNER shall have the right to make modifications to the interior and exterior layouts of panels as part of the shop drawing review. No additional compensation will be provided to the CONTRACTOR for changes that result. The CONTRACTOR shall include in his bid price one redesign of the panel layout to incorporate the OWNER's modifications to the locations of specified components in or on each panel, cabinet, console, or enclosure. 4. Interface Cables: The CONTRACTOR shall submit for review interface cable pin- out/cable makeup diagrams. This includes all network cables, radio to PLC/RTU CORP2000479 4061 13-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL SYSTEM GENERAL PROVISIONS cables, computer to PLC cables and printer cables. Submittal shall include copies of the actual hardware documentation. All cables shall either be standard cables from the manufacturer or custom-made, without the use of gender changers, 9- 25 pin converters, null modem adapters, etc. 5. Interconnection Diagrams: Interconnection diagrams shall include typical wiring diagrams for each type of product. Wires shall be shown as a continuous line between their termination points. Each wire label designation shall be shown. The wire label designations on each end of a single wire must be identical. All wire termination point numbers shall be shown. Each wire color shall be shown. Signal and DC circuit polarities shall be shown. All jumpers, shielding and grounding details shall be shown. 6. Installation Drawings: Installation drawings shall show installation arrangements for all provided equipment, mounting and anchoring details, conduit entries into cabinets, and Control System electrical power supply distribution conduit and wiring. Data sheets and/or catalog cuts for mounting devices, anchors, wire and other incidental installation materials shall be included. D. System Documentation Submittals 1. Operation and Maintenance (0&M) Manuals: The CONTRACTOR shall supply 0&M manuals for all the equipment and software provided. The 0&M manuals shall be developed for personnel at the level of electronic technician. The 0&M manuals shall describe the detailed preventive and restorative procedures required to keep the equipment in good operating condition. An 0&M manual or a set of manuals shall be furnished for all deliverable hardware, including OEM equipment. 0&M manuals for OEM equipment shall contain original printed materials, not copies, and may be provided in the manufacturer's original format. Manuals shall be provided in electronic format. The 0&M manuals shall contain the following information: 2. Instruction Manual a. The manual shall be written in English and illustrated in detail to the component level, including assemblies, subassemblies, and components. It shall contain a detailed analysis of each major component so that maintenance personnel can effectively service, inspect, maintain, adjust, troubleshoot, and repair the equipment. b. Each manual shall include a Table of Contents, arranged in systematic order, and shall be divided into the following sections: (i) Introduction: The purpose of the manual, special tools and equipment, and safety precautions. (ii) General Information and Specifications: A general description of the equipment item, and specifications of its major components. (iii) Listings: Supplier's name, address, and telephone number. Each product shall include name, address, and telephone number of the subcontractor, installer, recommended maintenance contractor, or local source for replacement parts. (iv) Theory of Operation: The relationship of assemblies, subassemblies, components and interchangeability of components, and explanation and analysis of their functions to the smallest board replaceable components. CORP2000479 4061 13-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL SYSTEM GENERAL PROVISIONS (v) Software: Listing and explanatory text for any software or firmware. (vi) Operation Procedures: The locations and functional descriptions of all controller indicators, or LCD displays. (vii) Troubleshooting: A list in tabular format of all symptoms, probable causes of malfunction or improper operation, and probable remedies to the smallest board replaceable components. 3. Preventive Maintenance Instructions: These instructions shall include all applicable visual examinations, hardware testing, and diagnostic hardware/software routines. Instructions on how to load and use any test and diagnostic programs and any special or standard test equipment shall be an integral part of these procedures. 4. Corrective Maintenance Instructions a. These instructions shall include guides for locating malfunctions down to the card-replacement level. These guides shall include adequate details for quickly and efficiently locating the cause of an equipment malfunction and shall state the probable source(s) of trouble, the symptoms, probable cause, and instructions for remedying the malfunction. These guides shall explain how to use on-line test and diagnostic programs for all devices and any special test equipment, if applicable. b. The corrective maintenance instructions shall include: (i) Explanations for the repair, adjustment, or replacement of all items, including printed circuit cards. Schematic diagrams of electrical, mechanical, and parts location, illustrations, photographs, and sectional views giving details of mechanical assemblies shall be provided as necessary to repair or replace equipment. Typical signal waveforms, logic levels, bit patterns, etc., shall be included. For mechanical items requiring field repair, information on tolerances, clearances, wear limits, and maximum bolt-down torques shall be supplied. Information on the loading and use of special off-line diagnostic programs, tools, and test equipment as well as any cautions or warnings which must be observed to protect personnel and equipment shall be included. (ii) A list of test equipment and special tools required. (iii) A list of all abbreviations and circuit symbols used. (iv) Warranties, bonds and maintenance records, including proper procedures in the event of failures and instances which might affect the validity of warranties, bonds, or contracts. (v) A parts catalog enumerating every part down to the lowest card replaceable components. The description shall include component symbol, description, ratings, accuracy, manufacturer's name and address, manufacturer's part number, commercial equivalents, and quantity per assembly or subassembly. The parts catalog shall identify the appropriate locations of the parts and shall group each component by assemblies or subassemblies within each subsystem so that each component can be identified as being part of the next larger assembly. (vi) A list of recommended spare parts that includes all parts necessary to maintain and repair control system components. The list shall identify the CORP2000479 4061 13-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL SYSTEM GENERAL PROVISIONS specific part or model number, description, manufacturer's name and address, commercial equivalents, unit price, lead time for delivery, and recommended quantity. The spare parts list shall indicate which components (by model and serial number) have been provided with the delivered system as part of the spares inventory. 5. Drawings a. 0&M Manual drawings (with the exception of those provided by third-party manufacturers) shall not be larger than 11" x 17" and shall be clearly legible when reproduced using conventional office copying machines. Originals shall be provided for all third-party 0&M Manual materials. One reproducible of the 0&M Manual drawing original must be supplied for each 0&M Manual drawing larger than 11" x 17", and must satisfy all drawing requirements specified herein. Those preprinted 0&M Manual drawings which are not acceptable, or which must be modified or corrected to show the actual as- built design, shall be redrawn as new specially-prepared shop drawings. Acceptable equipment manufacturer's drawings incorporated into equipment operating and maintenance manuals need not be duplicated or removed from the manuals. b. The CONTRACTOR shall furnish drawings in paper and latest AutoCAD electronic format. c. Each 0&M Manual shall be bound in 8 1/2" x 11" 3-ring side binders with commercial quality hardback, cleanable plastic covers. Maximum of 3" binder size. 0&M Manuals shall be submitted in electronic format. d. Binder covers shall contain the printed title "Operation and Maintenance Instructions", "City of Corpus Christi", "Holly & Rand Morgan Elevated Storage Tanks Implementation". e. The manuals shall be internally subdivided with permanent page dividers with tab titling clearly printed under reinforced laminated plastic tabs. f. Each volume shall have a Table of Contents, with each product or system description identified. E. Software Manuals: The CONTRACTOR shall supply Original OEM 0&M Manuals in lieu of developing specific 0&M Manuals. Only for equipment which lacks proper 0&M Manuals would the CONTRACTOR be responsible for supplementing the product literature. F. Record Documents 1. After successful Site Demonstration Test, the CONTRACTOR shall submit for review the Record Documents (as-built) for all equipment and software installed by the CONTRACTOR. All documents which have changed because of the engineering changes, contract changes, or error or omission shall be updated and the revised documentation provided. 2. The CONTRACTOR shall furnish complete as-built sets of: a. Source tapes, disk pack(s) or other storage media for all custom programs b. Loadable and executable object disk pack(s) of the software systems c. All previously delivered documents, with as-built updates d. OEM standard documentation. CORP2000479 4061 13-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL SYSTEM GENERAL PROVISIONS 3. These media shall include the operating systems, all programs necessary for the operation as well as maintenance of the System, and all programs supplied by the CPU/Microprocessor manufacturers, such as assembler, loaders, editors, compilers and diagnostics. 4. The documentation as outlined in this portion of the document, in conjunction with other documentation specified elsewhere in this document, shall be sufficient to allow the OWNER to reconfigure or make additions or deletions to the System without assistance from the CONTRACTOR. G. Testing Documentation Submittals 1. System test plan requirements are included in Section 40 61 13 Part 3. 2. Test procedures requirements are included in Section 40 61 13 Part 3. 3. Test reports requirements are included in Section 40 61 13 Part 3. 1.04 REFERENCE STANDARDS A. This subsection references the latest revisions of the following standards. They are a part of Division 40 as specified and modified. In case of conflict between the requirements of this section and those of the listed standards, the requirements of this section shall prevail. Standard Title ANSI/NEMA ICS 6 Enclosures for Industrial Control and Systems Manual on Installation of Refinery Instruments and API RP550 Control Systems Part I — Process Instrumentation and Control ISA S5.4 Instrument Loop Diagrams Specification Forms for Process Measurement and ISA S20 Control Instrumentation, Primary Elements, and Control Valves ISA S50.1 Compatibility of Analog Signals for Electronic Industrial Process Instruments ISA S51.1 Process Instrumentation Terminology 1.05 QUALITY ASSURANCE A. The CONTRACTOR shall perform all work necessary to select, furnish, configure, customize, debug, install, connect, calibrate, and place into operation all hardware and software specified within this section and in other sections as listed in Article 1.02, Related Work. B. The CONTRACTOR shall be a "systems house," regularly engaged in the design and the installation of computer systems and their associated subsystems as they are applied to the municipal water or wastewater industry. For the purposes of this specifi- CORP2000479 4061 13-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL SYSTEM GENERAL PROVISIONS cation section, a "systems house" shall be interpreted to mean an organization that complies with all of the following criteria: 1. Employs a registered professional Control Systems Engineer or Electrical Engineer to supervise or perform the work required by this specification section. 2. Employs personnel on this project who have successfully completed a manufacturer's training course on the configuration and implementation of the specific programmable controllers, computers, and software proposed for this project. 3. Has performed work of similar or greater complexity on at least three (3) projects within the last five (5) years and has implemented and completed at least one of these three projects with the proposed HMI software. 4. Has been in the water/wastewater industry performing the type of work specified in this specification section for the past five (5) continuous years. C. The following Instrumentation/Controls Contractors, listed in no particular order, have been pre-approved to provide all instrumentation and controls works 1. Prime Controls 2. RLC Controls D. The CONTRACTOR shall maintain a fully equipped office/production facility with full-time employees capable of fabricating, configuring, installing, calibrating, troubleshooting, and testing the system specified herein. Qualified repair personnel shall be available and capable of reaching the facility within 24 hours. E. Actual installation of the system need not be performed by the CONTRACTOR's employees; however, the CONTRACTOR shall provide the on-site technical supervision of the installation. F. The CONTRACTOR shall furnish equipment which is the product of one manufacturer to the maximum practical extent. Where this is not practical, all equipment of a given type shall be the product of one manufacturer. 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE (NOT USED) 1.08 MAINTENANCE/SPARE PARTS A. Corrective Maintenance 1. The CONTRACTOR shall provide the services of factory-trained service technicians for the purpose of performing corrective maintenance on all system hardware and software. The period of coverage for each piece of equipment shall begin upon initial equipment purchase or manufacture and shall continue for two years after final acceptance or until expiration of the manufacturer's warranty, whichever period is longer. 2. The CONTRACTOR shall provide a 24-hour, 7-day/week service hotline for telephone notification of system malfunctions. Within 2 hours from notification by the OWNER of defective Control System operations, the CONTRACTOR shall have CORP2000479 4061 13-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL SYSTEM GENERAL PROVISIONS a qualified service representative establish telephone contact with the OWNER's maintenance personnel to discuss short-term corrective measures. 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 24 hours from initial notification. 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 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 the OWNER's option, the OWNER maintenance personnel may participate in any corrective maintenance procedures. 3. If possible, the service representative shall affect replacement or repair of the defective component before leaving the site using replacement parts from the spare parts inventory delivered with the 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 system malfunction shall be replaced within 15 days. 4. 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. B. The OWNER, at the OWNER's option, may elect to employ its own maintenance staff to locate and remove a defective component. In this case the OWNER will 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. 1.09 WARRANTY/EXTENDED WARRANTY (NOT USED) 1.10 DEFINITIONS A. The definitions of terminology used in the Division 40 specifications or in any Section referencing Division 40, shall be as defined in ISA Standard S51.1 unless otherwise specified. Where terms used are not defined in ISA 51.1 or in these specifications, ANSI/IEEE Standard 100-1984, ANSI/ISA S50.1 or other ISA standards shall apply. 1. Signal Circuit: Any circuit operating at less than 80 volts AC or DC. CORP2000479 4061 13-8 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL SYSTEM GENERAL PROVISIONS 2. Control Circuit: Any circuit operating at 24 or more volts (AC or DC), whose principal purpose is the conveyance of information and not the conveyance of energy for the operation of an electrically powered device. 3. Power Circuit: Any circuit operating at 12 or more volts (AC or DC), whose principal purpose is the conveyance of energy for the operation of an electrically powered device. 4. Two-Wire Transmitter: A transmitter which derives its operating power supply from the signal transmission circuit and therefore requires no separate power supply connections. As used in this specification, two-wire transmitter refers to a transmitter which provides a 4 to 20 milliampere current regulation of signal in a series circuit with an external 24-volt direct current driving potential and a maximum external circuit resistance of 600 ohms. 5. Electrical Isolation: Pertaining to an electrical node having no direct current path to another electrical node. As used in this specification, electrical isolation refers to a device with electrical inputs and/or outputs which are galvanically isolated from ground, the device case, the process fluid, and any separate power supply terminals, but such inputs and/or outputs are capable of being externally grounded without affecting the characteristics of the device or providing a path for circulation of ground currents. The terms "galvanic isolation," "electrical isolation", "isolation", or similar terms shall mean electrical isolation whenever used in Division 40, or whenever used in specifications for electrical control and instrumentation equipment in any other Divisions of these contract documents. Unless otherwise specified, electrical isolation for analog signal devices shall be rated 250 volts AC continuous; and 1500 volts AC for one minute, in accordance with ANSI/IEEE C39.5-1974. 6. Panel: An instrument support system which may be a flat surface, a partial enclosure, or a complete enclosure for instruments and other devices used in process control systems. Unless otherwise specified or clearly indicated by the context, the term "panel" in these contract documents shall be interpreted as a general term which includes flat panels, enclosures, cabinets and consoles. 7. Data Sheets: Data sheets as used in this specification shall comply with the requirements of ISA S20. 8. Field: When used to refer to locations at the treatment facility or in the transmission system, shall mean all outdoor locations, as well as all process and equipment areas. Unless otherwise specified, all areas shall be considered "field" locations except for administration and other office areas; control rooms; motor control centers and other electrical equipment rooms; dedicated HVAC rooms; and maintenance buildings. 9. Control Room: An environmentally controlled room intended for housing digital control equipment, computers, large control panels, etc., and generally intended to be regularly occupied by operators. 10. Division 40 Work: Whenever the terms "Division 40 work", "specified under Division 40" or "provided under Division 40" are used, they shall be interpreted as referring to all materials, labor, products, services, systems, etc., specified in Sections 40 90 00 through 40 97 00, excluding 40 92 13, unless equipment shown or specified is clearly labeled as being provided under other parts of the contract. 11. UPS: Uninterruptible Power Supply. CORP2000479 4061 13-9 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL SYSTEM GENERAL PROVISIONS 12. HMI: Human-Machine-Interface. The control system hardware and software associated with providing the LCD-based interface between system users and the control system. 13. PLC: Programmable Logic Controller. Field installed unit which monitors and controls devices, located within the plant. The PLCs contain all logic necessary to monitor and control the system process located at the PLC location. 14. SCADA: Supervisory Control and Data Acquisition. 15. RTU: Remote Terminal Unit. Field installed unit which monitors and controls devices, located away from the plant at remote locations. The RTUs contain all logic necessary to monitor and control the system process located at the remote location. PART 2 PRODUCTS 2.01 INFORMATION ON DRAWINGS A. The following information is indicated on the drawings: 1. Loop diagram on flow sheet for each control loop. Diagrams are schematic in nature and intended only as a guide to work to be performed. 2. Approximate location of primary elements, instrument panels and final control elements. 3. Approximate location of instrumentation power junction boxes for instrument electrical power connection. 4. Location of electrical distribution panel boards for instrument electrical power. 5. Location of equipment having alarms and equipment status contacts. 6. Location of equipment being controlled by system. 7. General layout of instrument cabinets. 8. Instrument installation details. 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 S5.4 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, fabrication details and wiring diagrams. 4. Detailed system configuration. 5. Raceway and cable routing for instrumentation wiring. 2.02 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 an output of five watts operated at 24 inches from the instruments; in the presence of plant telephone lines, power lines and electrical equipment; and in the presence of digital data transmission systems. CORP2000479 4061 13-10 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL SYSTEM GENERAL PROVISIONS B. Field Locations: Field equipment may be subjected to ambient temperatures from -5 to 50°C with direct radiation, relative humidity from 0 to 100 percent with condensation. C. Power Supply: Power supply will be 120 volts AC, single-phase, 60-hertz commercial power. Voltage variations will be at least plus or minus 8 percent. Certain loops shall have integral power supplies as indicated on the drawings. 2.03 TRANSIENT AND SURGE ISOLATION A. Protect all power and communication and transmission/receiving circuitry from any surge, including spikes up 1,000 volts peak and surges with a rise time of less than one microsecond. Use a combination of current limiting resistors, zener diodes, gas tube surge arresters and a fusible link which melts and shorts the surge to ground before the device circuitry is affected. Provide protection adequate for personnel safety, which will prevent an erroneous output, change in calibration or failure of component other than fuse or fusible link. 2.04 SPARE PARTS A. During the system warranty period, the CONTRACTOR is expected to make system repairs by initially replacing the defective component with one from the spares inventory. The CONTRACTOR shall then replace the spare component 2.05 SPECIAL TOOLS A. The CONTRACTOR shall supply one of each type of special hand tool required to open or operate equipment, to remove or replace replaceable parts, remove or replace cable connectors, or to make required operational or maintenance adjustments. A special hand tool is any tool not readily available from local retail hardware stores. 2.06 TEST EQUIPMENT A. The CONTRACTOR shall provide a complete list of all tools, test equipment, and commercial software programs necessary for the proper maintenance of the system. This list shall contain the quantity recommended, model number, description, cost, and name and address of supplier. 2.07 MATERIALS AND EQUIPMENT A. Materials: Material shall be new, free from defects, and of the quality specified. All instruments with the same specification shall be from the same manufacturer. 1. Provide equipment of solid-state construction utilizing second source semiconductors, unless otherwise specified. Derate components to assure dependability and long-term stability. Provide printed or etched circuit boards of glass epoxy, hand or wave soldered, of sufficient thickness to prevent warping. Coat printed circuit boards in field-mounted equipment with plasite 7122, or approved equal, to protect against corrosion. Alignment and adjustments shall be non-critical, 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. CORP2000479 4061 13-11 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL SYSTEM GENERAL PROVISIONS Use parts indicated in instruction manuals, replaceable with standard commercial components of the same description without degrading the performance of the completed assembly. Do not use silver edge connectors or pins. 2. Use test equipment and instruments to simulate inputs and read outputs suitable for the intended purpose and rated to an accuracy of at least five times greater than the required accuracy of the device being calibrated. Such test equipment shall have accuracies traceable to the National Bureau of Standards as applicable. 3. Make equipment located in hazardous areas suitable for applicable classification by use of explosion-proof housings or equipment and barriers approved as "intrinsically safe" by either UL or FM. Locate barriers in cabinets at hazardous area boundaries. Use dual barriers in loops in order to prevent a grounding loop at the barrier. 4. Provide all special tools necessary for operation, maintenance and calibration of all (instruments) devices, subsystems, and systems supplied. 2.08 SPECIAL PROJECT REQUIREMENTS A. As a part of this contract, the instrumentation systems contractor shall coordinate 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 specifications and the central controls, and that the tie-ins and the interface signals are provided as required. B. The calibration, testing, and start-up of all the instruments 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 technician will perform this work. The CONTRACTOR shall also provide a certified calibration report stating that each instrument has been installed per the manufacturer's recommendations and per these specifications. PART 3 EXECUTION 3.01 OVERVIEW A. The CONTRACTOR is responsible for the following areas: 1. Acquisition and installation of all the hardware, software, and instrumentation as defined in this specification and drawings. 2. Perform the Factory Demonstration Test as defined paragraph 3.02, B. 3. Provide start-up installation services for the PLCs. 4. Provide start-up installation services for the HMI. 3.02 SYSTEM TEST REQUIREMENTS A. General Requirements: 1. The Control System shall undergo a comprehensive system test process to demonstrate that the system performs as an integrated unit to meet the requirements of this specification. The CONTRACTOR, as a normal course of system development, shall conduct all element, subsystem, and system tests CORP2000479 4061 13-12 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL SYSTEM GENERAL PROVISIONS necessary to ensure the proper operation of the control system at various stages of system development. This type of testing will normally be not witnessed; however, the OWNER and ENGINEER reserve the right to witness these tests if concerns arise about the progress of system implementation. 2. Two formal witnessed tests shall be conducted on the Control System: a. Factory Demonstration Test (FDT) (PLC. HMI, OIU) —Not Required b. I/O Point Checkout, TERMINATION checkout and HMI checkout 3. The following paragraphs describe the requirements for each of these formal tests. B. Factory Demonstration Test (FDT)s —Not Required 1. A FDT and verification for all equipment, software, and associated documentation shall be performed prior to system, subsystem, or major components shipment. The tests shall be performed to verify that the equipment is manufactured and assembled correctly, is operating as designed, and is in compliance with the contractual requirements for the deliverables. The tests shall be performed to verify that the software and hardware will meet the functional and performance requirements of this document. 2. OWNER (three persons) and the ENGINEER (one person) will witness these factory tests. The supplier of the control system shall provide the following for the OWNER and the ENGINEER. a. Notification four weeks in advance of the tests b. Air travel to/from the test facility c. Lodging in a hotel d. Ground transportation e. Meals f. Above items if retesting must be performed to obtain satisfactory results 3. The FDT shall demonstrate compliance to each explicitly stated requirement in the specification. The CONTRACTOR shall use the Excel spreadsheet program to build a FDT cross reference table that lists each specification paragraph that imposes a uniquely identifiable technical requirement. The CONTRACTOR shall add to the format a data field for the FDT test number of the test that is going to demonstrate compliance with the requirement. A second version of the table, sorted by test number, shall also be printed. This will make it possible to select any specification paragraph and identify the FDT test that should demonstrate the feature. The version ordered by test number can be used to verify the completeness of each test and shall be used during the FDT to check off the features demonstrated. 4. The FDT shall include the following: a. Equipment Test and Verification: The FDT for the equipment (hardware) shall include individual end-item verification and integrated tests of all hardware. These tests shall include visual inspection verification and running the standard hardware diagnostic programs, plus all special diagnostic programs used by the CONTRACTOR to demonstrate that the hardware integration task has been completed. CORP2000479 4061 13-13 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL SYSTEM GENERAL PROVISIONS b. System Functional Test: The functional test shall exercise every specified system function and shall include, but not be limited to, the following: (i) Rigorous exercising of all devices both individually and collectively. (ii) Verification of proper scanning and data acquisition of status and data points. (iii) Demonstration of all redundant functions and components. (iv) Demonstration of all required data base management functionality. (v) Demonstration of all required software support utilities. (vi) Demonstration of all system diagnostics, both on-line and off-line. 5. Support Software Tests: The FDT for the support software shall include the following, as a minimum: a. Demonstration of system editing capabilities including the addition and deletion of points in a PLC; the addition, deletion, and modification of HMI displays, the addition, deletion and modification of report formats, the addition, deletion, and modification of control strategies, and the modification of the database and all database parameters. b. Demonstration of the editing of all system parameters including timers, intervals, etc. c. Demonstration of utility software facilities, including assembling, compiling, appending, and executing new programs. On-line program debug facilities shall also be demonstrated. C. I/O Point Checkout 1. An I/O point checkout shall be performed after all equipment is shipped and installed in the field. The tests shall be performed to verify that the equipment has been installed correctly. The tests shall be performed to verify that the software and hardware will meet the functional and performance requirements of this document. 2. The OWNER and the ENGINEER will witness these factory tests. 3. The I/O point checkout shall demonstrate the proper operation of all the field points affected by the installation of the equipment provided by this contract. 4. The CONTRACTOR shall provide an I/O list for each PLC provided, and a test plan that indicates how the verification will occur. 5. The I/O Point Checkout shall include, but not be limited to, the following: a. Exercise each discrete input. Each state shall be verified at an Operator Workstation. b. Exercise each analog input. Each input shall be verified at 0, 50 and 100% range of the instrument. Linearity of the signal shall be verified. Each value shall be verified at the Operator Workstation. c. Exercise each discrete output. Each state shall be initiated from the Operator Workstation. If necessary, the associated equipment shall be placed into a "safe" state such that the activation of the output will not damage the equipment or cause a safety hazard. d. Exercise each analog output. Each output shall be verified at 0, 50 and 100% range of the instrument. Linearity of the signal shall be verified. Each value shall be initiated and verified at the Operator Workstation. CORP2000479 4061 13-14 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL SYSTEM GENERAL PROVISIONS e. Unless constrained by the operation of the plant, or due to safety reasons, all testing should include the actual equipment, and not use simulated signals. 3.03 INSTALLATION AND STARTUP A. Field Testing: Field testing and start-up shall consist of a sequence of activities and tests conducted as the control system components are installed and integrated at the job site. The following is a description of the individual steps that are involved with field testing and cut-over: 1. Top-End Equipment checkout. a. Once the top-end equipment is installed and operational at the Control Room, checkout of the network will begin. b. Demonstrate the capability of each piece of equipment to communicate with each other. c. Demonstrate the ability of the equipment to operate in the manner defined for each across the network, i.e. Operator Workstations providing HMI screens accessing data from the HMI servers. 2. PLC Checkout a. Once the PLC network is operational to each PLC location, field installation and checkout of the PLCs will begin. b. The field devices will be exercised by the CONTRACTOR to demonstrate the field wiring has been terminated properly. c. The next step of PLC checkout shall be an end-to-end (Operator Workstation to field termination) check of every physical I/O point connected to the PLC. d. Next, any control software associated with the PLC shall be activated and tested one-function at a time by the CONTRACTOR and witnessed by the ENGINEER. When problems are found, the software configuration shall be "debugged" and the problem fixed by the CONTRACTOR. When a problem is found, the appropriate tests shall be repeated after the problem is corrected by the CONTRACTOR to verify proper operation. Once the control software in the PLC has been tested and debugged, that PLC shall remain online on the new control system. e. Each PLC in the system shall be installed and tested using the procedure described above. A specific installation and start up plan shall be developed by the CONTRACTOR prior to the Factory Demonstration Test. The OWNER/ENGINEER will provide assistance as necessary in developing the start-up plan. f. During the start-up phase, the CONTRACTOR shall provide a minimum of 2 people on site full-time. The OWNER will provide one person full-time in the control room (dedicated to testing activities), and one person in the field to support installation and testing activities. The ENGINEER will provide testing support and inspection as required. 3.04 SYSTEM TRAINING A. Training Manuals: CORP2000479 40 61 13-15 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL SYSTEM GENERAL PROVISIONS 1. 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. 2. If the Contractor proposes to use standard training manuals, these manuals shall be revised or appended to reflect Control System characteristics. B. Required Training Courses: 1. 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. All training classes shall be scheduled Tuesday - Thursday between 8:00 A.M. and 3:30 P.M. Each individual daily training session shall be a minimum duration of two hours and a maximum duration of five hours. 2. 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. 3. Following this is a description of the categories of training to be provided. C. Operator Training 1. 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. D. Software Maintenance Training CORP2000479 4061 13-16 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL SYSTEM GENERAL PROVISIONS 1. 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: a. General software maintenance, including Control System backup, restoration, and archiving 2. 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. 3.05 SYSTEM APPLICATION CONFIGURATION A. Base System Configuration 1. The CONTRACTOR shall perform all system configuration activities necessary for the efficient operation of base control system functions. These activities shall include, but not be limited to: sizing of data tables and queues, tuning of communication subsystem parameters, configuration of console control access definitions, setup of alarm subsystem parameters, redundancy setup, Ethernet management devices, etc. The CONTRACTOR shall be responsible for all application programming of the PLC and HMI System. END OF SECTION CORP2000479 4061 13-17 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL SYSTEM GENERAL PROVISIONS *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** SECTION 40 6196 PROCESS CONTROL DESCRIPTIONS 3 PART 1 GENERAL 1.01 SCOPE OF WORK A. Configure, design, program and test the required process control logics that are defined in the provided Control Narrative. B. The developed programs and configuration shall meet the required facility operation and process control. C. All the developed programs, including PLC programs and configuration. Provide PLC memory map to City. Coordinate with the City's SCADA Engineer for PLC and HMI tests. D. The following paragraphs are a general outline of the process control and plant operation. HMI system configuration and program including screen, database, alarm and event, and historian are provided by the City's SCADA Engineer. 1.02 RELATED WORK (NOT USED) 1.03 SUBMITTALS A. The CONTRACTOR shall submit the PLC program design submittal prior to the Factory Acceptance Test. The submittals shall include: 1. One copy of PLC program print-out in electronic PDF format. 2. Tag name convention and database 3. Control strategy narrative. 4. PLC I/O List. B. The CONTRACTOR shall submit the SCADA program design submittal prior to the Factory Acceptance Test. The submittals shall include: 1. Tag name and animation convention 2. Control strategy narrative. 3. Database I/O list 1.04 REFERENCE STANDARDS (NOT USED) 1.05 QUALITY ASSURANCE (NOT USED) 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS (NOT USED) 1.07 DELIVERY, HANDLING AND STORAGE (NOT USED) 1.08 MAINTENANCE/SPARE PARTS (NOT USED) 1.09 WARRANTY/EXTENDED WARRANTY (NOT USED) CORP2000479 4061 96-1 NOVEMBER 2021-ADDENDUM 3 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL DESCRIPTIONS PART 2 REQUIREMENTS 2.01 GENERAL A. All HMI programming must conform to the owner's existing HMI Configuration Standards. B. All PLC application software shall be programmed in the same language as the existing PLC program language. C. The PLC Input/Output list shall contain all items (Field, HMI, and Peer-to-Peer) to be configured for the point and shall be capable of being imported and exported into the system via an Excel spread sheet. D. All field processing analog and discrete I/Os generated at the PLC shall be totalized, displayed, historically collected and trended at the SCADA HMI. E. All alarms generated at the PLC shall be indicated and logged at the SCADA HMI. F. PLC systems diagnostic status, alarming, communications status, failure, hardware primary or standby status, and hardware status and failure shall be displayed and alarmed at the SCADA HMI. G. Communication watchdogs shall be provided that monitor communication between the PLC and the SCADA HMI. Communication failure shall generate alarms notifying the Operators. 2.02 PLC AND SCADA HIM CONTROL FUNCTIONS A. General: The PLC and SCADA HMI shall display the status or value of all PLC input and output points and calculated points described in this section. B. An Operator entered set point shall be constrained to match PLC programmed set point ranges. If a value lower than the set point range is entered, the PLC program shall default to the lowest possible range value. If a value higher than the set point range is entered, the PLC program shall default to the highest possible range value. HMI shall alert the operators of the value being rejected. C. In general, confirmed PLC set point entries become the default program values. Should a PLC reboot occur, either intended or as an uncontrolled event, the PLC program shall be automatically restored with the last set point entries. No operator intervention shall be necessary to bring a freshly rebooted PLC online and operational. D. Fail Conditions: In addition to monitoring fail contacts for controlled equipment, if at any point a device fails to start, stop, open or close as commanded by the PLC, a timeout fail condition shall be generated by the PLC and displayed at SCADA HMI. E. Alarms related to SCADA HMI displayed field equipment and facilities shall be displayed on the related system control screen as well as recorded in the historical alarm summary. CORP2000479 4061 96-2 NOVEMBER 2021-ADDENDUM 3 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL DESCRIPTIONS F. Equipment READY Logic: "Ready" shall be defined in the PLC program (if not already defined by field relay logic) as follows: 1. Field equipment is currently in Remote and/or Auto mode 2. There are no fail conditions pending (including field E-Stop) 3. The equipment is not currently in Run mode. 4. No run inhibit conditions exist G. Ready shall be interpreted as "being available for remote operation". SCADA HMI Manual and Auto mode cannot be achieved without the related equipment having a READY status. (Note: Once a run status is confirmed under this scenario, the equipment shall be noted to be running in Auto mode). H. Flow Signal Dampening: The PLC shall be programmed to dampen the incoming analog signal of all flow meters. This shall be accomplished by averaging the flow signal over a five second period. Specifically, the PLC shall sample the flow every half second for five seconds to calculate the average flow. I. Flow Totalization: The PLC shall be programmed to totalize flow volume. Volume shall be accumulated at a rate of once every five seconds. Flow totalization logic shall utilize dampened flow signals as described in paragraph H of this section. J. Runtime and Number of Starts: The PLC shall be programmed to calculate all motor runtimes and display the value in tenths of an hour on the HMI screen. A lifetime runtime and a resettable/pre-settable runtime shall be provided for each distribution pump. The PLC shall be programmed to calculate the number of starts and display the value on the HMI. A lifetime number of starts and a daily number of starts shall be provided for each distribution pump. K. Out of Service: The control system shall have the facility to assign an "Out-of Service" tag to equipment monitored by the control system or to the entire pump station facility. During extended periods of maintenance and/or repair, an operator may make such an assignment so as to suppress associated alarms and inhibit HMI/PLC control functions. L. Control Strategy Refinement: It shall be understood that some refinement and/or minor modification of the control strategies shall be necessary over the course of the project at no additional cost. Forums for informal discussions and clarifications have been provided in these documents. They include the Presubmittal Conferences, Graphics/Reports Development meetings, Factory Testing, Field Development Phase and Startup. Note: All timer, level, position, analysis and flow rate values noted within the control strategies are provided for reference only and are subject to change based on final construction. PART 3 EXECUTION 3.01 CONTROL NARRATIVES A. Elevated Storage Tank Booster Pump: PMP-5651, 5652, 5751, 5752. CORP2000479 4061 96-3 NOVEMBER 2021-ADDENDUM 3 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL DESCRIPTIONS 1. Description: Monitor pump status. Control pump running when LOR switch is at "REMOTE". 2. Controller programming and configuration: a. Monitor equipment Remote, Running, Speed and Failure status. b. Monitor Isolation Valve closed status. c. Equipment Remote Manual and Auto mode control. d. Equipment fail to start and fail to stop. e. Calculate equipment runtime (0.1 hour increments) and number of starts. 3. SCADA HMI required programming and configuration: a. Remote, Running, Speed status and Speed setpoint display. b. Isolation Valve closed status display. c. All faults and alarms display and reset. d. Event log on: Remote, Running and each fault. e. Equipment runtime display, number of starts display and reset. f. Equipment total runtime display and total number of starts display. g. Equipment speed setpoint control in Remote mode and speed display and log. h. Provide equipment Remote Manual and Remote Auto mode selection software switch. i. Equipment remote manual control (i) Start/Stop pump control. (ii) Speed control. (iii) Fail to Start/ Fail to Stop and reset. j. Equipment remote auto control (i) Equipment will be controlled by System Auto Mode Control function. Refer to System Auto Mode function B. Elevated Storage Tank Pressure Reducing Valve: PRV-5661, 5761 1. Description: Monitor device status and control device opening when in Remote mode. 2. Controller programming and configuration: a. Monitor Open, Closed, LOR switch in Remote mode. b. Monitor device fault status. c. Monitor position reading. d. Position control by Remote mode SCADA position setpoint. e. Equipment Remote Manual and Auto mode control. 3. HMI required programming and configuration: a. Device Open, Closed, LOR switch status display. b. Device fault status display and alarm. c. Position setpoint control and position reading display and log. d. Provide equipment Remote Manual and Remote Auto mode selection software switch. e. Remote manual mode (i) Valve position setpoint—Valve manually controlled by SCADA Operator CORP2000479 4061 96-4 NOVEMBER 2021-ADDENDUM 3 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL DESCRIPTIONS f. Remote auto mode (i) Provide line pressure PID control. The pressure control shall use SCADA HMI line pressure setpoint and line pressure reading as control feedback. (ii) Provide line pressure setpoint on the HMI screen. (iii) Pressure control shall be enabled with Drain Line Isolation Valve is opened. C. Elevated Storage Tank Drain Line Isolation Valve: HV-5605, 5705 1. Description: valve used to isolate tank drain line. Modify the existing PLC program to provide the following functions. 2. Controller programming and configuration: a. Verify the following PLC controls and provide programming as required for the following functions: (i) Monitor Open, Closed, LOR switch in Remote mode. (ii) Monitor device fault status. (iii) Remote mode SCADA operation b. Provide valve remote Auto mode control. 3. HMI required programming and configuration: a. Verify the following HMI controls and provide programming as required for the following functions: (i) Valve Open, Closed, LOR switch status display. (ii) Valve fault status display and alarm. (iii) Valve open/close from SCADA HMI b. Provide equipment Remote Manual and Remote Auto mode selection software switch. c. Remote manual mode (i) Valve manually controlled by SCADA Operator d. Remote auto mode (i) Equipment will be controlled by the System Auto Mode Control function. Refer to System Auto Mode function. D. Elevated Storage Tank Generator: GEN-5671, 5771 1. Description: Monitor the generator status. 2. Controller programming and configuration: a. Monitor Running status. b. Monitor device fault and low fuel status. c. Calculate equipment runtime (0.1 hour increments) and number of starts. 3. HMI required programming and configuration: a. Generator Running status display, event log and alarm. b. Generator fault and low fuel status display and alarm. c. Equipment total runtime display and total number of starts display. E. Elevated Storage Tank Automatic Transfer Switch (ATS): ATS-5675, 5775 1. Description: Monitor the ATS status. CORP2000479 4061 96-5 NOVEMBER 2021-ADDENDUM 3 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL DESCRIPTIONS 2. Controller programming and configuration: a. Monitor position status. b. Monitor device fault status. 3. HMI required programming and configuration: a. ATS position status display. b. ATS fault status display and alarm. c. Event log for fault and status F. System Auto Mode Control 1. System auto mode consists of following three auto modes: a. Tank Fill Mode (Semi-auto) b. Tank Drain Mode (Semi-auto) c. System Auto Mode 2. System Equipment: Each tank site has following equipment: a. Elevated Storage Tank Pressure Reducing Valve b. Elevated Storage Tank Booster Pump 1 and 2 c. Elevated Storage Tank Drain Line Isolation Valve 3. System Auto Mode software select switch. Provide a three-position software select switch on SCADA HMI to select the following modes: a. Tank Fill Mode b. Tank Drain Mode c. System Auto Mode 4. Tank Fill Mode: a. Description: This mode is to provide tank water fill up control. b. This is the default mode. When each of the System's Equipment is at Remote Auto mode, Tank Fill Mode shall be enabled. c. Setpoint: SCADA HMI shall have following setpoints: (i) Tank Fill Up Level Setpoint: (a) Holly EST: 196 ft (default 196 ft) (b) Rand Morgan EST: 225 ft (default 225 ft) d. Control: When this mode is enabled: (i) Close Drain Line Isolation Valve (ii) Delay 2 minutes (SCADA HMI adjustable) (iii) Start least runtime Booster Pump (iv) Keep pump running until Tank level reaches the Tank Fill Up Level Setpoint (v) Stop the pump (vi) Send event message "Tank is filled up"to operator e. Provide pump runtime control. Compare two pumps' running times and call the pump with the least runtime to run and max runtime pump to stop. f. One pump running at any time. Provide pump failover control, running pump failed and stopped, initiate an alarm and automatically call another pump to run. CORP2000479 4061 96-6 NOVEMBER 2021-ADDENDUM 3 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL DESCRIPTIONS 5. Tank Drain Mode: a. Description: This semi-auto mode is to provide water distribution control. b. Mode Enable: when each System Equipment is at the Remote Auto mode, this mode is selected. c. Setpoint: SCADA HMI shall have the following setpoints: (i) Tank drain level setpoint: (a) Holly EST: 152 ft (default 152 ft) (b) Rand Morgan EST: 175 ft (default 175 ft) (ii) System Pressure Setpoint: (a) Holly EST: 58 psi (default 58 psi) (b) Rand Morgan EST: 48 psi (default 48 psi) d. Controls: when this mode is enabled: (i) Stop all pumps (ii) Delay 2 minutes (SCADA HMI adjustable) (iii) Open Drain Line Isolation Valve (iv) PLC starts to modulate Pressure Reducing Valve position to maintain system pressure at the System Pressure Setpoint e. When tank level drops to low level (SCADA HMI setpoint) and system pressure cannot be maintained to the System Pressure Setpoint for 5 min (Adjustable at SCADA HMI), an alarm shall be initiated to SCADA HMI operator (i) Main Pressure Reducing Valve position (ii) Close butterfly valve (iii) Initiate an event message"Tank Drained" 6. System Auto mode: a. Description: This fully automatic mode is to provide automation of tank fill and drain control based on daily schedule. System shall have two schedules for Tank Fill and Drain operation. b. Mode Enable: when each System Equipment is at Remote Auto mode this mode is selected. c. Setpoint: SCADA HMI shall have the following setpoints: (i) Holly EST (a) Schedule 1: (1) Schedule 1 Tank Drain Time: 07:00:00 (2) Schedule 1 Tank Fill Time: 12:00:00 (b) Schedule 2: (1) Schedule 2 Tank Drain Time: 18:00:00 (2) Schedule 2 Tank Fill Time: 23:00:00 (ii) Rand Morgan EST (a) Schedule 1: (1) Schedule 1 Tank Drain Time: 07:00:00 (2) Schedule 1 Tank Fill Time: 13:00:00 (b) Schedule 2: CORP2000479 4061 96-7 NOVEMBER 2021-ADDENDUM 3 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL DESCRIPTIONS (1) Schedule 2 Tank Drain Time: 18:00:00 (2) Schedule 2 Tank Fill Time: 23:00:00 (iii) All setpoints shall be adjustable on an HMI screen d. Controls: when this mode is enabled: (i) SCADA clock time reaches each schedule time, SCADA shall start each mode. 7. System Auto mode fail control: a. When system equipment has one of the following: (i) Pressure Relief Valve fails or (ii) Isolation valve fails or (iii) One of Booster Pumps fail b. The System shall: (i) Switch each System Equipment to Remote Manual Mode (ii) Stop pump (iii) Close Drain Line Isolation Valve (iv) Maintain Pressure Reducing Valve position (v) Initiate an alarm to operator G. System Emergency Mode 1, System auto emergency mode consists of two operation modes; a. Auto b, Manual 2, System Equipment; Each tank site has the following equipment; a, Elevated Storage Tank Pressure Reducing Valve b, Elevated Storage Tank Booster Pump 1 and 2 c, Elevated Storage Tank Drain Line Isolation Valve 3, Auto Mode; a, This mode shall be enabled when all of the system equipment is in the remote auto mode, b. When the following conditions occur.- (i) ccur;(i) System is in Tank Fill Mode or System Auto mode AND (ii) Drain line pressure (PIT-5602/5702) drops to emergence pressure setpoint 40 psi for Holly EST and 38 psi for Rand Morgan EST(default setting, SCADA HMI adjustable)ANDA (iii) Drain line pressure stays below emergency pressure setpoint for 30 sec(delay timer setting, SCADA HMI adjustable 0-10 min,) 4. PLC program shall force the System to Tank Drain Mode, Refer to System Auto Normal Mode Tank Drain Mode control, a. When the Drain line pressure back to normal (> 40 PSI), after a time delay (default 15 min, HMI adjustable 0N120min), System shall be switched to the original control mode, b. Event log and alarm with mode is changed CORP2000479 4061 96-8 NOVEMBER 2021-ADDENDUM 3 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL DESCRIPTIONS 5, Manual Mode; a, Provide Manual Emergency Mode button on HMI screen to allow operator to force the System into Emergency Mode manually, b, When Manual Emergency Mode button is pressed on SCADA HMI screen, the system control shall switch to the Tank Drain Mode, Refer to System Auto Mode Tank Drain Mode control, c. When the distribution system pressure is back to normal(>40 PSI), after a time delay (default 15 min, HMI adjustable 0N120min), the system shall be switched to the original control mode, d, Event log and alarm with mode is changed END OF SECTION CORP2000479 4061 96-9 NOVEMBER 2021-ADDENDUM 3 HOLLY AND RAND MORGAN EST IMPLEMENTATION PROCESS CONTROL DESCRIPTIONS *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** SECTION 40 67 00 CONTROL SYSTEM EQUIPMENT PANELS PART 1 GENERAL 1.01 SCOPE OF WORK A. The CONTRACTOR shall modify the existing PLC panel as shown on the plan. B. This section specifies connection wiring within panels and electrical accessories such as switches, pilot lights, relays, terminal blocks, and fuses, which are included in the panel. The listed panel equipment and device specifications are for any piece of panel equipment or device that is not existing in the existing PLC panel. The CONTRACTOR shall provide the same model of panel devices and components as the existing's. C. All work and products shall conform to the designs shown on the applicable Drawings and shall comply with the provisions of this section. Panels and cabinets shall include all components indicated in the applicable Drawings, required to provide functions as specified in this section. Where specific requirements on the Drawings conflict with general design requirements in this section, the requirements shown on the Drawings shall prevail. D. The CONTRACTOR shall calculate new panel device electrical load and verify with the existing panel power supply size. Provide a larger size power supply as required. 1.02 RELATED WORK 1.03 SUBMITTALS A. General: Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Elementary Control Diagrams: The CONTRACTOR shall provide elementary control diagrams, using the ladder diagram format incorporating line number, operation function statement, contact location line number with an underline for a normally closed contact, and a description of operation of each device. Label each contact, coil, and indicator with its function as well as its number. Show terminals for field wiring. Show field wiring as dashed lines. C. Connection Diagrams: Connection diagrams shall show the placement, labeling, and wiring of components within panels and cabinets. Components shall be shown arranged in the physical layout (not necessarily to scale) as it would appear to a person servicing the equipment. Wires shall be shown as a continuous line between their termination points. The direction of entry to a wire bundle shall be shown. Wire lists and wireless diagrams shall not be accepted. All additions and deletions of devices and wires in existing enclosures shall be clearly shown. Each wire label designation shall be shown. The wire label designations on each end of a single wire must be identical. All wire termination point numbers shall be shown. Each wire color shall be shown. Signal and CORP2000479 40 67 00-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CONTROL SYSTEM EQUIPMENT PANELS DC circuit polarities shall be shown. All jumpers, shielding, and grounding details shall be shown. Wire pairs shall be shown. Spare wires and termination points shall be shown. 1.04 REFERENCE STANDARDS A. All materials and workmanship shall conform to the latest published applicable provisions of the following codes and standards: Standards Title NFPA National Electrical Code (NEC) ANSI/NEMA ICS 1 General Standards for Industrial Controls and Systems ANSI/NEMA ICS 2 Industrial Control Devices, Controllers, and Assemblies ANSI/NEMA ICS 3 Industrial Systems ANSI/NEMA ICS 4 Terminal Blocks for Industrial Control Equipment and Systems ANSI/NEMA ICS 6 Enclosures for Industrial Controls and Systems ANSI/NEMA 250 Enclosures for Electrical Equipment (1000 Volts maximum) EIA RS-310-C Racks, Panels, and Associated Equipment ANSI-C-37.13 Low-Voltage AC Power Circuit Breaker (600 Volt Insulation Class) ANSI/IEEE Electrical Isolation for Analog Signal Devices C39.5-1974 B. Unless otherwise specified, electrical equipment and material provided under this contract shall be listed and labeled with the purpose for which it is used by the Underwriters Laboratories, Inc. (UL). This requirement may be waived only if a UL listing is not available for the type of product. 1.05 QUALITY ASSURANCE A. Manufacturer's Qualifications - All equipment and accessories provided shall be the product of a manufacturer regularly engaged in manufacturing this equipment whose products have been in satisfactory service for not less than three (3) years. Completed panels shall bear the UL label. B. Services of Manufacturer's Representative - The manufacturer shall provide operating training and maintenance training. 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS 1.07 DELIVERY, HANDLING, AND STORAGE (NOT USED) 1.08 MAINTENANCE/SPARE PARTS A. The manufacturer shall provide the specified spare parts and/or tools as detailed below: 1. Ten of each type of surge protector CORP2000479 40 67 00-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CONTROL SYSTEM EQUIPMENT PANELS 2. Ten of each type of control relay 3. Ten fuses of each type used 4. Twenty terminal blocks of each type used 1.09 WARRANTY/EXTENDED WARRANTY A. The manufacturer shall provide an all-inclusive two (2)-year warranty. PART 2 PRODUCTS 2.01 MATERIALS A. PLC Panels 1. Provide components and devices per contract drawings. B. Nameplates—Not required 1. Machine engraved, three ply laminated phenolic nameplates shall be provided for all panels and cabinets as shown on the Contract Drawings. Nameplates shall be black with white lettering. Nameplates shall be attached to the panel with a minimum of two self-tapping metal screws. The height of each character shall be a minimum of 3/16" except as noted. C. Wiring And Electrical Devices 1. General: Provide the wiring and electrical devices specified below and install these and internal panel wiring as shown on the Contract Drawings. 2. Power Distribution a. Unless otherwise specified, power for instrumentation equipment shall be obtained from a 120 volt, 60 hertz distribution panel-board in the Lighting Panel. b. Each cabinet shall be equipped with a 120 VAC main power disconnect circuit breaker and power distribution circuit breakers as shown on the Contract Drawings. The main power disconnect breaker shall be a one-pole breaker rated at the amperage shown on the Contract Drawings. Distribution circuit breakers shall be single-pole rated at the amperage shown on the Contract Drawings. The circuit breaker shall be rated at 250VAC maximum with a short circuit rating of 10,000 amps for all breaker ratings. The circuit breakers shall be mounted on a standard DIN rail and shall be Allen-Bradley Channel Mounting Type, or equal. c. For each power distribution circuit breaker, a neutral return terminal block shall be installed at the bottom of the breaker rail. The neutral return terminal block shall be standard DIN rail mounted and shall be rated to carry required amperes and accept up to two 12 AWG wires. This terminal block shall conform to the requirements specified herein. d. Each cabinet shall be provided with grounding type receptacle power outlets for 120 VAC power supply connections as shown. Each piece of equipment that is equipped with an ac power cord shall be plugged into a power outlet. 3. Panel Connection Wire and Cable CORP2000479 40 67 00-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CONTROL SYSTEM EQUIPMENT PANELS a. All cables furnished by the CONTRACTOR, including cables with any and all wires terminated at both ends within the same panel or enclosure and cables with any wires terminated at more than one panel or enclosure, shall conform to the requirements specified below. (i) Power and Control Cable - Power and control wiring shall be single conductor stranded copper NFPA 70 Type MTW. Power wiring from the main circuit breaker to distribution breakers shall be 12 AWG minimum. All other single conductor 120 VAC and 24 VDC power and common return wiring, common ground buses, and all common logic bus circuits shall be 16 AWG minimum. Circuits protected by 15 Amp circuit breakers shall be 14 AWG minimum. All power wiring shall be rated for 600V and 80°C. (ii) Single Conductor Wire - All single conductors used for logic control circuit wiring shall be No. 18 AWG stranded conductor copper, Belden Type 9918 (0.080-inch O.D.), or equal. (iii) Multi-conductor Foil-shield Cable (TP) - All multi-conductor cable used for logic control circuit wiring shall be No. 16 AWG stranded copper conductors with polyvinyl/chloride jacket. The cable shall be rated for a minimum of 600 volts and 80°C. The cable shall have an overall aluminum/polyester foil shield with drain wire, Alpha XTRA-Guard 1, or equal. (iv) Analog Signal Cable - Wiring for 4-20 milliampere, 1-5 volt DC signals and other analog signals shall be No. 18 AWG stranded copper twisted pair shielded cable and 80°C rated, UL listed, and 0.25 inches maximum outside diameter, with 100 percent coverage aluminum foil mylar-lines shield and No. 22 AWG (minimum) stranded tinned copper drain wire, Houston Wire and Cable, Belden, or equal. Multi-pair analog signal cable shall be individually shielded (with drain wire) No. 18 AWG stranded conductor copper with a 100 percent aluminum/polyester foil shield with drain wire and an outer PVC jacket. The cable is designated TSP on the Contract Drawings. The cable shall be rated for 600V, 80°C (NEC Article 300-3). (v) Multi-Individual Conductor (TP) - Multi-individual conductor cables used for logic control circuit wiring shall be number 16 AWG stranded copper conductors with polyvinyl/chloride jacket. The cable shall be rated for a minimum of 600V and 80°C. The cable shall be Belden or equal. (vi) Wire Tagging - All panel connection wiring shall be tagged at terminations with machine printed slip on type tags. The CONTRACTOR shall show wire/cable tag designations on all wiring diagrams submitted to the OWNER. There shall be a tag placed within two inches of any wiring termination. The tag shall be fixed to the wire to prevent the tag from sliding more than two inches from the terminal as the result of gravity and vibration. b. Power and Control Circuits (i) Control circuit, logic bus, and power circuit wires shall be tagged as defined in this paragraph. (ii) Control Circuits: Each individual connection wire shall be tagged at both ends of the wire with a wire number. The tag shall be placed on the wire CORP2000479 40 67 00-4 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CONTROL SYSTEM EQUIPMENT PANELS within two inches of the terminal at which the wire is terminated. The CONTRACTOR shall assign a unique number for each wire within a panel. (iii) Power Circuits: All 120 VAC power wires shall be tagged with the designation "120 VAC-" followed by the circuit breaker number shown on the Contract Drawings, then followed by a letter designating whether the wire carries the line (L), neutral (N), or power ground (PG). (iv) Positive 24 VDC power circuit and power bus wires shall be tagged with the designation "+24 VDC-" followed by the circuit breaker number shown on the Contract Drawings, and 24 VDC power returns shall be designated with "24 VDC COMMON". c. Wire Colors: Control, logic bus, and power conductors in panels shall match the existing PLC cable color scheme. d. Signal Circuits: Signal circuit multi-conductor cables shall be tagged at each end with the designation shown on the wiring diagram. Each signal conductor shall be tagged at each end with the designation of the terminal block to which it is connected. Individual conductors in each pair of twisted-pair cables shall have distinctly different colors, such as black and white or black and clear. Shield ground common wires connected between drain wire terminals shall be green and shall be tagged "SG". 4. Terminal Blocks a. Unless otherwise shown or specified, terminal blocks shall use captive screws with pressure plate, DIN EN 50035 rail 600 volt rating. Terminal blocks for Input/Output shall be prewired type. Terminal blocks shall be the type specified in the following table orequal: Description Type Application Terminal Block or Phoenix UK 5 N 120 VAC, Neutral equal Grounding Terminal Phoenix USLKG 5 Equipment Grounding Block End Clamps Phoenix E/NS 35 N Each Group of Blocks Terminal Marking Phoenix ZB 6 All terminal Blocks as req u i red Terminal Strip Marker Phoenix KLM-A Each Group of Blocks Insertion Strip Phoenix ESL As Required b. Provide Phoenix Contact UK6.3 fused disconnects with light indicators for 24VDC and 120VAC circuits with fuses as shown on the drawings (www.phoenixcontact.com). Provide 20 fuses of each type as spares. 5. Terminal Tags, Covers, and Markers: Each terminal strip shall have a unique identifying alphanumeric code designation at one end and a plastic marking strip running the entire length with a unique number for each terminal. The CONTRACTOR shall assign terminal strip numbers from the number "1" and continuing in ascending cardinal order. The terminal strip designation shall be the letters "TB" followed by the terminal strip number. The strip and terminal point designations shall be machine printed and 1/8 inch high. Terminal blocks carrying CORP2000479 40 67 00-5 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CONTROL SYSTEM EQUIPMENT PANELS 120 VAC power circuits shall be provided with a transparent, hinged cover for personnel protection and accessibility. 6. Wire Routing: Wires shall be routed in slotted plastic wire-ways with snap covers. Wires carrying 120 VAC shall be separated as much as possible from other wires and signal cables and shall be routed only in ducts shown on the Contract Drawings for 120 VAC. If the power wiring has to cross the signal wiring, the crossing shall be as close to a right angle as possible. Ducts shown for 24 VDC shall be used for all other wires and cables. Routing of 120 VAC in combined ducts shall be minimized. Wires and cables shall be routed along the shortest route between termination points, excepting routes that would result in routing 120 VDC and other wires and cables in the same duct. For intrinsically safe signal wiring, refer to ANSI/ISA RP12.6 "Installation of Intrinsically Safe Instrument Systems in Class I Hazardous Locations." Wires and cables shall have sufficient length to allow slack and to avoid any strain or tension in the wire or cable. Wires and cables shall be placed in the ducts in a straight, neat, and organized fashion and shall not be kinked, tangled, or twisted together. 7. Wire Terminations a. Single wire and cable conductors shall be terminated according to the requirements of the terminal device. b. For captive screw pressure plate and screw terminals, appropriately sized lugs shall be used. Lugs shall be crimped and form gastight connections.All crimping shall be done using a calibrated crimping tool made specifically for the lug type and size being crimped. c. On shielded cables, the drain wire shall be covered with insulating tubing along its full bare length between the cable jacket and the terminal lug or terminal pressure plate. 8. Single Position Indicating Lights a. Single position indicating lights shall be 24 VDC, NEMA 13, heavy-duty, oil- tight, LED type with nominal 1.5-inch diameter. The lens color shall be as designated on the drawings. b. Single position indicating lights shall be Micro-switch Type PT, Westinghouse Type PB2, General Electric Type CR104P, or equal. 9. Electro-Mechanical Relays: Control relays shall be UL or CSA approved and provided with two form C silver contacts rated at 3 amperes at 28 VDC and shall be hermetically sealed. Where the Contract Drawings show a requirement for more than two contacts for a single control relay, two relays shall be provided with the coils wired in parallel. Coils shall be 24 VDC. Relays shall be mounted on sockets with retainers and shall be wired with drop out voltage spike suppression diodes in parallel with all coils, with the cathode of the diode connected to the positive side of the coil. Electro-mechanical Control Relays shall be IDEC (www.idec.com) type RY2S-LD with indicator light, Potter and Brumfield (www.tycoelectronics), or equal. 10. Power Line Surge Protectors: Each panel shall be provided with a 120 VAC, 20 Ampere service power line surge protector. The surge protectors shall be heavy duty, multi-stage, and high speed. Response time shall be 5 nanoseconds maximum and shall allow 340 Volts maximum peak surges to pass through. The protector shall be wired to the cabinet ground bar via a dedicated #8 AWG solid copper wire. CORP2000479 40 67 00-6 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CONTROL SYSTEM EQUIPMENT PANELS The power line surge protectors shall be EDCO Type HSP-121 (www.edcosurge.com) or equal. 11. Panel Ground a. Each panel shall be provided with a 1 inch high x 0.25 inch thick solid copper grounding bus bar across the bottom of the panel. The grounding bar shall be mounted on insulated standoffs so that no electrical connection is made between the grounding bar and the cabinet through the mounting. The ground bar shall be drilled and tapped with .25-20 screws at .5 inch intervals along its entire length. b. An uninstalled solid copper #8 AWG ground wire shall be attached between the ground bar and the panel enclosure and between the ground bar and the mounting panel. The ground connection to the enclosure and panel shall be made by sanding the paint finish off a small area, drilling a hole for a .25 inch bolt, and mounting a .25-20 bolt to the panel to serve as a grounding stud. The grounding stud shall be attached with a nut and flat washers on both sides of the enclosure/panel and with an inside tooth star lock washer next to the panel surface. The star lock washer shall be on the inside surface of the enclosure and the front surface of the mounting panel. The grounding wire shall be secured to the stud with a nut and inside tooth star lock washer. These grounding points shall be located within 12 inches of the bottom of the grounding bar. 12. Power Supply: Each panel shall be provided with 24 VDC switching type power supplies connected in parallel via current steering diodes. These power supplies shall operate from 120 VDC input power, shall provide a direct current output of 10 Amperes at 24 VDC at 40°C, and shall be adjustable from 24 to 28 VDC by screw driver operated adjustment. Input power regulation shall be .2% from 105 to 130 VDC. Output load regulation shall be .2% maximum from zero to full load. Ripple shall not exceed .5% at full load. The power supplies shall have integral output current limiting and over voltage protection. The power supplies shall have fully enclosing cases. The power supply shall be manufactured by Acopian (www.acopian.com) or approved equal. 13. Condensation Heater: Provide thermostatically operated condensation space heaters, which are sealed and safe to touch. 14. Wiring Duct: Plastic wiring duct shall be slotted type with dust cover, panduit type e or ne, as required. 15. Provide panel intrusion switch mounted on the panel door. 2.02 PANEL FABRICATION 2.03 FACTORY TESTS PART 3 EXECUTION 3.01 INSTALLATION A. Shop Testing: The CONTRACTOR shall coordinate panel delivery with the construction of the control room and panel locations to minimize field handling. CORP2000479 40 67 00-7 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CONTROL SYSTEM EQUIPMENT PANELS END OF SECTION CORP2000479 40 67 00-8 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION CONTROL SYSTEM EQUIPMENT PANELS SECTION 40 70 00 INSTRUMENTATION FOR PROCESS EQUIPMENT PART 1 GENERAL 1.01 SCOPE OF WORK A. This section of instrumentation covers: Field Instruments. 1.02 RELATED WORK (NOT USED) 1.03 SUBMITTALS A. Literature and drawings describing the equipment in sufficient detail, including parts list and materials of construction, to indicate full conformance with the Specifications. 1.04 JOB CONDITIONS A. Environmental Requirements: The equipment shall operate in ambient temperature 0-130°F, relative humidity 30-100% conditions. B. Project power 120 volts, 60 hertz single-phase. Appropriate isolation shall be provided. C. Standard Signal: 1. Output Signal. Each instrument, which outputs a signal, shall output the standard 4-20 mA signal. The signal shall be constant over a load range of 0 to 600 ohms. 2. Input Signal. a. Electronic devices, such as controllers, match function devices etc., shall have an input impedance of one mega-ohm minimum for an input signal of 1 to 5 VDC. b. The 1 to 5 VDC signal shall be developed by the standard 4 to 20 mA transmitted signal through a precision 250 ohm, one-watt resistor. c. These requirements allow several receiving units to monitor the same transmitting unit without causing any perturbation of the received signal. d. Receiving devices shall not be wired in parallel. PART 2 PRODUCTS 2.01 EQUIPMENT FURNISHED A. Refer to instrument sheets at the end of this specification. 2.02 PRESSURE SWITCH A. Type: Diaphragm actuated. B. Function/Performance: 1. Repeatability: Greater than 1.0 percent of pressure. CORP2000479 40 70 00-1 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION INSTRUMENTATION FOR PROCESS EQUIPMENT 2. Set point: Field adjustable and set between 30 and 70 percent of the adjustable range. 3. Reset: Unit shall be of the automatic reset type unless noted otherwise on the Instrument Device Schedules. 4. Over Range Protection: Over range protection to maximum process line pressure. 5. Switch Rating: 250V AC at 10 amps; and 30V DC at 5 amps. C. Physical: 1. Housing: NEMA 4X. 2. Switching Arrangement: Single pole double throw (SPDT) unless double pole double throw (DPDT) switches are shown on the instrument device schedule. 3. Wetted Parts: Teflon coated diaphragm, Viton seals, stainless steel connection port. 4. Connection Size: 1/2-in NPT. D. Accessories/Options Required: 1. Shutoff Valve: Provide a process shutoff valve which can be used as an adjustable pressure snubber. E. Acceptable Manufacturers: 1. Static-O-Ring (SOR). 2. United Electric. 3. Ashcroft. 4. Mercoid. F. Instrument list: refer to contract drawing for instrument list G. Spare: One set of instruments. PART 3 EXECUTION 3.01 INSTALLATION A. General: 1. Install control panels as shown on the drawings. 2. Install instruments in various locations in the field and on panels as shown on the drawings. 3. Coordinate the outage with the OWNER representative through the ENGINEER. Starting or stopping of any existing pump; opening any existing breaker, or disconnecting any instrument shall be approved in advance through the ENGINEER. 4. All installations shall be in accordance with the Manufacturer's recommendations and instructions. 5. All the necessary mounting accessories shall be provided. CORP2000479 40 70 00-2 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION INSTRUMENTATION FOR PROCESS EQUIPMENT 3.02 SCHEDULE A. The instruments shall be supplied of the range and type as described in the data sheet, loop diagram, and PID as shown on the drawings. SEE FOLLOWING ATTACHED SHEETS CORP2000479 40 70 00-3 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION INSTRUMENTATION FOR PROCESS EQUIPMENT *** THIS PAGE WAS INTENTIONALLY LEFT BLANK*** SECTION 43 23 21.13 BETWEEN-BEARINGS IMPELLER, ONE- AND TWO-STAGE, AXIALLY-SPLIT CENTRIFUGAL PUMPS PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment, and incidentals, including Special Services, required to provide pumps, base plates, couplings, anchor bolts (including design), motors, starters, and appurtenances as shown on the Drawings and specified in this section. Major components include the following: four (4) horizontally mounted, axial split-case, single stage, side suction, dual volute, centrifugal pumps, and associated motors at the elevated storage tanks (ESTs). B. The pumping units (pumps and motors, etc.) shall be furnished with all necessary accessory equipment and auxiliaries whether specifically mentioned in these Specifications or not, and as required for an installation incorporating the best practices for the type of service, including field testing, and instructing the regular operating personnel in the care, operation, and maintenance of all equipment. C. Unit Responsibility: A single manufacturer shall be responsible for furnishing the Work and for coordination of design, assembly, testing, and installation of the Work of each Pump Section; however, the Contractor shall be responsible to the Owner for compliance with the requirements of each Pump Section. D. The Contractor/Pump Manufacturer shall confirm the pump rotation from the plans prior to manufacture. E. It is required to have one pump manufacturer to supply all two (2) centrifugal pumps and motors at each EST site. F. The pump supplier shall provide one bid proposal based upon the criteria as specified in the drawings and in this section for selection of pumping units. G. The City has purchased equipment to be used for this project. Purchase Orders (POs) are attached at the end of each of the pre-purchased equipment specification. The Contractor shall provide Services for all equipment provided by the Owner, as specified in Section 01 64 00 — Owner-Furnished Products as well as elsewhere in the Contract Documents. 1.02 RELATED WORK A3A. Section 09 90 00 — Painting and Coating. B. Section 26 05 02— Common Motor Requirements for Process Equipment, C. Section 43 05 22 — Pumping Unit Testing. CORP2000479 43 23 21.13 - 1 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION BETWEEN-BEARING IMPELLER, ONE-AND TWO-STAGE,AXIALLY-SPLIT CENTRIFUGAL PUMP 1.03 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and the Contract Documents. B. Submit completed PUMPING UNIT QUESTIONNAIRE, included at the end of this Section, with the Bid Proposal. C. All submittals shall use English units and shall be written in English. D. Submit required information in accordance with Section 01 33 01 — Submittal Register. Submit catalog sheets showing pump characteristics and dimensions, including the Dimensional and Layout Data: 1. Certified dimensional drawings of each item of equipment and auxiliary apparatus to be furnished. 2. Certified pump support and anchor bolt plans and details. 3. Schematic electrical wiring diagram and other data as required for complete pump installation. 4. Drawings of bearing temperature sensing locations and mounting details. 5. Certified sectional drawing of pumping unit with part numbers and material specifications. E. Design Data: 1. Submit Manufacturer's certified rating curves for each pump, showing pump characteristics for discharge head, capacity, brake horsepower, pumping efficiency at the "rated design" points, pump efficiency curve for pump, and guaranteed net positive suction head required (NPSHR) over the entire range of pumping requirements. This information shall be prepared specifically for each pump provided. Catalog sheets showing a family of curves will not be acceptable. 2. Submit dry weights of pump, motor, and base plate, and weight of entire pumping unit. 3. Submit pump/motor coupling Manufacturer, model number, AGMA 9002-A clearances and tolerances. A3F. Test Reports: 1. Submit certified test reports as specified in Part 3 of this Section. 2, Submit certified motor test data as specified in Section 26 05 02 — Common Motor Requirements for Process Equipment, G. Submit Manufacturer's installation instructions. H. Submit qualifications of pump company service Engineer to check out installation. I. Submit a Manufacturer's field report, including the following: 1. Report of installation, inspection, testing, and observations for each pumping unit. 2. Letter of Certification. J. Submit operation and maintenance data in accordance with the General Conditions. CORP2000479 43 23 21.13 - 2 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION BETWEEN-BEARING IMPELLER, ONE-AND TWO-STAGE,AXIALLY-SPLIT CENTRIFUGAL PUMP 1.04 REFERENCE STANDARDS A. Design, manufacture, and assembly of elements of the equipment herein specified shall be in accordance with, but not limited to, current published standards of the following, as applicable: 1. American Bearing Manufacturer's Association (ABMA). 2. American Gear Manufacturer's Association (AGMA). 3. American Institute of Steel Construction (AISC). 4. American Iron and Steel Institute (AISI). 5. American Society of Mechanical Engineers (ASME). 6. American National Standards Institute (ANSI). 7. American Society for Testing Materials (ASTM). 8. American Welding Society (AWS). 9. Anti-Friction Bearing Manufacturer's Association (AFBMA). 10. American Water Works Association (AWWA). 11. Hydraulic Institute Standards (HI). 12. Institute of Electrical and Electronics Engineers (IEEE). 13. Instrumentation, Systems, and Automation Society (ISA). 14. International Standards Organization (ISO). 15. Manufacturers Standardization Society of the Valve and Fittings Industry (MSS). 16. National Electrical Code (NEC). 17. National Electrical Manufacturer's Association (NEMA). 18. NSF International Strategic Registrations, Ltd (NSF). 19. NSF Standard 61 - Drinking Water System Components. 20. Occupational Safety and Health Administration (OSHA). 21. Society of Automotive Engineers (SAE). 22. Steel Structures Painting Council (SSPC). 23. Underwriters' Laboratories, Inc. (UL). 1.05 QUALITY ASSURANCE A. The equipment covered by these Specifications is intended to be standard pumping equipment of proven ability as manufactured by reputable companies having extensive experience in the production of such equipment. Units specified herein shall be furnished by a single Manufacturer. The equipment furnished shall be designed and constructed in accordance with the best practice and methods and shall operate satisfactorily when installed as shown on the Drawings. B. The Pump Manufacturer shall be fully responsible for the design, arrangement, and operation of all connected rotating components, including soleplates, if any, of the assembled pumping unit mounted on a fabricated steel base plate to ensure that neither harmful nor damaging vibrations occur at any speed within the specified operating range. C. The pumping units shall be complete, including pump, motor, resistance temperature detectors (RTDs), and terminal boxes. The Pump Manufacturer shall be responsible for CORP2000479 43 23 21.13 - 3 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION BETWEEN-BEARING IMPELLER, ONE-AND TWO-STAGE,AXIALLY-SPLIT CENTRIFUGAL PUMP the coordination, furnishing, and performance of the complete pumping units (pump and motor, etc.) and also coordination with the VFD supplier. The Pump Manufacturer shall be responsible to the Owner for compliance with the requirements of pumping units. D. The Pump Manufacturer shall have furnished pumping units in the United States which are similar in design, type, and service, and comparable in size, head, and capacity to those specified to be furnished. Such comparable pumping units shall have been in satisfactory operation for a period of not less than five years. E. The Pump and Motor Manufacturers shall currently have maintenance and repair facilities established and in operation in the United States for a period of not less than three years. Such facilities shall be fully equipped and staffed with qualified personnel for making repairs to damaged pumps and motors shall stock or have direct access to a full line of maintenance spare parts. F. Acceptable Manufacturers: Subject to compliance with the requirements, provide pumps manufactured by one of the Manufacturers listed below. All plant water pumps shall be from a single Manufacturer. 1. Pentair. 2. Grundfos. 3. Flowserve. Only the manufacturers listed above are permitted to bid this job. No "like", "equivalent", or "equal" is permitted. G. Vibration: 1. The Pump Manufacturer shall review the Specifications and Drawings, including piping, pipe supports, harnessing arrangements, and foundations to fully evaluate the field installation conditions. This shall be done to ensure that the pumps are designed to conform to the specified vibration limits. Vibrations in excess of specified limits shall not be acceptable. 2. Acceptable field vibration and factory vibration limits shall be in accordance with the HI Standards. H. The pump shall operate without cavitation from shutoff head to minimum head. I. Services of Manufacturer's Representative: 1. Provide services of Pump Manufacturer's factory service technician specifically trained in the installation, operation, and maintenance of pumping units as specified herein. The services of the Manufacturer's Representative shall be made available during the installation period for assistance to the Contractor for adjusting and checking equipment. 2. Man-hour requirements tabulated below are exclusive of travel time and do not relieve the Contractor of obligation to provide sufficient service to place equipment in satisfactory operation. 3. The factory representative(s) shall be provided for trips and durations as shown below. CORP2000479 43 23 21.13 - 4 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION BETWEEN-BEARING IMPELLER, ONE-AND TWO-STAGE,AXIALLY-SPLIT CENTRIFUGAL PUMP Services Provided by Factory Minimum Minimum Time of Representative Number of Trips Site Per Trip (Hours) 1 Supervise Unloading(f) 1 4 2 Supervise Setting of Pump Bases 1 16 Supervise Installation of Pumps and 3 Check Pump Leveling and Pre- 2 16 Alignment(b) 4 Inspect Final Pump Alignment(c) 1 8 5 Supervise Startup and Initial Run to 1 8 Demonstrate Successful Operation 6 Instruct Engineer and Owner's Reps 1 8 in Proper Startup and 0&M (d,e) (a) Representative(s) shall be present at frequent enough intervals to ensure proper installation, testing, and initial operation of the equipment. (b) Before grouting and piping connection. (c) After grouting and piping connection. The Manufacturer's representative shall provide to the Engineer a written certification that each pump has been installed in accordance with the Manufacturer's recommendations. (d) In the event the services of the Manufacturer's Representative are needed and requested by the Contractor for periods longer than indicated in these Contract Documents, payment for such services shall be made by the Contractor. No payment from Owner shall be due for time spent by the Representative due to faulty design, fabrication, or installation of the equipment. (e) Instruction may be given upon completion of Item 5, provided that the field testing by Owner's independent testing laboratory is successful and the 0&M Manuals have been submitted to and accepted by the Engineer. (f) This assumes all pumps are shipped together. Additional trips shall be included for additional shipments. 1.06 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS A. Treated drinking water is to be pumped from the City Water Distribution System to the EST. Water to be pumped is treated drinking water containing chloramines. Levels typically are 3 mg/L (as chlorine), but can be as high as 5 mg/L. B. Pumps shall be suitable for both enclosed and outdoor installation. C. Pump Supplier shall design the common steel base (frame) for mounting of pumps and motors. Pump Supplier shall pre-mount and align pumps and job motors at the factory and provide alignment information to Contractor. Pump Supplier shall drill pump and motor feet for bolting at factory and will drill base plate for anchor bolt installation. CORP2000479 43 23 21.13 - 5 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION BETWEEN-BEARING IMPELLER, ONE-AND TWO-STAGE,AXIALLY-SPLIT CENTRIFUGAL PUMP D. Pump Supplier shall provide full coordination with VFD motor supplier to meet the specified operating conditions of the pumps. Pump Supplier shall document their agreement that motors proposed are fully satisfactory for use with pumps, including future operation wherein motors are driven with soft start or variable frequency drives. E. Pump Supplier shall perform pump/motor vibration analysis. Motor Supplier shall provide information necessary for Pump Supplier to perform this analysis. F. Pumps will be started against a check valve and a 100% open butterfly valve. G. Reverse flow from a power failure is only expected to occur until the check valve closes. Pump Supplier shall guarantee that pump, lubrication, and other appurtenances are adequately designed for this condition. H. The pumping units shall be equipped with vibration switches, not vibration monitoring system. I. The vibration alarm switch signal will be sent to the drive. J. The four pumping units shall all be supplied by one Manufacturer and shall be complete, including pump, motor, RTD, and terminal boxes. The Pump Manufacturer shall be responsible for the coordination, furnishing, and performance of the complete pumping units (pump/motor/starter/etc.). K. PUMP DESCRIPTION 1. The two pumping units shall be designed for installation at the Holly EST as indicated on the Drawings and specified herein. 2. The two pumping units shall be designed for installation at the Rand Morgan EST as indicated on the Drawings and specified herein. 3. Pump Designation (see Drawings) 4. Each unit shall be designed for pumping finished water (35°F to 90°F) and the following conditions of service as specified on the Drawings. 5. The overall pumping unit (pump, motor, and base plate) shall not exceed the overall dimensions as specified on the Drawings. These dimensions shall be verified by the Contractor based on the Plans and Manufacturer shop drawings and field measurements, prior to manufacturing. If the Contractor proposes equipment exceeding the size shown on the Plans or the above conditions, all costs (including engineering costs) associated with revising any components of the facility shall be borne by the Contractor. 6. Structural, mechanical, electrical, and architectural changes that are necessitated because the Contractor selects equipment with dimensional, power, or mechanical differences from that shown on the Drawings shall be made by the Contractor at no additional cost to the Owner. All engineering costs associated with the revisions shall also be borne by the Contractor. 7. Net Positive Suction Head Required (NPSHR): Provide appropriate NPSH margin, i.e., ratio of NPSHA to NPSHR, consistent with the suction energy conditions as defined by the Hydraulic Institute. Minimum margin shall be 10 percent for all pumping scenarios, or five (5) feet, whichever is greater. CORP2000479 43 23 21.13 - 6 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION BETWEEN-BEARING IMPELLER, ONE-AND TWO-STAGE,AXIALLY-SPLIT CENTRIFUGAL PUMP 8. Motor shall be compatible with 460 volt, 3-phase, 60 Hz power supply. 1.07 DELIVERY, STORAGE, AND HANDLING A. The Pump Manufacturer shall provide unloading, storage, and handling instructions prior to shipment. B. Pumping units shall be shipped with the motor space heaters connected to a terminal board and ready to be energized. C. All equipment shall be delivered in good, sound condition, and free from damage. Equipment which has been damaged will be rejected. Pump Manufacturer shall be on the site to witness the arrival, inspection, and unloading process as specified. D. The Contractor shall be responsible for proper unloading, handling, and storage of equipment in accordance with the Manufacturer's instructions. Motor space heaters shall be promptly energized, and pumping units shall be housed in weatherproof enclosures at all times during storage. The motor oil reservoirs shall be filled with oil promptly after arrival. The Contractor will rotate the motor shaft by hand three to four revolutions on a weekly basis until the units are started. 1.08 MAINTENANCE/SPARE PARTS A. Pump Spare Parts: Furnish the Manufacturer's standard set of spare parts for each size pump, including at least the following: 1. One set of pump bearings. 2. One set of mechanical seals. 3. One spare casing gasket and o-ring. B. Spare Parts Delivery/Storage: Crate and deliver spare parts in substantial wood boxes with hinged covers. Clearly and indelibly identify the contents of each box on its exterior. Each part shall be sealed, wrapped, or otherwise protected from corrosion during storage. 1.09 WARRANTY/EXTENDED WARRANTY A. Contractor shall provide a three-year Manufacturer warranty on the entire pump unit(pump/motor/etc.) in accordance with the General Conditions. Contractor is not required to be named if warranty is provided by the Pump Manufacturer for the entire three-year period. 1.10 PERFORMANCE GUARANTEE A. The Contractor shall guarantee the performance of each pumping unit to meet or exceed the specified performance. The guarantee shall include the complete pumping unit assembly, and shall cover speed, capacity, head, efficiency, brake horsepower, motor horsepower, and the performance curves for the pump. The capacity, head, and efficiency guarantee shall apply to the Rated and Design Points on the pump's head capacity curve at the specified head and capacity specified herein. If the pumping CORP2000479 43 23 21.13 - 7 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION BETWEEN-BEARING IMPELLER, ONE-AND TWO-STAGE,AXIALLY-SPLIT CENTRIFUGAL PUMP units fail to meet the wire-to-water efficiency at Rated Design Point, corrective measures shall be taken as indicated in Section 43 05 21 — Pumping Unit Testing. B. Award Basis: 1. The Work of this Contract will be awarded to the responsible Bidder submitting the lowest cost for the sum of the total bid amount for the Holly and Rand Morgan Elevated Storage Tanks Implementation as per criteria specified in this section. 2. Failure of pumping units to meet or exceed the wire-to-water efficiency at Rated Point will require the Manufacturer to correct deficiencies to provide the specified performance. 1.11 OWNERSHIP OF PATTERNS A. The Pump Manufacturer shall provide written documentation that the patterns for the pump casings and impeller are under their direct control and that patterns will be available for at least 15 years, in the event that duplicate pumps are desired by the Owner. PART 2 PRODUCTS 2.01 CASINGS A. Materials: 1. Ductile Iron conforming to ASTM A536 GR 65-14-12 or ASTM A395 as appropriate. B. Design/Fabrication: 1. Casings shall be of sufficient thickness and suitably ribbed, if necessary, to withstand all stresses and strains to which it may be subjected during erection, testing, and operation. 2. Free of blowholes, sand holes, and other detrimental defects, with smooth water passages. C. Split-Case Provisions: Casings shall be of the double volute-type, split on the horizontal centerline with suction and discharge nozzles cast integrally with the lower half. Removal of the upper half of the casing shall allow the rotating element to be removed without disconnecting the suction and discharge flanges. Lifting eyes or lugs shall be cast into the upper casing. Provide tapped holes in flange of upper casing with jack bolts that allow the casing halves to be separated during disassembly. D. Suction and discharge nozzles shall be flanged, drilled, and machined to match ANSI B16.1 Class 125 AWWA C207. Flanges shall withstand maximum thrust against closed pump discharge valves. E. Taps and plugs: Casings shall be tapped for drains, vents, priming, water seal, and pressure gages. All taps shall be shipped with brass plugs. Plugs will be removed in the field, as necessary, to make connections for the miscellaneous piping and appurtenances. Contractor shall submit shop drawings showing locations of drains, vents, priming, water seal and pressure gages. CORP2000479 43 23 21.13 - 8 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION BETWEEN-BEARING IMPELLER, ONE-AND TWO-STAGE,AXIALLY-SPLIT CENTRIFUGAL PUMP 2.02 IMPELLERS A. Materials: ASTM A743 CA15, 316n stainless steel. B. Type: Double suction, enclosed type. C. Design/Fabrication: 1. Designed with ample strength and stiffness. 2. Finished to minimize friction and to assure a smooth non-turbulent flow over all surfaces internally and externally. 3. Statically and dynamically balanced to prevent whipping and vibration throughout the operating range, from shutoff head to run out. Perform a precision balance of each impeller to Iso Grade G2.5 and provide the balance certificate in the quality control section of the 0&M Manual. 4. No fillers of any type will be allowed. D. Mounting: The impeller shall be mounted on the shaft with a single key which extends beyond the impeller hub, locking the impeller and shaft sleeves against rotation on the shaft. 2.03 WEAR RINGS (CASING AND IMPELLER) A. Type: Full labyrinth double-ring type, single labyrinth double-ring type, or "L" double- ring type. B. Design/Fabrication: 1. The casing wear rings shall be designed to provide smooth flow of water into the impeller eye and be provided with a positive means of preventing rotation. 2. Wear rings shall be designed and machined to close tolerances to minimize leakage. The diametrical clearance shall not exceed 0.030-inch and be not less than 0.001-inch per inch of ring diameter. 3. The casing wear ring shall be stainless steel and have a minimum Brinell hardness of 100 points greater than the impeller wear ring. 2.04 SHAFT A. Materials: Alloy steel, equivalent to AISI 1045. B. Design/Fabrication: 1. Stress relieved, machined to true dimension, accurately ground and polished over the entire length. 2. The shaft shall be provided with oil throwers to prevent oil creeping from the bearings. All parts shall have polished surfaces. 3. The pump shaft shall be fitted with threads, lock nut, and keyway to fasten the pump half-coupling hub securely. 4. Shaft diameter shall be sized to prevent torsional and flexural deflection which would cause whipping and vibrating under any condition. CORP2000479 43 23 21.13 - 9 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION BETWEEN-BEARING IMPELLER, ONE-AND TWO-STAGE,AXIALLY-SPLIT CENTRIFUGAL PUMP 5. Maximum allowable flexural shaft deflection shall be not more than 75 percent of the radial wearing ring clearance. 2.05 SHAFT SLEEVES A. Shafts, where exposed to water or passing through glands and stuffing boxes, shall be protected by renewable (removable) sleeves. B. Materials: 1. 12 percent chrome steel sleeves, 350 Brinell hardness. 2. Steel for shaft sleeves shall be ASTM A743 Grade CA40. C. Design/Fabrication: 1. The sleeves shall be secured in place, for both directions of pump rotation, with shaft nuts incorporating set screws for locking purposes. 2. The sleeves shall be provided with o-rings to prevent leakage between the shaft and sleeves. 2.06 SHAFT MECHANICAL SEALS A. Pumps shall be supplied initially with mechanical type seals which are interchangeable with conventional packing. B. Materials: 1. Seal hardware: Stainless steel. 2. Seal glands: Stainless steel, grade 316. 3. Sealing surfaces: Ceramic and carbon. 4. Water seal pipe and hand valve: Brass. 5. Cover over shaft area between gland and bearing housing: Brass expanded mesh. 6. Shaft area cover hardware (bolts or screws): Stainless steel, type 316. 7. Hand valve warning tag: Stainless steel. C. Type: 1. Split-type, mechanical seals. 2. A.W. Chesterton - Type 442. D. Design/Fabrication: 1. Seal glands shall have a flush connection at the top and along the vertical centerline. 2. A brass water seal pipe, with brass hand valve, shall be provided from the pump casing to the gland flush connection. The hand valve shall be tagged with a stainless-steel warning tag indicating the valve is to be open at all times during operation. 3. Brass covers shall be provided over the shaft area between the seal gland and bearing housing and secured with 316 stainless steel screws or small bolts. CORP2000479 43 23 21.13 - 10 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION BETWEEN-BEARING IMPELLER, ONE-AND TWO-STAGE,AXIALLY-SPLIT CENTRIFUGAL PUMP 2.07 OIL SEALS A. Materials: Inboard & Outboard Oil Seals: Buna rubber, compatible for use with lubricating oil. 2.08 MISCELLANEOUS FITTINGS A. Small fittings and accessories inside the pump and around the shaft sleeves, such as set screws, bolts, and nuts that are exposed to water or water spray, shall be made of non-corrosive materials such as bronze or stainless steel. B. Materials: Bronze, stainless steel, or other approved non-corrosive materials. 2.09 PUMP BEARINGS A. Pump bearings shall be single row, deep-groove type ball bearings. They shall be designed and sized for at least 300,000 hours calculated minimum B10 rated bearing life at 25% BEP per ANSI B 3.15. Each bearing shall be capable of carrying both line and thrust type loads. All bearings shall be manufactured in the United States. 2.10 BEARING BRACKETS A. The bearing brackets shall be separate from the pump casing and accurately machined and doweled to the casing. Oil lubrication shall be provided. A constant oil level oiler shall be provided. Pump design shall allow for the bearing to be removed without disturbing the upper casing for inspection and replacement of the bearings, seals, and shafts. 2.11 PUMP BASE PLATE A. The pump and motor shall be mounted on a groutable steel base plate or a steel drip rim base plate with integral drip channels incorporated on each side. Each channel shall include an NPT connection and plug. The base shall be sufficiently rigid to support the pump and motor without the use of additional supports or members. Pump and motor mounting surfaces shall be machined for ease of realignment after motor replacement. 2.12 ANCHOR BOLTS A. Materials: Stainless steel. B. Design/Manufacturing: 1. Pump supplier shall provide the anchor bolts and an anchor bolt template to the Contractor prior to construction of the structural equipment pad. The template shall be stiff enough to maintain relative anchor bolt hole orientation. The template shall locate the pump suction and discharge connection centerline and projection line. 2. Anchoring system shall be appropriately sized and provided by the Pump Manufacturer to adequately handle all loads applied for the piping configuration shown on the drawings in accordance with the Hydraulic Institute Standards. CORP2000479 43 23 21.13 - 11 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION BETWEEN-BEARING IMPELLER, ONE-AND TWO-STAGE,AXIALLY-SPLIT CENTRIFUGAL PUMP 3. Bolts shall be of adequate length and design to transfer loads into the structural equipment pad. 4. Submit anchor bolt design calculations, prior to equipment manufacture. 2.13 SUCTION AND DISCHARGE CONNECTIONS A. Flange Type: Flanges: Suction and discharge nozzles shall be flanged, drilled, and machined to match ANSI B16.1 Class 125 and AWWA C207 Class D (150 psi). Flanges shall be flat- faced and designed to withstand maximum thrust against closed pump discharge valves. B. Design/Fabrication: 1. Designed for through bolting and straddling vertical and horizontal centerline. 2. Gaskets shall conform to AWWA C207 and Section 15064 (Steel Pipe and Fittings). C. Thrust Restraint: Pump manufacturer shall design thrust harness for pump suction and discharge piping in accordance with Hydraulic Institute Standards. Pump manufacturer shall provide this information to the DB Contractor. DB Contractor shall provide any all restraints exceeding shown on the drawings that are required by the pump manufacturer at no additional cost to the Owner. 2.14 PUMP/MOTOR COUPLINGS A. All pump and motor couplings shall be or equal to FAST or Falk T10. 2.15 AUXILIARY PIPING AND CONNECTIONS A. Materials: Threaded piping: ASTM A53, Grade B Schedule 80 (minimum). B. Design/Manufacture: 1. NPT conforming to ASME B1.20.1 and ASME B16.5. 2. Threaded connections shall be held to a minimum and shall not exceed 1-1/2-inch N PS. 3. Connections for NPS 1-1/4", 2-1/2", 3-1/2", 5", 7", and 9" are not permitted. 2.16 INFORMATION PLATES / MARKINGS A. Materials: 1. Nameplate: Embossed bronze or stainless steel. B. Pump Nameplate: The nameplate shall clearly show pump information and complete performance data, including: 1. Manufacturer's name. 2. Pump size and type. 3. Serial number. 4. Speed. 5. Impeller diameter. 6. Capacity and head rating. CORP2000479 43 23 21.13 - 12 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION BETWEEN-BEARING IMPELLER, ONE-AND TWO-STAGE,AXIALLY-SPLIT CENTRIFUGAL PUMP 7. Bearing identification, name, and number. 8. Pump weight, motor weight. 9. Other pertinent data. 2.17 ASSEMBLY, MOUNTING, &ALIGNMENT A. Factory Pre-mounting and Alignment. Pumps with their job motors shall be pre- mounted and pre-aligned. Mounting holes shall be drilled and tapped at Pump Manufacturer's factory. Factory alignment data shall be furnished to the Contractor. Pump Manufacturer shall drill pump and motor feet only for dowels. Do not drill base plate or install dowels at factory, ship loose. 2.18 MOTOR REQUIREMENTS A3A. Pump drive motors shall have horsepower and speed ratings as specified elsewhere in this Section and shall meet the requirements of Section 26 05 02 — Common Motor Requirements for Process Equipment, 2.19 INTERIOR FINISH FOR CASINGS A. Coat interior of pump casings with ceramic epoxy coating to enhance pump efficiency. Prepare and shop-prime in accordance with Section 09 90 00 — Painting and Coating, unless stated otherwise in this Section. B. Materials: Prime and Finish Coating: Belzona 1341NSF efficiency enhancement coating for potable water (ceramic epoxy coating). C. Procedure: 1. Surface Preparation: As recommended by coatings Manufacturer, minimum blast clean to near white SSPC-SP-10. 2. Application (prime and finish coating): Apply 10 mils DFT of Belzona coating. 3. Testing: Perform Holliday Test. 4. Touchup: After testing is complete and prior to shipment, touch up surfaces. 2.20 EXTERIOR FINISH A. Exterior of pumps, motors, frames, base plates, and appurtenances shall be painted prior to shipment from factory. Pump units shall be prepared and shop-primed in accordance with Section 09 90 00 — Painting and Coating. Units shall receive finish coating in the field. 2.21 VIBRATION SWITCHES A. The pumps will be equipped with a vibration switch. 2.22 PRESSURE SWITCHES A. Provide a discharge pressure switch and gauge on each pump discharge for pump shutdown under high pressure conditions. CORP2000479 43 23 21.13 - 13 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION BETWEEN-BEARING IMPELLER, ONE-AND TWO-STAGE,AXIALLY-SPLIT CENTRIFUGAL PUMP 2.23 FACTORY TESTING A. Each pumping unit, including pump and motor, shall be non-witness tested at the Pump Manufacturer's factory as specified in Section 43 05 21 — Pumping Unit Testing. Each unit shall by hydrostatically tested in accordance with the Hydraulic Institute Standards. PART 3 EXECUTION 3.01 INSTALLATION A. The Contractor will install pumping units as shown on the Drawings and in accordance with the Manufacturer's instructions and approved shop drawings. The Manufacturer shall provide Special Services as specified. B. LEVELING 1. The base plate will be set to true level using machinist's level. The tolerance for leveling will not exceed 2/1000 inch per foot length along any side of the base plate. The Representative for the Pump Manufacturer shall be present during the leveling. The Pump Manufacturer shall certify that the leveling is in accordance with the limits specified herein and is acceptable to the Manufacturer. C. STORAGE & EXERCISE 1. The Contractor shall provide any required maintenance, exercise, and storage for all pumping units included in this Specification, in accordance with Manufacturer recommendations and the General Conditions until final project acceptance at no additional cost to the Owner. 3.02 FIELD QUALITY CONTROL A. The Pump Manufacturer's Local Supplier shall provide a certified test. The Pump Manufacturer's Local Supplier performing the certified test shall have knowledge of testing similar pump systems. Provide field test results. Tests shall be conducted in accordance with the HI Standards Centrifugal Pump Test Code this Section, and Section 43 05 21 — Pumping Unit Testing. B. Functional Tests: Conduct on each pump. Field test requirements are specified in Section 43 05 21 — Pumping Unit Testing. 3.03 MEASUREMENT AND PAYMENT A. Pump Units: Payment to the DB Contractor for the pump units will be made as follows (based on percent of installed pump unit, complete in place, schedule of values cost item): CORP2000479 43 23 21.13 - 14 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION BETWEEN-BEARING IMPELLER, ONE-AND TWO-STAGE,AXIALLY-SPLIT CENTRIFUGAL PUMP Increment Requirement (Cumulative) 5% (5%) For complete, reviewed, and accepted submittals. 10% (15%) For pump castings, with complete, reviewed and accepted radiographic inspections. 15% (30%) For motors, complete and having passed the required factory acceptance testing. 15% (45%) For pumping units, complete and having passed the required factory acceptance witness testing. 30% (75%) For pumping units, delivered to the job site and in acceptable condition, including spare parts. 15% (90%) For pumping units, installed at the job site and having passed field acceptance testing. 10% (100%) For Operation and Maintenance (0&M) Manuals, submitted and accepted by Owner. Manufacturers of the pumping units have provided 0&M training to the Owner's personnel. These payment percentages are calculated before the calculation of retainage for the entire project, which will decrease the net payment. B. Other Work in this Section 1. No separate measurement and payment for work performed under this Specification Section. Include cost of same in Contract price bid for work of which this is a component part. CORP2000479 43 23 21.13 - 15 OCTOBER 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION BETWEEN-BEARING IMPELLER, ONE-AND TWO-STAGE,AXIALLY-SPLIT CENTRIFUGAL PUMP PUMPING UNIT QUESTIONNAIRE (To be submitted after award of Contract) ITEM HT-PMP-5651 RM-PMP-5751 HT-PMP-5652 RM-PMP-5752 1 Pump Manufacturer 2 Motor Manufacturer 3 Pump Type a Horizontal Split Case b. Double Suction and Volute (Yes) or (No) 4 Casing a Material Specification b. Minimum Thickness (in.) c. Bottom Suction Nozzle Size (in.) d. Side Discharge Nozzle Size (in.) 5 Pump Impeller a. Material Specification b. Design Diameter (in.) c. Maximum Diameter (in.) d. Minimum Diameter (in.) e. Eye Area (sq. in.) 6 Wearing Rings a. Material Specification b. Type Description c. Hardness (BHN) (1) Casing (2) Impeller d. Diametrical Clearance (in.) e. Securing Method 7 Pump Shaft a. Material Specification b. Nominal Size (in.) (1) at impeller (2) at coupling (3) at inboard bearing (4) at outboard bearing c. Minimum Effective Diameter (in.) d. Combined Stress (psi) e. Bearing Span (in.) f. Total Length of Pump Shaft (in.) g. Maximum Shaft Deflection (in.) 8 Shaft Sleeve a. Material Specification CORP2000479 43 23 21.13 - 16 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION BETWEEN-BEARING IMPELLER, ONE-AND TWO-STAGE,AXIALLY-SPLIT CENTRIFUGAL PUMP ITEM HT-PMP-5651 RM-PMP-5751 HT-PMP-5652 RM-PMP-5752 b. Hardness (BHN) 9 Mechanical Seal a. Manufacturer b. Type c. Model/Code 10 Thrust Bearing a. Type b. Manufacturer c. Capacity Thrust (lb) d. Maximum Shaft Thrust (Ib) 11 Reed Critical Frequency of Entire Unit 12 Discharge Nozzle Thrust at Shut-off Head Condition (Ib) 13 Weight a. Bare Pump (Ib) b. Motor (lb) c. Base Plate (lb) d. Coupling and Coupling Guard (lb) e. Total Weight (lb) 14 Guaranteed Pump Criteria a. Full Speed Nominal Operating Speed (rpm) b. Shut-off Head (ft) c. Head (ft) without cavitation at single pump operation d. NPSH Required (ft) at single pump operation e. Motor Size (hp) 15 Rated Point(Full Speed) Conditions of Service a. Guaranteed Rated Point (1) Capacity (gpm) (2) Total Dynamic Head (ft) (3) Pump Efficiency (%) (4) Motor Efficiency(%) (5) VFD Efficiency (%) (6) Overall Efficiency (%) (7) Brake Horsepower (hp) (8) NPSH Required (ft) END OF SECTION CORP2000479 43 23 21.13 - 17 JULY 2021 HOLLY AND RAND MORGAN EST IMPLEMENTATION BETWEEN-BEARING IMPELLER, ONE-AND TWO-STAGE,AXIALLY-SPLIT CENTRIFUGAL PUMP //� ORDER 1. PO 70849-0-CPG THE ABOVE PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPMENTS,BIL-S,INVOICES AND CORRESPONDENCE.COPIES OF PACKING SLIPS MUST ACCOMPANY ALL SHIPMENTS AND INVOICES. DATE: 09/21/2021 FAILURE TO COMPLY WILL RESULT IN DELAYED PAYMENT OF INVOICES. City of Corpus Christi Accounts Payable 150090 BILL TO: PO Box 9277 TO Pumps of Houston Inc Corpus Christi TX 78469-9277 10239 Crossey Rd AccountsPayable@cctexas.com Houston TX 77070 Tax ID:74-6000574 L SHIP TO: Capital Programs 1201 Leopard St 3rd Floor Corpus Christi TX 78401 This purchase order is subject to all terms and conditions on face and/or enclosed. TERMS Net 30 SHIP VIA SHIP TERMS FOB Destination UNIT EXTENDED FRT TERMS PRICE PRICE LINE QUANTITY UOM ITEM DESCRIPTION 1 264,704.0000 EA HOLLY/RAND MORGAN EST IMPLT. 1.00000 $264,704.00 HOLLY/RAND MORGAN EST IMPLT. Purchase Order Summary Goods Total: 264,704.00 Order Total: 264,704.00 Buyer Contact: Contracts and Procurement Phone: 361-826-3160 Total Amount: $264,704.00 Email: ContractsandProcurement@cctexas.com 1. Invoices must cover no more than one purchase order 2. Purchase price must not be increased except on written authority 3. Material which does not meet specification will be returned at vendor's expense 4. Vendor guarantees protection to buyer from all patent infringement or suit pursuant to this order 5. The terms and conditionals of this Purchase Order apply only to the extent that they are not inconsistent with the terms and conditions of a separate service or supply agreement between the parties. Page: 1 of 2 CITY OF CORPUS CHRISTI PURCHASING DIVISION STANDARD PURCHASE TERMS AND CONDITIONS Seller and City agree as follows 1. SELLER TO PACKAGE GOODS Seller will package goods in accordance with good commercial practice. Each shipping container shall be clearly and permanently marked as follows: (a)Seller's name and address;(b)Consignee's name,address and purchase order or purchase release number and the supply agreement number if applicable;(c)container number and total number of containers,e.g.box 1 of 4 boxes;and(d)the number of the container bearing the packing slip. Seller shall bear cost of packaging unless otherwise provided. Goods shall be suitably packed to secure lowest transportation costs and to conform to requirements of common carriers and any applicable specifications. City's count or weight shall be final and conclusive on shipments not accompanied by packing lists. 2. SHIPMENT UNDER RESERVATION PROHIBITED Seller is not authorized to ship the goods under reservation and no tender of a bill of lading will operate as a tender of goods. 3. TITLE&RISK OF LOSS The title and risk of loss of the goods shall not pass to City until City actually receives and takes possession of the goods at the point or points of delivery. 4. DELIVERY TERMS AND TRANSPORTATION CHARGES F.O.B.destination unless delivery terms are specified otherwise in bid. City agrees to reimburse Seller for transportation costs in the amount specified in Seller's bid,or actual costs,whichever is lower,if the quoted delivery terms do not include transportation costs,provided City shall have the right to designate what method of transportation shall be used to ship the goods. 5. NO REPLACEMENT OF DEFECTIVE TENDER Every tender or delivery of goods must fully comply with all provisions of this contract as to time of delivery,quality and the like. If a tender is made which does not fully conform,this shall constitute a breach and Seller shall not have the right to substitute a conforming tender,provided,where the time for performance has not yet expired,the Seller may reasonably notify City of his intention to cure and may then make a conforming tender within the contract time but not afterward. 6. PLACE OF DELIVERY The place of delivery shall be that set forth in the block of the purchase order labeled"Ship To." Any change thereto shall be effected by modification as provided for in Clause 20 hereof entitled"Modifications." The terms of this agreement are"no arrival,no sale." 7. INVOICES&PAYMENTS a. Seller shall submit separate invoices,in duplicate,on each purchase order or purchase release after each delivery. Invoices shall indicate the purchase order or purchase release number and the supply agreement number if applicable. Invoices shall be itemized and transportation charges,if any,shall be listed separately. A copy of the bill of lading,and the freight waybill when applicable,should be attached to the invoice. Mail to:Accounts Payable,City of Corpus Christi,P.O.Box 9277,Corpus Christi,Texas 78469. Payment shall not be due until the above instruments are submitted after delivery. b. City's obligation is payable only and solely from funds available for the purpose of this purchase. Lack of funds shall render this contract null and void to the extent funds are not available,and any delivered but unpaid for goods will be returned to Seller by City. C. Do not include Federal Excise,State or City Sales Tax. City shall furnish tax exemption certificates upon request. d. Payment terms are net 30 days after the goods are provided or services are completed,as required,or a correct invoice is received,whichever is later. 8. GRATUITIES The City may,by written notice to the Seller,cancel this contract without liability to Seller if it is determined by City that gratuities,in the form of entertainment,gifts,or otherwise,were offered or given by the Seller,or any agent or representative of the Seller,to any officer or employee of the City with a view toward securing a contract or securing favorable treatment with respect to the awarding or amending,or the making of any determinations with respect to the performing of such a contract. In the event this contract is cancelled by City pursuant to this provision,City shall be entitled,in addition to any other rights and remedies,to recover or withhold the amount of the cost incurred by Seller in providing such gratuities. 9. SPECIAL TOOLS&TEST EQUIPMENT If the price stated on the face hereof includes the cost of any special tooling or special test equipment fabricated or required by Seller for the purpose of filling this order,such special tooling equipment and any process sheets related thereto shall become the property of the City and to the extent feasible shall be identified by the Seller as such. 10. WARRANTY-PRICE a. The price to be paid by the City shall be that contained in Seller's bid which Seller warrants to be no higher than Seller's current prices on orders by others for products of the kind and specification covered by this contract for similar quantities under similar or like conditions and methods of purchase. In the event Seller breaches this warranty,the prices of the items shall be reduced to Seller's current prices on orders by others,or in the alternative,City may cancel this contract without liability to Seller for breach or Seller's actual expense. b. The Seller warrants that no person or selling agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for commission, percentage,brokerage,or contingent fee excepting bona fide employees of bona fide established commercial or selling agencies maintained by the Seller for the purpose of securing business. For breach or violation of this warranty the City shall have the right in addition to any other right or rights to cancel this contract without liability and to deduct from the contract price,or otherwise recover the full amount of such commission,percentage,brokerage or contingent fee. 11. WARRANTY-PRODUCT Seller shall not limit or exclude any implied warranties and any attempt to do so shall render this contract voidable at the option of the City. Seller warrants that the goods furnished will conform to the specifications,drawings,and descriptions listed in the bid invitation,and to the sample(s)furnished by Seller,if any. In the event of a conflict between the specifications,drawings,and descriptions,the specifications shall govern. 12. SAFETY WARRANTY Seller warrants that the product sold to City shall conform to the standards promulgated by the U.S.Department of Labor under the Occupational Safety and Health ACT(OSHA). In the event the product does not conform to OSHA standards,City may return the product for correction or replacement at the Seller's expense. In the event Seller fails to make the appropriate correction within a reasonable time,correction made by City will be at Seller's expense. 13. NO WARRANTY BY CITY AGAINST INFRINGEMENTS As part of this contract for sale Seller agrees to ascertain whether goods manufactured in accordance with the specifications attached to this contract will give rise to the rightful claim of any third person by way of infringement or the like. City makes no warranty that the production of goods according to the specification will not give rise to such a claim,and in no event shall City be liable to Seller for indemnification in the event that Seller is sued on the grounds of infringement or the like. If Seller is of the opinion that an infringement or the like will result,he will notify City to this effect in writing within two weeks after the signing of this contract. If City does not receive notice and is subsequently held liable for the infringement or the like,Seller will hold City harmless. If Seller in good faith ascertains that production of the goods in accordance with the specifications will result in infringement or the like,this contract shall be null and void except that City will pay Seller the reasonable cost of his search as to infringements. 14. RIGHTS OF INSPECTION City shall have the right to inspect the goods at delivery before accepting them. 15. CANCELLATION City shall have the right to cancel for default all or any part of the undelivered portion of this order if Seller breaches any of the terms hereof including warranties of Seller or if Seller becomes insolvent or commits acts of bankruptcy.Such right of cancellation is in addition to and not in lieu of any other remedies which City may have in law or equity. 16. TERMINATION The performance of work under this order may be terminated in whole,or in part by the City in accordance with this provision. Termination of work hereunder shall be effected by the delivery to the Seller of a"Notice of Termination"specifying the extent to which performance of work under the order is terminated and the date upon which such termination becomes effective. Such right of termination is in addition to and not in lieu of the rights of City set forth in Clause 15,herein. 17. FORCE MAJEURE Neither party shall be held responsible for losses resulting if the fulfillment of any terms or provisions of this contract is delayed or prevented by any cause not within the control of the party whose performance is interfered with,and which by the exercise of reasonable diligence said party is unable to prevent. 18. ASSIGNMENT-DELEGATION No right or interest in this contract shall be assigned or delegation of any obligation made by Seller without the written permission of the City. Any attempted assignment or delegation by Seller shall be wholly void and totally ineffective for all purposes unless made in conformity with this paragraph. 19. MODIFICATIONS This contract can be modified or rescinded only by a writing signed by both of the parties or their duly authorized agents. 20. INTERPRETATION-PAROL EVIDENCE This writing is intended by the parties as a final expression of their agreement and is intended also as a complete and exclusive statement of the terms of their agreement. No course of prior dealings between the parties and no usage of the trade shall be relevant to supplement or explain any term used in this contract. Acceptance or acquiescence in a course of performance rendered under this contract shall not be relevant to determine the meaning of this contract even though the accepting or acquiescing party has knowledge of the performance and opportunity for objection. 21. APPLICABLE LAW This contract shall be governed by the laws of the State of Texas and any applicable federal laws. 22. ADVERTISING Seller shall not advertise or publish,without City's prior consent,the fact that City has entered into this contract,except to the extent necessary to comply with proper requests for information from an authorized representative of the federal,state or local government. 23. RIGHT TO ASSURANCE Whenever one party to this contract in good faith has reason to question the other party's intent to perform he may demand that the other party give written assurance of his intent to perform. In the event that a demand is made,and no assurance is given within five(5)days,the demanding party may treat this failure as an anticipatory repudiation of the contract. 24. EQUAL EMPLOYMENT OPPORTUNITY Seller agrees that during the performance of its contract it will: a. Treat all applicants and employees without discrimination as to race,color,religion,sex,national origin,marital status,age,or handicap. b. Identify itself as an"Equal Opportunity Employer"in all help wanted advertising or request. The Seller shall be advised of any complaints filed with the City alleging that Seller is not an Equal Opportunity Employer. 25. CONFLICTS OF INTEREST Seller agrees to comply with the conflict of interest provisions of state law and the City Charter and Code of Ordinances. Seller agrees to maintain current, updated disclosure of information on file with the City purchasing office throughout the term of this contract. Page: 2 of 2 Jhlidary Service PUMPS, CONTROLS, AND PACKAGE SYSTEMS 1q1T Since 1960 INDUSTRIAL•COMMERCIAL•MUNICIPAL August,22nd 2021 City of Corpus Christi Water Utility Department Planning and Engineering Attn: Mr. Nick Winkelmann, P.E. Reference: Holly and Rand Morgan Booster Station Mr. Winkelmann, Below are the prices you've requested for the above referenced project. If you have any questions, please feel free to contact us. Pumps Holly Booster Station 2 each - PACO Split Case Pumps Model 1415-1/2 KP 16" x 14" 4436 GPM @ 34.4' TDH 50 HP motor @ 890 RPM Price: $ 92,306.00 each Total Price: $ 184,612.00 Delivery: 8-10 Weeks ARO •24 HR SERVICE •CRANE TRUCKS •FULL SERVICE REPAIR SHOP Pumps of Houston,Inc.,Corporate Office: 10239 Cossey Rd.,Houston,TX 77070 Phone 281448-1352 Fax 832448-1362 •Houston •Austin •Tyler •Dallas •San Antonio •Rio Grande Valley ih, idary Service PUMPS, CONTROLS, AND PACKAGE SYSTEMS 1q1T Since 1960 INDUSTRIAL•COMMERCIAL•MUNICIPAL Rand Morgan Booster Station 2 each— PACO Split Case Pumps Model 1012-3/4 KP 12" x 10" 3040 GPM @ 40' TDH 40 HP motor @ 1200 RPM Price: $ 40,046.00 each Total Price: $80,092.00 Delivery: 8-10 Weeks ARO Variable Frequency Drives FC-202 AQUA Custom Drive Panel — Qty. 2 — 60 HP for Holly PS (Upsized) Note: VFD Panel upsized and rerated to accommodate a 60 HP @ 480V motor load used in a 50°C/122°F ambient environment. FC-202 AQUA Custom Panel / 100 HP / 380 - 480 Volt / 3-Phase / 60Hz FLA = 130.0 Amps 100kA Short Circuit Current Rating Panel consisting of: Enclosure: NEMA 1, Free-standing (approximate size: 72" H x 36" W x 18" D) Approximate weight: 815 lbs. each Front-mount Fan Cooling Air cooling with thermostat control Main Fusible Disconnect Switch with thru-door handle mechanism (pad lockable) •24 HR SERVICE •CRANE TRUCKS •FULL SERVICE REPAIR SHOP Pumps of Houston,Inc.,Corporate Office: 10239 Cossey Rd.,Houston,TX 77070 Phone 281448-1352 Fax 832448-1362 •Houston •Austin •Tyler •Dallas •San Antonio •Rio Grande Valley ih, idary Service PUMPS, CONTROLS, AND PACKAGE SYSTEMS 1q1T Since 1960 INDUSTRIAL•COMMERCIAL•MUNICIPAL VFD Fuses in Main Surge Protective Device 3% Line Input Reactor dv/dt Output Filter Fused Control Power Transformer (CPT) Space Heater Graphical LCP Keypad mounted on enclosure door 30MM operators (H-O-A Switch, Reset Pushbutton, Speed Potentiometer, E-Stop Pushbutton, Power On Pilot Light, Run Pilot Light, Stopped Pilot Light, Fault Pilot Light, Motor Fault Pilot Light, Valve Position Fault Pilot Light) mounted on enclosure door (1) Set spare Fan Filters Danfoss VFD: FC-202P75KT4E20H2XGXXXXSXXXXAXBXCXXXXDX (Code #: 131F6658) Communication: Modbus RTU module installed within VFD Integral class A2 RFI filter VFD has built-in dual 5% DC-Link reactors Frame Size: C4 EA #Q18006MJM Net (each Panel) = $21,460.00 X Qty (2) Total Net Price = $42,920.00 •24 HR SERVICE •CRANE TRUCKS •FULL SERVICE REPAIR SHOP Pumps of Houston,Inc.,Corporate Office: 10239 Cossey Rd.,Houston,TX 77070 Phone 281448-1352 Fax 832448-1362 •Houston •Austin •Tyler •Dallas •San Antonio •Rio Grande Valley ih, idary Service PUMPS, CONTROLS, AND PACKAGE SYSTEMS 1q1T Since 1960 INDUSTRIAL•COMMERCIAL•MUNICIPAL FC-202 AOUA Custom Drive Panel - Otv. 2 - 75 HP for Rand PS (Urmized) Note: VFD Panel upsized and rerated to accommodate a 75 HP @ 480V motor load used in a 50°C/122°F ambient environment. FC-202 AQUA Custom Panel / 125 HP / 380 - 480 Volt / 3-Phase / 60Hz FLA = 160.0 Amps 100kA Short Circuit Current Rating Panel consisting of: Enclosure: NEMA 1, Free-standing (approximate size: 72" H x 36" W x 18" D) Approximate weight: 850 lbs. each Front-mount Fan Cooling Air cooling with thermostat control Main Fusible Disconnect Switch with thru-door handle mechanism (pad lockable) VFD Fuses in Main Surge Protective Device 3% Line Input Reactor dv/dt Output Filter Fused Control Power Transformer (CPT) Space Heater Graphical LCP Keypad mounted on enclosure door 30MM operators (H-O-A Switch, Reset Pushbutton, Speed Potentiometer, E-Stop Pushbutton, Power On Pilot Light, Run Pilot Light, Stopped Pilot Light, Fault Pilot Light, Motor Fault Pilot Light, Valve Position Fault Pilot Light) mounted on enclosure door (1) Set spare Fan Filters Danfoss VFD: FC-202P75KT4E20H2XGXXXXSXXXXAXBXCXXXXDX (Code #: 131F6663) •24 HR SERVICE •CRANE TRUCKS •FULL SERVICE REPAIR SHOP Pumps of Houston,Inc.,Corporate Office: 10239 Cossey Rd.,Houston,TX 77070 Phone 281448-1352 Fax 832448-1362 •Houston •Austin •Tyler •Dallas •San Antonio •Rio Grande Valley Le eidary Service PUMPS, CONTROLS,AND PACKAGE SYSTEMS Since 1960 INDUSTRIAL•COMMERCIAL•MUNICIPAL Communication: Modbus RTU module installed within VFD Integral class A2 RFI filter VFD has built-in dual 5% DC-Link reactors Frame Size: C4 EA #Q18006MJM Net (each Panel) = $22,875.00 X Qty (2) Total Net Price = $45,750.00 ***Additional Costs (per Spec): Freight (Pre-pay and add): $1,250.00 each X Qty (4) Total Net Price = $5,000.00 2-Year Onsite Warranty (DTPW324) including travel, labor, parts, or other costs 75 HP and 60 HP (each Panel) = $533.00 X Qty (4) Total Net Price = $2,132.00 Field Start-up (SUFW01): Performed onsite by Danfoss Service Partner $2,04000 Per day: X Qty (4) Total Net Price = $8,160.00 •24 HR SERVICE •CRANE TRUCKS •FULL SERVICE REPAIR SHOP Pumps of Houston,Inc.,Corporate Office: 10239 Cossey Rd.,Houston,TX 77070 Phone 281-448-1352 Fax 832-448-1362 .Houston .Austin 9 Tyler 9 Dallas 9 San Antonio .Rio Grande Valley ih, idary Service PUMPS, CONTROLS, AND PACKAGE SYSTEMS 1q1T Since 1960 INDUSTRIAL•COMMERCIAL•MUNICIPAL Field Product Training (LABOR FD): Performed onsite by Danfoss Service Partner $2,544.00 Per day: X Qty (4) Total Net Price = $10,176.00 Total Project Price $ 378,842.00 *** Additional Options for Consideration: Factory Acceptance Testing: $1,500.00 Per day - Does Not Include Expenses: Total Net Price = As Required •24 HR SERVICE •CRANE TRUCKS •FULL SERVICE REPAIR SHOP Pumps of Houston,Inc.,Corporate Office: 10239 Cossey Rd.,Houston,TX 77070 Phone 281448-1352 Fax 832448-1362 •Houston •Austin •Tyler •Dallas •San Antonio •Rio Grande Valley Le eidary Service PUMPS, CONTROLS,AND PACKAGE SYSTEMS Since 1960 INDUSTRIAL•COMMERCIAL•MUNICIPAL ***Comments and Exceptions: Due to the ongoing Covid-19 situation, Danfoss reserves the right to apply the below clauses in the event of a direct impact due to Covid-19: Price Changes Danfoss reserves the right to adjust prices for non-delivered Products in the event of changes in rates of exchange, variations in costs of materials, sub-suppliers' price increases, changes in custom duties, changes in wages, changes in freight rates, state requisitions or similar conditions over which Danfoss has no or limited control. In case of such price increase Customer is entitled to terminate affected orders for convenience within seven days from receipt of notice of the price increase. Force Majeure Danfoss is entitled to cancel orders or suspend delivery of Products and shall not be liable for any non-delivery, faulty or delayed delivery, which partly or wholly is caused by circumstances beyond Danfoss' reasonable control, including, but not limited to, riots, civil unrest, war, terrorism, fire, insurrection, requisition, seizure, embargo or defects or delays in deliveries by sub-suppliers, strikes, lockouts, slow- downs, lack of transportation, scarcity of materials, and insufficient supplies of energy. Any of Customer's contractual rights are suspended or become void in any such circumstances referred to in this clause. Customer is not entitled to any kind of damages or to make a claim whatsoever in case of cancellation or delayed delivery due to such circumstances. The following is a list of comments and exceptions based upon our best interpretation of the Drive specification/material sent to Danfoss for review. Comment: The customer is responsible for assuring the correct number of Drives are being provided as well as the proper sizes based upon the motor's FLA rating. Comment: The 60 HP VFD Panel has been upsized and rerated to accommodate a 60 HP @ 480V motor load used in a 50°C/122°F ambient environment. Comment: The 75 HP VFD Panel has been upsized and rerated to accommodate a 75 HP @ 480V motor load used in a 50OC/122°F ambient environment. •24 HR SERVICE •CRANE TRUCKS •FULL SERVICE REPAIR SHOP Pumps of Houston,Inc.,Corporate Office: 10239 Cossey Rd.,Houston,TX 77070 Phone 281-448-1352 Fax 832-448-1362 .Houston .Austin 9 Tyler 9 Dallas 9 San Antonio .Rio Grande Valley ih, idary Service PUMPS, CONTROLS, AND PACKAGE SYSTEMS 1q1T Since 1960 INDUSTRIAL•COMMERCIAL•MUNICIPAL Exception to all plans and specs not received. Exception to Sections 26 29 23.1.01, 1.02, 1.03, 1.05, 1.07, 1.08 and 2.03: Provided by others. Exception to Sections 26 29 23.1.03, 1.04A.4.a, 1.04A.6, 1.05 and 2.03: Standard submittals, electrical and mechanical drawings, product data, 0 + M manuals, and standard production/field testing are included only. Exception to Sections 26 29 23.1.03C and 1.04A.2: We are unable to verify IEEE-519 compliance. Proposing a 6-pulse VFD with a 3% Input Line Reactor, 5% DC Line Reactor and dv/dt Output Filter only. No harmonic study is included. In order to determine exactly what level of harmonic mitigation is necessary to meet the IEEE 519-2014 standard, as a minimum, we must have the kVA of the supply transformer, additional system loads (motors, pumps, VFDs, etc. — preferably on a one-line diagram), and the percent impedance of the transformer. Information about the interconnecting cabling length, size, and type is also helpful to calculate the harmonics more accurately but is not essential to do a calculation. Danfoss will calculate the harmonic distortion contribution according to IEEE 519-2014 upon receipt of the system data outlined above. Remedial devices, if required, will be available at an additional cost. Exception to Section 26 29 23.1.04A.3: The VFDs have been through seismic tests, but the custom panel will not be tested. No Seismic certification or analysis included with quote. Exception to Section 26 29 23.1.10B: Proposing NEMA 1 enclosed Panels only. Exception to Section 26 29 23.2.01G: Proposing no protective relays or wiring included beyond what is indicated on Plan Drawing Sheet 22 (WTR-481) only. Exception to Section 26 29 23.2.01H.5: No Bypass in indicated on Plan Drawings. No Bypass is included in the Panels quoted above. Exception to Section 26 29 23.2.03C: Owner/engineer inspection or witness testing is not included with this quote. Witness testing/inspection is provided as an option for $1,500.00 per day, travel and living expenses are not included. Exception to Sections 26 29 23.3.01 through 3.05: Provided by others. •24 HR SERVICE •CRANE TRUCKS •FULL SERVICE REPAIR SHOP Pumps of Houston,Inc.,Corporate Office: 10239 Cossey Rd.,Houston,TX 77070 Phone 281448-1352 Fax 832448-1362 •Houston •Austin •Tyler •Dallas •San Antonio •Rio Grande Valley ih, idary Service PUMPS, CONTROLS, AND PACKAGE SYSTEMS 1q1T Since 1960 INDUSTRIAL•COMMERCIAL•MUNICIPAL * Prices quoted valid for 30 days * Submittal drawings: _weeks after receipt of order * Delivery_8_ to 10 weeks from receipt of approved submittals unless special provisions are made. * This quote is subject to submittal approval * Number of last addendum seen 0 Please provide a copy of this quote with purchase order. * Not responsible for typographical errors. Please review and call with questions. Thank you so much for the opportunity Hector Brizuela Pumps of Houston hectorb@pumpsofhouston.com 956-340-2624 •24 HR SERVICE •CRANE TRUCKS •FULL SERVICE REPAIR SHOP Pumps of Houston,Inc.,Corporate Office: 10239 Cossey Rd.,Houston,TX 77070 Phone 281448-1352 Fax 832448-1362 •Houston •Austin •Tyler •Dallas •San Antonio •Rio Grande Valley DATE(MM/DD/YYYY) ` CERTIFICATE OF LIABILITY INSURANCE Acct#: 1179840 12/16/2021 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 888-828-8365 Lockton Companies, LLC PHONE FAX 3657 Briarpark Dr.,Suite 700 A/c No Ext: A/C No: E-MAIL Houston,TX 77042 ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# INSURERA: Indemnity Insurance Co.of North America 43575 INSURED INSURER B: ASSOCIATED CONSTRUCTION PARTNERS,LTD 29250 OLD FREDERICKSBURG RD STE 101 INSURER 7 FAIR OAKS RANCH,TX 78015-5012 INSURER D INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER MM/DD MM/DD COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS-MADE 1:1PREMISES OCCUR DAMAGETOEaRENTEDoccurrence $ MED EXP(Any one person) $ PERSONAL R ADV INJURY $ GENT AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY D PRO � JECT LOC PRODUCTS-COMP/OP AGG $ OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ Ea accident ANY AUTO BODILY INJURY(Per person) $ ALL OWN ED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS Per accident UMBRELLA LAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATIONX PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANY 1,000,000 A OFFICER/MEMBERPROPRIETOR/PARTNER/EXECUTIVE ❑ N/A X 070042903 10/1/2021 10/1/2022 E.L.EACH ACCIDENT $ (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Notice of Material Change Endorsement Included 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 C:f 3k,— ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD Workers' Compensation and Employers' Liability Policy Named Insured Endorsement Number Insperity Inc.ASSOCIATED CONSTRUCTION PARTNERS, LTD Policy Number Symbol: RWC Number:C70042903 Policy Period Effective Date of Endorsement 10/1/2021 TO 10/1/2022 10/1/2021 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: 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) Copyright 2014 National Council on Compensation Insurance.Inc. All Rights Reserved. 712/27/2021 E(MM/DD/YYYY) ACOR" CERTIFICATE OF LIABILITY INSURANCE �� 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: Mayra Gutierrez IBTX Risk ServicesP HONE FAX 32335 US Hwy 281 N. AIc No Ext): 12149897100 A/c,Noy 210-696-8414 Suite 1201 E-MAIL DD SS: Service@ib-tx.com Bulverde TX 78163 INSURER(S)AFFORDING COVERAGE NAIC# INSURERA:Transportation Insurance Company 20494 INSURED INSURER B: The Continental Insurance Company Of New Jersey 42625 Associated Construction Partners, Ltd. 215 W. Bandera Rd. Ste. 114-461 INSURERC: Boerne TX 78006 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:294641820 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 MMIDD MMIDD A X COMMERCIAL GENERAL LIABILITY 6020651005 10/4/2021 10/4/2022 EACH OCCURRENCE $1,000,000 CLAIMS-MADE OCCUR DAMAGE TO RENTED PREMISES Ea occurrence $100,000 MED EXP(Any one person) $15,000 X XCU PERSONAL&ADV INJURY $1,000,000 GENT AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY jECT RO- LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ B AUTOMOBILE LIABILITY 6020650985 10/4/2021 10/4/2022 COMBINED SINGLE LIMIT $1,000,000 Ea accident X ANY AUTO BODILY INJURY(Per person) $ OWNED X SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS X HIREDX NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident B X UMBRELLA LAB X OCCUR 6020650999 10/4/2021 10/4/2022 EACH OCCURRENCE $10,000,000 EXCESS LAB CLAIMS-MADE AGGREGATE $10,000,000 DED X RETENTION$1 n nnn $ WORKERS COMPENSATION PEROTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVEF—] E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? NIA (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ A GL-Ltd Pollution Liab Worksites 6020651005 10/4/2021 10/4/2022 Per Occurrence 1,000,000 General Aggregate 2,000,000 Deductible $2,000 DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) The General Liability and Auto policies include blanket additional insured endorsements(CNA750791016, CA20481013)as required in a written contract with the Named Insured.The General Liability&Auto policies include a blanket waiver of subrogation endorsement(CNA747050115, CA04441013)as required in a written contract with the Named Insured. Primary Noncontributory wording per attached endorsements(CNA750791016).).Auto Liability includes Broadened Pollution-Transportation Endorsement(G-1 40378-B05-08).Additional Coverage Pollution Endorsement(CNA74844xx 4-15).Cancellation provisions-see attached(CA747021-15,CNA7231502-13). Umbrella is follow form of the General Liability,Auto and Work Compensation policies subject to policy terms and conditions. No exclusion for boom and overload coverage. HOLLY AND RAND MORGAN ELEVATED STORAGE TANKS IMPLEMENTATION 20267 Contract No.3817 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Corpus Christi ACCORDANCE WITH THE POLICY PROVISIONS. 1201 Leopard Street Corpus Christi tx 78401 AUTHORIZED REPRESENTATIVE USA ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD CNA CNA PARAMOUNT 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. WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused in whole or in part by your acts or omissions, or the acts or omissions of those acting on your behalf: A. in the performance of your ongoing operations subject to such written contract; or B. in the performance of your work subject to such written contract, but only with respect to bodily injury or property damage included in the products-completed operations hazard, and only if: 1. the written contract requires you to provide the additional insured such coverage; and 2. this coverage part provides such coverage. II. But if the written contract requires: A. additional insured coverage under the 11-85 edition, 10-93 edition, or 10-01 edition of CG2010, or under the 10- 01 edition of CG2037; or B. additional insured coverage with "arising out of" language; or C. additional insured coverage to the greatest extent permissible by law; then paragraph I.above is deleted in its entirety and replaced by the following: WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of your work that is subject to such written contract. III. Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide N 0 such additional insured with: 0 A. coverage broader than required by the written contract;or 0 B. a higher limit of insurance than required by the written contract. N IV. 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. V. Under COMMERCIAL GENERAL LIABILITY CONDITIONS, the Condition entitled Other Insurance is amended to add the following,which supersedes any provision to the contrary in this Condition or elsewhere in this coverage part: CNA75079XX (10-16) Policy No: 6020651005 Page 1 of 2 Endorsement No: Effective Date: 10/04/2021 Insured Name: ASSOCIATED CONSTRUCTION PARTNERS, LTD. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office;Inc.;with its permission. CNA CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors - with Products-Completed Operations Coverage Endorsement Primary and Noncontributory Insurance With respect to other insurance available to the additional insured under which the additional insured is a named insured, this insurance is primary to and will not seek contribution from such other insurance, provided that a written contract requires the insurance provided by this policy to be: 1. primary and non-contributing with other insurance available to the additional insured; or 2. primary and to not seek contribution from any other insurance available to the additional insured. But except as specified above, this insurance will be excess of all other insurance available to the additional insured. VI. Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: 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. 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 3. make available any other insurance, and 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 3. 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. VII. 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 you 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 (10-16) Policy No: 6020651005 Page 2 of 2 Endorsement No: Effective Date: 10/04/2021 Insured Name: ASSOCIATED CONSTRUCTION PARTNERS, LTD. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office;Inc.;with its permission. Named Insured: Associated Construction Partners, Ltd. Policy Number: 602651005 CNA CNA PARAMOUNT 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 0 0 20. Personal And Advertising Injury—Discrimination or Humiliation 0 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) Page 1 of 17 Continental Casualty Company Effective Date: 10/04/2021 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement 1. ADDITIONAL INSUREDS a. WHO IS AN INSURED is amended to include as an Insured any person or organization described in paragraphs A. through H. below whom a Named Insured is required to add as an additional insured on this Coverage Part under a written contract or written agreement, provided such contract or agreement: (1) is currently in effect or becomes effective during the term of this Coverage Part; and (2) was executed prior to: (a) the bodily injury or property damage; or (b) the offense that caused the personal and advertising injury, for which such additional insured seeks coverage. b. However, subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: (1) a higher limit of insurance than required by such contract or agreement; or (2) coverage broader than required by such contract or agreement, and in no event broader than that described by the applicable paragraph A.through H. below. Any coverage granted by this endorsement shall apply only to the extent permissible by law. A. Controlling Interest Any person or organization with a controlling interest in a Named Insured, but only with respect to such person or organization's liability for bodily injury, property damage or personal and advertising injury arising out of: 1. such person or organization's financial control of a Named Insured; or 2. premises such person or organization owns, maintains or controls while a Named Insured leases or occupies such premises; provided that the coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. B. Co-owner of Insured Premises A co-owner of a premises co-owned by a Named Insured and covered under this insurance but only with respect to such co-owner's liability for bodily injury, property damage or personal and advertising injury as co-owner of such premises. C. Lessor of Equipment Any person or organization from whom a Named Insured leases equipment, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused, in whole or in part, by the Named Insured's maintenance, operation or use of such equipment, provided that the occurrence giving rise to such bodily injury, property damage or the offense giving rise to such personal and advertising injury takes place prior to the termination of such lease. D. Lessor of Land Any person or organization from whom a Named Insured leases land but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such land, provided that the occurrence giving rise to such bodily injury, property damage or the offense giving rise to such personal and advertising injury takes place prior to the termination of such lease. The CNA74705XX (1-15) Page 2 of 17 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office;Inc.;with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. E. Lessor of Premises An owner or lessor of premises leased to the Named Insured, or such owner or lessor's real estate manager, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such part of the premises leased to the Named Insured, and provided that the occurrence giving rise to such bodily injury or property damage, or the offense giving rise to such personal and advertising injury, takes place prior to the termination of such lease. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. F. Mortgagee, Assignee or Receiver A mortgagee, assignee or receiver of premises but only with respect to such mortgagee, assignee or receiver's liability for bodily injury, property damage or personal and advertising injury arising out of the Named Insured's ownership, maintenance, or use of a premises by a Named Insured. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. G. State or Governmental Agency or Subdivision or Political Subdivisions—Permits A state or governmental agency or subdivision or political subdivision that has issued a permit or authorization but only with respect to such state or governmental agency or subdivision or political subdivision's liability for bodily injury, property damage or personal and advertising injury arising out of: 1. the following hazards in connection with premises a Named Insured owns, rents, or controls and to which this insurance applies: a. the existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoistaway openings, sidewalk vaults, street banners, or decorations and similar exposures; or b. the construction, erection, or removal of elevators; or 0 c. the ownership, maintenance or use of any elevators covered by this insurance; or n N 2. the permitted or authorized operations performed by a Named Insured or on a Named Insured's behalf. 0 0 The coverage granted by this paragraph does not apply to: 0 N O a. Bodily injury, property damage or personal and advertising injury arising out of operations performed for the state or governmental agency or subdivision or political subdivision; or b. Bodily injury or property damage included within the products-completed operations hazard. With respect to this provision's requirement that additional insured status must be requested under a written contract or agreement, the Insurer will treat as a written contract any governmental permit that requires the Named Insured to add the governmental entity as an additional insured. H. Trade Show Event Lessor 1. With respect to a Named Insured's participation in a trade show event as an exhibitor, presenter or displayer, any person or organization whom the Named Insured is required to include as an additional insured, but only with respect to such person or organization's liability for bodily injury, property damage or personal and advertising injury caused by: CNA74705XX (1-15) Page 3 of 17 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office;Inc.;with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement a. the Named Insured's acts or omissions; or b. the acts or omissions of those acting on the Named Insured's behalf, in the performance of the Named Insured's ongoing operations at the trade show event premises during the trade show event. 2. The coverage granted by this paragraph does not apply to bodily injury or property damage included within the products-completed operations hazard. 2. ADDITIONAL INSURED- PRIMARY AND NON-CONTRIBUTORY TO ADDITIONAL INSURED'S INSURANCE The Other Insurance Condition in the COMMERCIAL GENERAL LIABILITY CONDITIONS Section is amended to add the following paragraph: If the Named Insured has agreed in writing in a contract or agreement that this insurance is primary and non- contributory relative to an additional insured's own insurance, then this insurance is primary, and the Insurer will not seek contribution from that other insurance. For the purpose of this Provision 2., the additional insured's own insurance means insurance on which the additional insured is a named insured. Otherwise, and notwithstanding anything to the contrary elsewhere in this Condition, the insurance provided to such person or organization is excess of any other insurance available to such person or organization. 3. BODILY INJURY—EXPANDED DEFINITION Under DEFINITIONS, the definition of bodily injury is deleted and replaced by the following: Bodily injury means physical injury, sickness or disease sustained by a person, including death, humiliation, shock, mental anguish or mental injury sustained by that person at any time which results as a consequence of the physical injury, sickness or disease. 4. BROAD KNOWLEDGE OF OCCURRENCE/ NOTICE OF OCCURRENCE Under CONDITIONS, the condition entitled Duties in The Event of Occurrence, Offense, Claim or Suit is amended to add the following provisions: A. BROAD KNOWLEDGE OF OCCURRENCE The Named Insured must give the Insurer or the Insurer's authorized representative notice of an occurrence, offense or claim only when the occurrence, offense or claim is known to a natural person Named Insured, to a partner, executive officer, manager or member of a Named Insured, or an employee designated by any of the above to give such notice. B. NOTICE OF OCCURRENCE The Named Insured's rights under this Coverage Part will not be prejudiced if the Named Insured fails to give the Insurer notice of an occurrence, offense or claim and that failure is solely due to the Named Insured's reasonable belief that the bodily injury or property damage is not covered under this Coverage Part. However, the Named Insured shall give written notice of such occurrence, offense or claim to the Insurer as soon as the Named Insured is aware that this insurance may apply to such occurrence, offense or claim. 5. BROAD NAMED INSURED WHO IS AN INSURED is amended to delete its Paragraph 3. in its entirety and replace it with the following: 3. Pursuant to the limitations described in Paragraph 4. below, any organization in which a Named Insured has management control: a. on the effective date of this Coverage Part; or CNA74705XX (1-15) Paqe 4 of 17 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office;Inc.;with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement b. by reason of a Named Insured creating or acquiring the organization during the policy period, qualifies as a Named Insured, provided that there is no other similar liability insurance, whether primary, contributory, excess, contingent or otherwise, which provides coverage to such organization, or which would have provided coverage but for the exhaustion of its limit, and without regard to whether its coverage is broader or narrower than that provided by this insurance. But this BROAD NAMED INSURED provision does not apply to: (a) any partnership, limited liability company or joint venture; or (b) any organization for which coverage is excluded by another endorsement attached to this Coverage Part. For the purpose of this provision, management control means: A. owning interests representing more than 50% of the voting, appointment or designation power for the selection of a majority of the Board of Directors of a corporation; or B. having the right, pursuant to a written trust agreement, to protect, control the use of, encumber or transfer or sell property held by a trust. 4. With respect to organizations which qualify as Named Insureds by virtue of Paragraph 3. above, this insurance does not apply to: a. bodily injury or property damage that first occurred prior to the date of management control, or that first occurs after management control ceases; nor b. personal or advertising injury caused by an offense that first occurred prior to the date of management control or that first occurs after management control ceases. 5. The insurance provided by this Coverage Part applies to Named Insureds when trading under their own names or under such other trading names or doing-business-as names (dba) as any Named Insured should choose to employ. 6. BROADENED LIABILITY COVERAGE FOR DAMAGE TO YOUR PRODUCT AND YOUR WORK A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusions k. and I.and replace them with the following: This insurance does not apply to: k. Damage to Your Product 0 0 Property damage to your product arising out of it, or any part of it except when caused by or resulting from: 0 (1) fire; (2) smoke; (3) collapse; or (4) explosion. I. Damage to Your Work Property damage to your work arising out of it, or any part of it and included in the products-completed operations hazard. This exclusion does not apply: (1) If the damaged work, or the work out of which the damage arises, was performed on the Named Insured's behalf by a subcontractor; or CNA74705XX (1-15) Page 5 of 17 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office;Inc.;with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement (2) If the cause of loss to the damaged work arises as a result of: (a) fire; (b) smoke; (c) collapse; or (d) explosion. B. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5. above, $100,000 is the most the Insurer will pay under Coverage A for the sum of damages arising out of any one occurrence because of property damage to your product and your work that is caused by fire, smoke, collapse or explosion and is included within the product-completed operations hazard. This sublimit does not apply to property damage to your work if the damaged work, or the work out of which the damage arises, was performed on the Named Insured's behalf by a subcontractor. C. This Broadened Liability Coverage For Damage To Your Product And Your Work Provision does not apply if an endorsement of the same name is attached to this policy. 7. CONTRACTUAL LIABILITY—RAILROADS With respect to operations performed within 50 feet of railroad property, the definition of insured contract is replaced by the following: Insured Contract means: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire to premises while rented to a Named Insured or temporarily occupied by a Named Insured with permission of the owner is not an insured contract; b. A sidetrack agreement; c. Any easement or license agreement; d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality; e. An elevator maintenance agreement; f. That part of any other contract or agreement pertaining to the Named Insured's business (including an indemnification of a municipality in connection with work performed for a municipality) under which the Named Insured assumes the tort liability of another party to pay for bodily injury or property damage to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f.does not include that part of any contract or agreement: (1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; (2) Under which the Insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failure to render professional services, including those listed in (1) above and supervisory, inspection, architectural or engineering activities. 8. ELECTRONIC DATA LIABILITY CNA74705XX (1-15) Page 6 of 17 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office;Inc.;with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusion p. Electronic Data and replace it with the following: This insurance does not apply to: p. Access Or Disclosure Of Confidential Or Personal Information And Data-related Liability Damages arising out of: (1) any access to or disclosure of any person's or organization's confidential or personal information, including patents, trade secrets, processing methods, customer lists, financial information, credit card information, health information or any other type of nonpublic information; or (2) the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate electronic data that does not result from physical injury to tangible property. However, unless Paragraph (1) above applies, this exclusion does not apply to damages because of bodily injury. This exclusion applies even if damages are claimed for notification costs, credit monitoring expenses, forensic expenses, public relation expenses or any other loss, cost or expense incurred by the Named Insured or others arising out of that which is described in Paragraph (1) or(2) above. B. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5. above, $100,000 is the most the Insurer will pay under Coverage A for all damages arising out of any one occurrence because of property damage that results from physical injury to tangible property and arises out of electronic data. C. The following definition is added to DEFINITIONS: Electronic data means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software (including systems and applications software), hard or floppy disks, CD-ROMS, tapes, drives, cells,data processing devices or any other media which are used with electronically controlled equipment. D. For the purpose of the coverage provided by this ELECTRONIC DATA LIABILITY Provision, the definition of property damage in DEFINITIONS is replaced by the following: N Property damage means: n a. Physical injury to tangible property, including all resulting loss of use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; 0 0 b. Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at the time of the occurrence that caused it; or c. Loss of, loss of use of, damage to, corruption of, inability to access, or inability to properly manipulate electronic data, resulting from physical injury to tangible property. All such loss of electronic data shall be deemed to occur at the time of the occurrence that caused it. For the purposes of this insurance, electronic data is not tangible property. E. If Electronic Data Liability is provided at a higher limit by another endorsement attached to this policy, then the _ $100,000 limit provided by this ELECTRONIC DATA LIABILITY Provision is part of, and not in addition to, that higher limit. 9. ESTATES, LEGAL REPRESENTATIVES, AND SPOUSES The estates, heirs, legal representatives and spouses of any natural person Insured shall also be insured under this policy; provided, however, coverage is afforded to such estates, heirs, legal representatives, and spouses only for CNA74705XX (1-15) Page 7 of 17 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office;Inc.;with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement claims arising solely out of their capacity or status as such and, in the case of a spouse, where such claim seeks damages from marital community property, jointly held property or property transferred from such natural person Insured to such spouse. No coverage is provided for any act, error or omission of an estate, heir, legal representative, or spouse outside the scope of such person's capacity or status as such, provided however that the spouse of a natural person Named Insured and the spouses of members or partners of joint venture or partnership Named Insureds are Insureds with respect to such spouses' acts, errors or omissions in the conduct of the Named Insured's business. 10. EXPECTED OR INTENDED INJURY—EXCEPTION FOR REASONABLE FORCE Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Expected or Intended Injury and replace it with the following: This insurance does not apply to: Expected or Intended Injury Bodily injury or property damage expected or intended from the standpoint of the Insured. This exclusion does not apply to bodily injury or property damage resulting from the use of reasonable force to protect persons or property. 11. GENERAL AGGREGATE LIMITS OF INSURANCE- PER PROJECT A. For each construction project away from premises the Named Insured owns or rents, a separate Construction Project General Aggregate Limit, equal to the amount of the General Aggregate Limit shown in the Declarations, is the most the Insurer will pay for the sum of: 1. All damages under Coverage A, except damages because of bodily injury or property damage included in the products-completed operations hazard; and 2. All medical expenses under Coverage C, that arise from occurrences or accidents which can be attributed solely to ongoing operations at that construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations, nor the Construction Project General Aggregate Limit of any other construction project. B. All: 1. Damages under Coverage B, regardless of the number of locations or construction projects involved; 2. Damages under Coverage A, caused by occurrences which cannot be attributed solely to ongoing operations at a single construction project, except damages because of bodily injury or property damage included in the products-completed operations hazard; and 3. Medical expenses under Coverage C caused by accidents which cannot be attributed solely to ongoing operations at a single construction project, will reduce the General Aggregate Limit shown in the Declarations. C. The limits shown in the Declarations for Each Occurrence, for Damage To Premises Rented To You and for Medical Expense continue to apply, but will be subject to either the Construction Project General Aggregate Limit or the General Aggregate Limit shown in the Declarations, depending on whether the occurrence can be attributed solely to ongoing operations at a particular construction project. D. When coverage for liability arising out of the products-completed operations hazard is provided, any payments for damages because of bodily injury or property damage included in the products-completed operations hazard will reduce the Products-Completed Operations Aggregate Limit shown in the Declarations, regardless of the number of projects involved. CNA74705XX (1-15) Paqe 8 of 17 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office;Inc.;with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement E. If a single construction project away from premises owned by or rented to the Insured has been abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. F. The provisions of LIMITS OF INSURANCE not otherwise modified by this endorsement shall continue to apply as stipulated. 12. IN REM ACTIONS A quasi in rem action against any vessel owned or operated by or for the Named Insured, or chartered by or for the Named Insured, will be treated in the same manner as though the action were in personam against the Named Insured. 13. INCIDENTAL HEALTH CARE MALPRACTICE COVERAGE Solely with respect to bodily injury that arises out of a health care incident: A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Insuring Agreement is amended to replace Paragraphs 1.b.(1) and 1.b.(2)with the following: b. This insurance applies to bodily injury provided that the professional health care services are incidental to the Named Insured's primary business purpose, and only if: (1) such bodily injury is caused by an occurrence that takes place in the coverage territory. (2) the bodily injury first occurs during the policy period. All bodily injury arising from an occurrence will be deemed to have occurred at the time of the first act, error, or omission that is part of the occurrence; and B. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to: i. add the following to the Employers Liability exclusion: This exclusion applies only if the bodily injury arising from a health care incident is covered by other liability insurance available to the Insured (or which would have been available but for exhaustion of its limits). ii. delete the exclusion entitled Contractual Liability and replace it with the following: This insurance does not apply to: N O Contractual Liability 0 0 0 the Insured's actual or alleged liability under any oral or written contract or agreement, including but not limited to express warranties or guarantees. iii. add the following additional exclusions: This insurance does not apply to: Discrimination any actual or alleged discrimination, humiliation or harassment, including but not limited to claims based on an individual's race, creed, color, age, gender, national origin, religion, disability, marital status or sexual orientation. Dishonesty or Crime Any actual or alleged dishonest, criminal or malicious act, error or omission. Medicare/Medicaid Fraud CNA74705XX (1-15) Page 9 of 17 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office;Inc.;with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement any actual or alleged violation of law with respect to Medicare, Medicaid, Tricare or any similar federal, state or local governmental program. Services Excluded by Endorsement Any health care incident for which coverage is excluded by endorsement. C. DEFINITIONS is amended to: I. add the following definitions: Health care incident means an act, error or omission by the Named Insured's employees or volunteer workers in the rendering of: a. professional health care services on behalf of the Named Insured or b. Good Samaritan services rendered in an emergency and for which no payment is demanded or received. Professional health care services means any health care services or the related furnishing of food, beverages, medical supplies or appliances by the following providers in their capacity as such but solely to the extent they are duly licensed as required: a. Physician; b. Nurse; c. Nurse practitioner; d. Emergency medical technician; e. Paramedic; f. Dentist; g. Physical therapist; h. Psychologist; i. Speech therapist; j. Other allied health professional; or Professional health care services does not include any services rendered in connection with human clinical trials or product testing. iii. delete the definition of occurrence and replace it with the following: Occurrence means a health care incident. All acts, errors or omissions that are logically connected by any common fact, circumstance, situation, transaction, event, advice or decision will be considered to constitute a single occurrence; iii. amend the definition of Insured to: a. add the following: the Named Insured's employees are Insureds with respect to: (1) bodily injury to a co-employee while in the course of the co-employee's employment by the Named Insured or while performing duties related to the conduct of the Named Insured's business; and CNA74705XX (1-15) Paae 10 of 17 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office;Inc.;with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement (2) bodily injury to a volunteer worker while performing duties related to the conduct of the Named Insured's business; when such bodily injury arises out of a health care incident. the Named Insured's volunteer workers are Insureds with respect to: (1) bodily injury to a co-volunteer worker while performing duties related to the conduct of the Named Insured's business; and (2) bodily injury to an employee while in the course of the employee's employment by the Named Insured or while performing duties related to the conduct of the Named Insured's business; when such bodily injury arises out of a health care incident. b. delete Subparagraphs (a), (b), (c)and(d) of Paragraph 2.a.(1) of WHO IS AN INSURED. D. The Other Insurance condition is amended to delete Paragraph b.(1) in its entirety and replace it with the following: Otherinsurance b. Excess Insurance (1) To the extent this insurance applies, it is excess over any other insurance, self insurance or risk transfer instrument, whether primary, excess, contingent or on any other basis, except for insurance purchased specifically by the Named Insured to be excess of this coverage. 14. JOINT VENTURES/ PARTNERSHIP/LIMITED LIABILITY COMPANIES WHO IS AN INSURED is amended to delete its last paragraph and replace it with the following: No person or organization is an Insured with respect to the conduct of any current or past partnership,joint venture or limited liability company that is not shown as a Named Insured in the Declarations, except that if the Named Insured was a joint venturer, partner, or member of a limited liability company and such joint venture, partnership or limited liability company terminated prior to or during the policy period, such Named Insured is an Insured with respect to its interest in such joint venture, partnership or limited liability company but only to the extent that: a. any offense giving rise to personal and advertising injury occurred prior to such termination date, and the personal and advertising injury arising out of such offense first occurred after such termination date; b. the bodily injury or property damage first occurred after such termination date; and c. there is no other valid and collectible insurance purchased specifically to insure the partnership, joint venture or N limited liability company; and If the joint venture, partnership or limited liability company is or was insured under a consolidated (wrap-up) insurance program, then such insurance will always be considered valid and collectible for the purpose of paragraph c. above. But this provision will not serve to exclude bodily injury, property damage or personal and advertising injury that would otherwise be covered under the Contractors General Liability Extension Endorsement provision entitled WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS. Please see that provision for the definition of consolidated (wrap-up) insurance program. 15. LEGAL LIABILITY — DAMAGE TO PREMISES / ALIENATED PREMISES / PROPERTY IN THE NAMED INSURED'S CARE, CUSTODY OR CONTROL A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusion j. Damage to Property in its entirety and replace it with the following: This insurance does not apply to: CNA74705XX (1-15) Page 11 of 17 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office;Inc.;with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement j. Damage to Property Property damage to: (1) Property the Named Insured owns, rents, or occupies, including any costs or expenses incurred by you, or any other person, organization or entity, for repair, replacement, enhancement, restoration or maintenance of such property for any reason, including prevention of injury to a person or damage to another's property; (2) Premises the Named Insured sells, gives away or abandons, if the property damage arises out of any part of those premises; (3) Property loaned to the Named Insured; (4) Personal property in the care,custody or control of the Insured; (5) That particular part of real property on which the Named Insured or any contractors or subcontractors working directly or indirectly on the Named Insured's behalf are performing operations, if the property damage arises out of those operations; or (6) That particular part of any property that must be restored, repaired or replaced because your work was incorrectly performed on it. Paragraphs (1), (3) and (4) of this exclusion do not apply to property damage (other than damage by fire) to premises rented to the Named Insured or temporarily occupied by the Named Insured with the permission of the owner, nor to the contents of premises rented to the Named Insured for a period of 7 or fewer consecutive days. A separate limit of insurance applies to Damage To Premises Rented To You as described in LIMITS OF INSURANCE. Paragraph (2) of this exclusion does not apply if the premises are your work. Paragraphs (3), (4), (5) and (6) of this exclusion do not apply to liability assumed under a sidetrack agreement. Paragraph (6) of this exclusion does not apply to property damage included in the products-completed operations hazard. Paragraphs (3) and(4) of this exclusion do not apply to property damage to: i. tools, or equipment the Named Insured borrows from others, nor iii. other personal property of others in the Named Insured's care,custody or control while being used in the Named Insured's operations away from any Named Insured's premises. However, the coverage granted by this exception to Paragraphs (3)and (4)does not apply to: a. property at a job site awaiting or during such property's installation, fabrication, or erection; b. property that is mobile equipment leased by an Insured; c. property that is an auto, aircraft or watercraft; d. property in transit; or e. any portion of property damage for which the Insured has available other valid and collectible insurance, or would have such insurance but for exhaustion of its limits, or but for application of one of its exclusions. A separate limit of insurance and deductible apply to such property of others. See LIMITS OF INSURANCE as amended below. CNA74705XX (1-15) Page 12 of 17 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office;Inc.;with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement B. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete its last paragraph and replace it with the following: Exclusions c. through n. do not apply to damage by fire to premises while rented to a Named Insured or temporarily occupied by a Named Insured with permission of the owner, nor to damage to the contents of premises rented to a Named Insured for a period of 7 or fewer consecutive days. A separate limit of insurance applies to this coverage as described in LIMITS OF INSURANCE. C. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5. above, $25,000 is the most the Insurer will pay under Coverage A for damages arising out of any one occurrence because of the sum of all property damage to borrowed tools or equipment, and to other personal property of others in the Named Insured's care, custody or control, while being used in the Named Insured's operations away from any Named Insured's premises. The Insurer's obligation to pay such property damage does not apply until the amount of such property damage exceeds $1,000. The Insurer has the right but not the duty to pay any portion of this $1,000 in order to effect settlement. If the Insurer exercises that right, the Named Insured will promptly reimburse the Insurer for any such amount. D. Paragraph 6., Damage To Premises Rented To You Limit, of LIMITS OF INSURANCE is deleted and replaced by the following: 6. Subject to Paragraph 5. above, (the Each Occurrence Limit), the Damage To Premises Rented To You Limit is the most the Insurer will pay under Coverage A for damages because of property damage to any one premises while rented to the Named Insured or temporarily occupied by the Named Insured with the permission of the owner, including contents of such premises rented to the Named Insured for a period of 7 or fewer consecutive days. The Damage To Premises Rented To You Limit is the greater of: a. $500,000; or b. The Damage To Premises Rented To You Limit shown in the Declarations. E. Paragraph 4.b.(1)(a)(ii)of the Other Insurance Condition is deleted and replaced by the following: (ii) That is property insurance for premises rented to the Named Insured, for premises temporarily occupied by the Named Insured with the permission of the owner; or for personal property of others in the Named Insured's care, custody or control; n 16. LIQUOR LIABILITY rn N Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled 0 0 Exclusions is amended to delete the exclusion entitled Liquor Liability. 0 0 0 This LIQUOR LIABILITY provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 17. MEDICAL PAYMENTS A. LIMITS OF INSURANCE is amended to delete Paragraph 7. (the Medical Expense Limit) and replace it with the following: 7. Subject to Paragraph 5. above (the Each Occurrence Limit), the Medical Expense Limit is the most the Insurer will pay under Coverage C — Medical Payments for all medical expenses because of bodily injury sustained by any one person. The Medical Expense Limit is the greater of: (1) $15,000 unless a different amount is shown here: $N,NNN,NNN,NNN; or (2) the amount shown in the Declarations for Medical Expense Limit. CNA74705XX (1-15) Page 13 of 17 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office;Inc.;with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement B. Under COVERAGES, the Insuring Agreement of Coverage C — Medical Payments is amended to replace Paragraph 1.a.(3)(b)with the following: (b) The expenses are incurred and reported to the Insurer within three years of the date of the accident; and 18. NON-OWNED AIRCRAFT Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended as follows: The exclusion entitled Aircraft, Auto or Watercraft is amended to add the following: This exclusion does not apply to an aircraft not owned by any Named Insured, provided that: 1. the pilot in command holds a currently effective certificate issued by the duly constituted authority of the United States of America or Canada, designating that person as a commercial or airline transport pilot; 2. the aircraft is rented with a trained, paid crew to the Named Insured; and 3. the aircraft is not being used to carry persons or property for a charge. 19. NON-OWNED WATERCRAFT Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete subparagraph (2) of the exclusion entitled Aircraft, Auto or Watercraft, and replace it with the following. This exclusion does not apply to: (2) a watercraft that is not owned by any Named Insured, provided the watercraft is: (a) less than 75 feet long; and (b) not being used to carry persons or property for a charge. 20. PERSONAL AND ADVERTISING INJURY—DISCRIMINATION OR HUMILIATION A. Under DEFINITIONS, the definition of personal and advertising injury is amended to add the following tort: Discrimination or humiliation that results in injury to the feelings or reputation of a natural person. B. Under COVERAGES, Coverage B — Personal and Advertising Injury Liability, the paragraph entitled Exclusions is amended to: 1. delete the Exclusion entitled Knowing Violation Of Rights Of Another and replace it with the following: This insurance does not apply to: Knowing Violation of Rights of Another Personal and advertising injury caused by or at the direction of the Insured with the knowledge that the act would violate the rights of another and would inflict personal and advertising injury. This exclusion shall not apply to discrimination or humiliation that results in injury to the feelings or reputation of a natural person, but only if such discrimination or humiliation is not done intentionally by or at the direction of: (a) the Named Insured; or (b) any executive officer, director, stockholder, partner, member or manager (if the Named Insured is a limited liability company) of the Named Insured. 2. add the following exclusions: CNA74705XX (1-15) Page 14 of 17 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office;Inc.;with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement This insurance does not apply to: Employment Related Discrimination Discrimination or humiliation directly or indirectly related to the employment, prospective employment, past employment or termination of employment of any person by any Insured. Premises Related Discrimination discrimination or humiliation arising out of the sale, rental, lease or sub-lease or prospective sale, rental, lease or sub-lease of any room,dwelling or premises by or at the direction of any Insured. Notwithstanding the above, there is no coverage for fines or penalties levied or imposed by a governmental entity because of discrimination. The coverage provided by this PERSONAL AND ADVERTISING INJURY —DISCRIMINATION OR HUMILIATION Provision does not apply to any person or organization whose status as an Insured derives solely from Provision 1. ADDITIONAL INSURED of this endorsement; or attachment of an additional insured endorsement to this Coverage Part. This PERSONAL AND ADVERTISING INJURY —DISCRIMINATION OR HUMILIATION Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 21. PERSONAL AND ADVERTISING INJURY-CONTRACTUAL LIABILITY A. Under COVERAGES, Coverage B —Personal and Advertising Injury Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Contractual Liability. B. Solely for the purpose of the coverage provided by this PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY provision, the following changes are made to the section entitled SUPPLEMENTARY PAYMENTS—COVERAGES A AND B: 1. Paragraph 2.d. is replaced by the following: d. The allegations in the suit and the information the Insurer knows about the offense alleged in such suit are such that no conflict appears to exist between the interests of the Insured and the interests of the indemnitee; n 2. The first unnumbered paragraph beneath Paragraph 2.f.(2)(b) is deleted and replaced by the following: N O 0 So long as the above conditions are met, attorneys fees incurred by the Insurer in the defense of that indemnitee, necessary litigation expenses incurred by the Insurer, and necessary litigation expenses incurred by the indemnitee at the Insurer's request will be paid as defense costs. Such payments will not be deemed to be damages for personal and advertising injury and will not reduce the limits of insurance. C. This PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY Provision does not apply if Coverage B —Personal and Advertising Injury Liability is excluded by another endorsement attached to this Coverage Part. This PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 22. PROPERTY DAMAGE—ELEVATORS A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended such that the Damage to Your Product Exclusion and subparagraphs (3), (4) and (6) of the Damage to Property Exclusion do not apply to property damage that results from the use of elevators. CNA74705XX (1-15) Page 15 of 17 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office;Inc.;with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement B. Solely for the purpose of the coverage provided by this PROPERTY DAMAGE — ELEVATORS Provision, the Other Insurance conditions is amended to add the following paragraph: This insurance is excess over any of the other insurance, whether primary, excess, contingent or on any other basis that is Property insurance covering property of others damaged from the use of elevators. 23. SUPPLEMENTARY PAYMENTS The section entitled SUPPLEMENTARY PAYMENTS—COVERAGES A AND B is amended as follows: A. Paragraph 1.b. is amended to delete the $250 limit shown for the cost of bail bonds and replace it with a $5,000. limit;and B. Paragraph 1.d. is amended to delete the limit of $250 shown for daily loss of earnings and replace it with a $1,000. limit. 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 CNA74705XX (1-15) Page 16 of 17 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office;Inc.;with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement 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: 1. single or multifamily housing, apartments, condominiums, townhouses, co-operatives or planned unit developments; and 2. the common areas and structures appurtenant to the structures in paragraph 1. (including pools, hot tubs, detached garages, guest houses or any similar structures). However, when there is no individual ownership of units, residential structure does not include military housing, college/university housing or dormitories, long term care facilities, hotels or motels. Residential structure also does not include hospitals or prisons. This WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. All other terms and conditions of the Policy remain unchanged. n This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect N 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. N O O O CNA74705XX (1-15) Page 17 of 17 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office;Inc.;with its permission. POLICY NUMBER INSURED NAME AND ADDRESS C 6020650985 ASSOCIATED CONSTRUCTION PARTNERS, LTD. 215 W BANDERA RD STE 114-461 BOERNE, TX 78006-2820 POLICY CHANGES CA 2048 DESIGNATED INSURED BLANKET This Change Endorsement changes the Policy. Please read it carefully. This Change Endorsement is a part of your Policy and takes effect on the effective date of your Policy, unless another effective date is shown. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED BLANKET 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. C V Secretary Chairman of the Board G-56015-B (ED. 11/91) Named Insured: Associated Construction Partners, Ltd. 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 Effective Date: 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. 0 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 4410 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: N/A Name of person or organization to whom notice will be sent: PER SCHEDULE ON FILE. CANCELLATION NOTICE WILL NOT BE SENT WHEN THE REASON IS FOR NONPAYMENT OF PREMIUM. Address: PER SCHEDULE ON FILE If no entry appears above, the number of days notice for nonpayment of premium will be 10 days. N 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 V 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: 28 CONTINENTAL CASUALTY COMPANY Effective Date: 10/04/2021 Insured Name:Associated Construction Partners, Ltd. Copyright CNA All Rights Reserved. CNA Business Auto Policy Ricy W uirsernent 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 List on file Attention: Street Address: City, State, ZIP: E-mail address: 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 Policy Effective date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy. Form No: CNA72315XX (02-2013) Policy No.: 6020650985 Endorsement Effective Date: Endorsement Expiration Date: Policy Effective Date: 10/04/2021 Endorsement No: 17; Page: 1 of 1 _ Underwriting Company: The Continental Insurance Company, 151 N Franklin St, Chicago, IL 60606 Copyright CNA All Rights Reserved. CNA Business Auto Policy gement BROADENED POLLUTION LIABILITY COVERAGE THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A. Liability Coverage is changed as follows: 1. Paragraph a. of the Pollution Exclusion applies only to liability assumed under a contract or agreement. 2. With respect to the coverage afforded by Paragraph A.1 above, Exclusion B.6 Care, Custody Or Control does not apply. B. Changes In Definitions For the purpose of this endorsement, Paragraph D. of the Definitions Section is replaced by the following: D. "Covered pollution cost or expense" means any cost or expense arising out of: 1. Any request, demand, order or statutory or regulatory requirement; or 2. Any claim or "suit" by or on behalf of a governmental authority demanding that the "insured" or others test for, monitor, clean up, remove, contain, treat, detoxify or neutralize, or in any way respond to, or assess the effects of "pollutants." "Covered pollution cost or expense" does not include any cost or expense arising out of the actual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of "pollutants": a. Before the "pollutants" or any property in which the "pollutants" are contained are moved from the place where they are accepted by the "insured" for movement into or onto the covered "auto"; or b. After the "pollutants" or any property in which the "pollutants" are contained are moved from the covered "auto" to the place where they are finally delivered, disposed of or abandoned by the " insured." Paragraphs a. and b. above do not apply to "accidents" that occur away from premises owned by or rented to an "insured" with respect to "pollutants" not in or upon a covered "auto" if: (1) The "pollutants" or any property in which the "pollutants" are contained are upset, overturned or damaged as a result of the maintenance or use of a covered "auto"; and (2) The discharge, dispersal, seepage, migration, release or escape of the "pollutants" is caused directly by such upset, overturn or damage. C. Property Damage Liability Coverage Deductible The damages that would otherwise be payable under Liability Coverage for "property damage" and " covered pollution cost or expense" caused in any one "accident" will be reduced by the "Property Damage" and "Covered Pollution Cost or Expense" Per "Accident" Deductible shown in the Broadened Pollution Liability Coverage Schedule prior to the application of the Limit Of Insurance provision. Form No: G-140378-B (05-2008) Policy No.: 6020650985 Endorsement Effective Date: Endorsement Expiration Date: Policy Effective ate: 10/04/2021 Endorsement No: 19; Page: 1 of 2 Underwriting Company: The Continental Insurance Company, 151 N Franklin St, Chicago, IL 60606 Copyright CNA All Rights Reserved. CNA Business Auto Policy D. Our Right To Reimbursement To settle any claim or "suit" we may pay all or any part of the deductible shown in the Broadened Pollution Liability Coverage Schedule. If this happens, you must reimburse us for the deductible or the part of the deductible we paid. E. Limit Of Insurance The following is added to Section II, Paragraph C., Limit Of Insurance: Regardless of the number of covered "autos," "insureds," premiums paid, claims made or "suits" brought or persons or organizations making claims or bringing "suits," the most we will pay for the sum of all damages and "covered pollution cost or expense" involving the additional insurance provided by this endorsement is the Aggregate Limit shown in the Broadened Pollution Liability Coverage Schedule. The Aggregate Limit shown in the Broadened Pollution Liability Coverage Schedule applies separately to each consecutive annual period and to any remaining period of less than 12 months, starting with the beginning of the policy period shown in the Declarations, unless the policy period is extended after issuance for an additional period of less than 12 months. In that case, the additional period will be deemed part of the last preceding period for purposes of determining the Aggregate Limit. F. EXCESS COVERAGE The additional insurance provided by this endorsement is in excess of any automobile pollution coverage required by your state and provided for in the Insurance Services Office, Inc. state Changes endorsement attached to this Coverage Form. However, the additional insurance provided by this endorsement does not increase the each "accident" limit of this Coverage Form. Any claim paid for automobile pollution coverage as provided by the Insurance Services Office, Inc. state Changes endorsement attached to this Coverage Form will not be charged against the annual Aggregate Limit shown in the Broadened Pollution Liability Coverage Schedule. All other terms and conditions of the policy remain unchanged This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy. Form No: G-140378-B (05-2008) Policy No.: 6020650985 Endorsement Effective Date: Endorsement Expiration Date: Endorsement No: 19; Page: 2 of 2 Policy Effective Date: 10/04/2021 Underwriting Company: The Continental Insurance Company, 151 N Franklin St, Chicago, IL 60606 Copyright CNA All Rights Reserved. CNA CNA PARAMOUNT Additional Coverage Limited Pollution Liability Coverage - Worksites Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Limited Pollution Liability Aggregate Limit $2, 000, 000 Each Limited Pollution Incident Limit $1, 000, 000 Pollution Deductible Amount $2, 000 Each Limited Pollution Incident Information required to complete this Schedule, if not shown above, will be shown in the Declarations. It is understood and agreed as follows: I. Under COVERAGES,the following additional coverage is added: LIMITED POLLUTION INCIDENT COVERAGE 1. Insuring Agreement Subject to the Limited Pollution Liability Limits and the Pollution Deductible Amount, the Insurer will pay those sums the Insured becomes legally obligated to pay as damages because of bodily injury or property damage that directly results from a limited pollution incident within the coverage territory, provided that: a. the first emission, discharge, release or escape of the pollutants from which such bodily injury or property damage arises is demonstrable as having occurred during the policy period; and b. such bodily injury or property damage does not qualify for coverage under Coverage A— Bodily Injury and Property Damage Liability, whether or not any Coverage A limits remain; and c. such limited pollution incident happens on or from a worksite. The Insurer will have the right and duty to defend any suit seeking those damages, even if the allegations of the suit are groundless, false or fraudulent. The Insurer may at its discretion investigate any limited pollution incident and settle any claim that may result. But: (1) The Insurer's right and duty to defend end when the Insurer has used up the applicable limit of insurance in the payment of judgments or settlements; and 0 0 (2) The Insurer has no duty to defend suits seeking damages not covered by this insurance. 0 0 No other obligation or liability to pay sums or perform acts or services is covered unless explicitly provided for under SUPPLEMENTARY PAYMENTS—COVERAGES A AND B, which hereby also apply to LIMITED POLLUTION INCIDENT COVERAGE. 2. Exclusions A. Under Coverage A— Bodily Injury And Property Damage Liability,the paragraph entitled Exclusions hereby also applies to LIMITED POLLUTION INCIDENT COVERAGE subject to the following changes, which apply only with respect to the coverage provided by this endorsement: 1. the following exclusions are deleted: a. the exclusions entitled Pollution, Electronic Data and War; b. exclusions attached by endorsement to exclude fungi, microbes, or silica; and C. the endorsement entitled Respirable dust Exclusion Endorsement, if attached to this policy. CNA74844XX (4-15) Policy No: 6020651005 Page 1 of 6 Endorsement No: CONTINENTAL CASUALTY COMPANY Effective Date 10/04/2021 Insured Name: Associated Construction Partners, Ltd. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office;Inc.;with its permission. CNA CNA PARAMOUNT Additional Coverage Limited Pollution Liability Coverage - Worksites Endorsement 2. the following entitled exclusions: • Damage To Property • Damage to Your Product; • Damage to Your Work; • Damage to Impaired Property or Property Not Physically Injured; • Recall of Products, Work Or Impaired Property, are deleted and replaced by the following: This insurance does not apply to: • Damage To Property Property Damage to: (1) property at any time owned, rented, or occupied by the Named Insured, including any costs or expenses incurred by the Named Insured, or by any other person, organization or entity,for repair, replacement, enhancement, restoration or maintenance of such property for any reason, including prevention of injury to a person or damage to another's property; (2) premises the Named Insured sells, gives away or abandons if the property damage arises out of any part of those premises; (3) property loaned to an Insured; (4) personal property in the care,custody or control of an Insured; or • Products or Completed Operations bodily injury or property damage included within the products-completed operations hazard. B. With respect only to the coverage provided by this endorsement, the following additional exclusions apply: This insurance does not apply to: • Acid Rain bodily injury or property damage arising out of acid rain. • Cleanup or Monitoring Costs any loss,cost or expense arising out of any: (1) request, demand, order or statutory or regulatory requirement that any Insured or others test for, monitor, clean up, remove, contain, treat, detoxify or neutralize, or in any way respond to or assess the effects of, pollutants: or (2) claim by or on behalf of a governmental authority for damages because of testing for, monitoring, cleaning up, removing, containing, treating, detoxifying or neutralizing, or in any way responding to or assessing the effects of, pollutants. But this exclusion does not apply to liability for damages for property damage that is otherwise covered by this LIMITED POLLUTION INCIDENT COVERAGE. • Failure to Comply With Environmental Statutes bodily injury or property damage arising out of a limited pollution incident which results from, or is directly or indirectly attributable to, failure to comply with any applicable statute, regulation, ordinance, CNA74844XX (4-15) Policy No: 6020651005 Page 2 of 6 Endorsement No: 7 CONTINENTAL CASUALTY COMPANY Effective Date: 10/04/2021 Insured Name:Associated Construction Partners, Ltd. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office;Inc.;with its permission. CNA CNA PARAMOUNT Additional Coverage Limited Pollution Liability Coverage - Worksites Endorsement directive or order relating to the protection of the environment and promulgated by any governmental body, provided that failure to comply is a willful or deliberate act or omission of: (1) the Insured; or (2) the Named Insured or any of the Named Insured's executive officers (if a corporation), members or managers (if a limited liability corporation), or members or partners (if a joint venture or partnership). • Natural Resources any loss,cost or expense arising out of any request, demand, order or suit by a designated natural resource trustee or other person vested with the authority under any federal or state statute to make such claims, that any Insured or others assess, replace, restore or rehabilitate natural resources, or in any way provide compensation for property damage to natural resources due to the effects of pollutants. • Offshore Facilities And Deepwater Ports bodily injury or property damage arising out of the ownership or operation of any offshore facility as defined in the Outer Continental Shelf Lands Act Amendment of 1978 or the Clean Water Act of 1977 as amended 1978 or any deepwater port as defined in the Deepwater Port Act of 1974 as amended or as may be amended. • PrioritV Clean-up Sites any loss,cost or expense arising out of any request, demand or order by a governmental authority that any Insured or others test for, monitor, clean-up, remove, contain, treat, detoxify or neutralize, or in any way respond to, or assess the effects of pollutants at any site which is included on an EPA or state environmental agency priority clean-up list prior to the limited pollution incident. • Punitive Damages any punitive or exemplary damages nor the multiplied portion of multiplied damages. This exclusion does not apply if such exclusions are not permitted in the state where the Named Insured is domiciled. • Rolling Stock bodily injury or property damage arising out of the ownership, maintenance, use or entrustment to others of any rolling stock owned or operated by, or rented or loaned to, or loaded or unloaded by any 0 Insured. N 0 • Waste Facilities 0 (1) bodily injury or property damage arising out of a limited pollution incident at or from a waste facility which is a worksite. (2) bodily injury at or from, or property damage to, a waste facility to which waste from the operations of an Insured are consigned. • Wells bodily injury or property damage arising out of the emission, discharge, release or escape of drilling fluid, oil, gas or other fluids from any oil,gas, mineral, water or geothermal well. This exclusion applies without regard to whether vehicle-mounted well servicing equipment contributed to causing the limited pollution incident. II. Under WHO IS AN INSURED, and solely with respect to the coverages provided by this endorsement, the following changes apply: A. paragraph 3. is amended to add the following paragraph d.: CNA74844XX (4-15) Policy No: 6020651005 Page 3 of 6 Endorsement No: CONTINENTAL CASUALTY COMPANY Effective Date: 10/04/2021 Insured Name: Associated Construction Partners, Ltd. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office;Inc.;with its permission. CNA CNA PARAMOUNT Additional Coverage Limited Pollution Liability Coverage - Worksites Endorsement d. LIMITED POLLUTION INCIDENT COVERAGE does not apply to: (1) bodily injury or property damage that first occurred; nor (2) limited pollution incidents that first commenced, before the Named Insured acquired or formed the organization. B. the following paragraph is added: No person or organization qualifying as an Insured on any endorsement attached to this Coverage Part is an Insured with respect to bodily injury or property damage arising out of limited pollution incidents other than the Named Insured and the Named Insured's employees. However, with respect to such bodily injury or property damage, if the Named Insured is required under a written contract or written agreement to add a person or organization as an additional insured, then such person or organization is an Insured with respect to the coverage provided by the LIMITED POLLUTION LIABILITY COVERAGE endorsement, but: a. only with respect to such person or organization's liability for acts or omissions of the Named Insured; and b. only if such contract or agreement is currently in effect and was executed prior to the limited pollution incident that caused the bodily injury or property damage. Furthermore, and subject always to the terms and conditions of this Coverage Part, including the limits of insurance, the Insurer will not provide such person or organization with (1) coverage broader than required by such contract or agreement; or (2) a higher limit of insurance than required by such contract or agreement. Any coverage granted by this provision shall apply only to the extent permissible by law. III. LIMITS OF INSURANCE is amended as follows: A. the following paragraphs are added: The Limited Pollution Liability Aggregate Limit shown in the Schedule of the LIMITED POLLUTION LIABILITY COVERAGE endorsement is the most the Insurer will pay under LIMITED POLLUTION LIABILITY COVERAGE for the total of all damages because of bodily injury and property damage resulting from limited pollution incidents. Subject to the Limited Pollution Liability Aggregate Limit described above, the Each Limited Pollution Incident Limit is the most the Insurer will pay under LIMITED POLLUTION LIABILITY COVERAGE for the total of all damages because of bodily injury and property damage resulting from any one limited pollution incident. B. with respect only to property damage arising out of a limited pollution incident the following Deductible provision is added: 1. The Insurer's obligation under LIMITED POLLUTION LIABILITY COVERAGE to pay damages for property damage on the Insured's behalf applies only to the amount of damages in excess of any Pollution Deductible amount stated in the LIMITED POLLUTION LIABILITY COVERAGE endorsement as applicable to Each Limited Pollution Incident. Neither the Each Limited Pollution Incident Limit nor the Limited Pollution Liability Aggregate Limit will be reduced by the application of such deductible amount. 2. The terms of this insurance, including those with respect to: a. the Insurer's right and duty to defend any suits seeking those damages; and b. the Named Insured's duties in the event of an occurrence or claim, apply irrespective of the application of the deductible amount. CNA74844XX (4-15) Policy No: 6020651005 Page 4 of 6 Endorsement No: 7 CONTINENTAL CASUALTY COMPANY Effective Date: 10/04/2020 Insured Name:Associated Construction Partners, Ltd. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office;Inc.;with its permission. CNA CNA PARAMOUNT Additional Coverage Limited Pollution Liability Coverage - Worksites Endorsement 3. The Insurer may pay any part or all of the deductible amount to effect settlement of any claim, and, upon notification of the action taken,the Named Insured shall promptly reimburse the Insurer for such part of the deductible amount as the Insurer has paid. IV. Under CONDITIONS, and with respect only to the coverage provided by this endorsement, paragraph a. of the condition entitled Duties In The Event of Pollution Incident, Claim or Suit is deleted and replaced by the following: Duties In The Event of Pollution Incident, Claim or Suit. a. The Named Insured must see to it that the Insurer is notified as soon as practicable of an occurrence or offense which may result in a claim. To the extent possible, notice should include: (1) how, when, and where the occurrence or offense took place; (2) the names and addresses of any injured persons and witnesses; and (3) the nature and location of: i. any injury or damage arising out of the occurrence or offense; and iii. any limited pollution incident, and of the pollutants that escaped or were emitted, discharged or released in the limited pollution incident. V. Solely with respect to the coverage granted by this Endorsement, and notwithstanding anything to the contrary in any endorsement attached to this Coverage Part, the section entitled Definitions is amended as follows,: A. the following definitions are added: Above-ground means on or above: a. the surface of the land; b. the basement floor of any building; or c. any navigable or surface body of water. Limited pollution incident means an accidental emission, discharge, release, or escape of pollutants that results in the injurious presence of pollutants in or upon land,the atmosphere, interior of a building or any water 0 course, body of water or ground water. A series of emissions, discharges, releases or escapes of pollutants that are logically or causally connected by any common fact, circumstance, situation, transaction, event, advice or decision will be deemed to be one limited pollution incident. All bodily injury and property damage resulting from one limited pollution incident shall be deemed to have occurred only at the commencement date of the 0 limited pollution incident. Waste facility means any site to which waste is delivered for storage, disposal, processing or treatment, whether or not such site is licensed by a governmental authority to perform such storage, disposal, processing or treatment. Worksite means any site or location on which any Insured or any contractors or subcontractors working directly or indirectly on any Insured's behalf are performing operations, including sites temporarily borrowed or rented in support of a single worksite for storage of construction equipment. Worksite does not include any premises, site or location: (1) which is or was at any time owned by, rented or loaned to any Insured; nor (2) occupied by any Insured for any purpose other than performing construction operations for others. B. the following definitions are amended: 1. The definition of damages is amended to add the following: CNA74844XX (4-15) Policy No: 6020651005 Page 5 of 6 Endorsement No: CONTINENTAL CASUALTY COMPANY Effective Date: 10/04/2021 Insured Name: Associated Construction Partners, Ltd. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office;Inc.;with its permission. CNA CNA PARAMOUNT Additional Coverage Limited Pollution Liability Coverage - Worksites Endorsement Damages also do not include fines or penalties. 2. the first sentence of paragraph f. of the definition of insured contract is deleted and replaced by the following: f. That part of any other written contract or written agreement pertaining to the Named Insured's business (including an indemnification of a municipality in connection with work performed for a municipality) under which the Named Insured assumes the tort liability of another party to pay for bodily injury or property damage to a third person or organization, provided the bodily injury or property damage is entirely caused by the Named Insured or by those acting on the Named Insured's behalf. However, such part of a contract or agreement shall only be considered an insured contract to the extent the Named Insured's assumption of the tort liability is permitted by law. This amendment does not apply if paragraph f. has been deleted without replacement by another endorsement attached to this Coverage Part. 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. CNA74844XX (4-15) Policy No: 6020651005 Page 6 of 6 Endorsement No: 7 CONTINENTAL CASUALTY COMPANY Effective Date: 10/04/2021 Insured Name:Associated Construction Partners, Ltd. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office;Inc.;with its permission. 00 61 13 PERFORMANCE BOND BOND No.2322924 Contractor as Principal Surety Name: Associated Construction Partners, LTD Name: North American Specialty Insurance Company Mailing address (principal place of business): Mailing address (principal place of business): 215 W. Bandera Rd. Ste. 114-461 1200 Main Street#800 Boerne.TX 78006 Kansas City MO 64105 Physical address (principal place of business): Owner Same Name: City of Corpus Christi,Texas Mailing address (principal place of business): Contracts and Procurement Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: New Hampshire 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): Holly and Rand Morgan Elevated Storage Tank 816.235.3700 Implementation, 20267 Telephone (for notice of claim): 800.338.0753 Local Agent for Surety Name: Acrisure, LLC dba IBTX-Andrew Addison Award Date of the Contract: 12/14/2021 Address: 32335 US Highway N, Suite 1201 Bulverde, TX 78163 Contract Price: 51&L9,500 Bond Telephone: 210.697.2230 y Email Address: aaddison@ib-tx.com Date of Bond: 7 The address of the surety company to which any notice of claim should be sent may be obtained (Date of Bond 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 006113- 1 Proj Titie--Proj No 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 hull 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 2259 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. J Contractor s kincipal Surety Signature: VIL Signature: &40 ` Name: I Name: BettyJ eeh Title: V 1-0 Title: Attorney-in-Fact Email Address: �� h�Y Email Address: breeh@ib-tx.com (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond 006113-2 Proj Title--Proj No 7-8-2014 00 61 16 PAYMENT BOND BOND NO.2322924 Contractor as Principal Surety Name: Associated Construction Partners, LTD Name: North American Specialty Insurance Company Mailing address (principal place of business): Mailing address (principal place of business): 215 W. Bandera Rd. Ste. 114-461 1200 Main Street#800 Boerne,TX 78006 Kansas City MO 64105 Physical address (principal place of business): Owner Same Name: City of Corpus Christi,Texas Mailing address (principal place of business): Contracts and Procurement Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: New Hampshire Corpus Christi,Texas 78401 By submitting this Bond, Surety offirms 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): Holly and Rand Morgan Elevated Storage Tank 816.235.3700 Implementation Telephone (for notice of claim): 800.338.0753 Local Agent for Surety Name: Acrisure, LLC dba IBTX-Andrew Addison Award Date of the Contract: Address: 35335 US Hwy 281 N#1201 Bulverde,TX 78163 Contract Price: 4 669 500 Bond Telephone: 210.697.2230 y Email Address: aaddison ib-tx.com Date of Bond: I 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 Rept. of Insurance by calling the following toll-free number,1-800-252-3439 Payment Bond Form 006116-1 Holly and Rand Morgan Elevated Storage Tank Implementation, 20267 2021 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, s cipal Surety Signatu re: r Signature: Name: Name: Betty J. Re Title: Title: Attorney-in-Fact Email Address: (� ,(,�✓S Email Address: bree ib-tx com (Attach Power of Attorney and place surety seal below) l END OF SECTION Payment Bond Form 006116-2 Holly and Rand Morgan Elevated Storage Tank Implementation,20267 2021 SWISS RE CORPORATE SOLUTIONS NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT North A rneri can Specialty I nsuranceCompany,a corporation duly oygani zed and existing under laws of the State of New Hampshire,and having its principal office in the City of Kansas City,Missouri,and Washington International Insurance Company,a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Kansas City,Missouri,each does hereby make,constitute and appoint: GARY W.WHEATLEY,BETTY J. REEH,CLARK D.FRESHER,BRYAN K.MOORE, ANDREW ADDISON, ELIZABETH ORTIZ,ANA TOMES,PATRICK COYLE,PATRICIA ANN LY`I 'LE AND MICHAEL D.HENDRICKSON JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed, bonds or otherwritings obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of; FIFTY MILLION($50,000,000.00)DOLLARS ------------------------------------------------------- ---------- ------- - — - This Power of Attomey is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meeti ngs duly called and held on the 9''of May,2012: 'RESOLVED,that any two of the Presidents,any Managing Director,any SeniorVice President,any Vice President,aryAssistantVice President, the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURT H E R R E50LV E D,that the signature of such officers and the seal of the Company,may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached._ ,a p(aClALrr,''ae / 0` S4ONpj,y n }.r+ G"b*p°RiSG''' By ........... ------------------ • A+ i Steren P.Anderson,Senior Vice President of{Vashington International Insurance Cornpam L y Ca &Senior Vice President of north American Specialty Insurance Company 90t 5SEALjm= •CS :n✓i �y1 '�� 1973 �sw.'b� yEva a 4 a, Ta"R y------------------------------------------------------ ^c.,srcax°eta !•wN�*rMs„s+` Erik Janssens,Senior Vice Presi dent of W ashi ngton I nternational Insurance Company &Senior Vice President of North American Specialty insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this 30th-day of_____NOVEMBER 12021— North 2021 .North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook ss: On this 30tH day of_NOVEMBER ,2021before me,a Notary Public personally appeared Steven P.Anderson ,Senior Vice President of W ash!ngton International Insurance Company and Senior V ice President of North A merican 5 pecialty Insurance Company and Erik Janssens Senior V ice President of W ash!ngton International Insurance Company and Senior V ice President of North A meri can Specialty Insurance Company,personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of the!r respective companies. YASMIN A.PATEL OFric?AL SEAL 10 noury Puhnc.5ure ar frJas My comm sYion ErP res Yasinin A.Patel,Notary Aioy 28,2023 1, 1 effrey Goldberg , the duly elected Senior Vice President and Assistant Secretary of North American Specialty Insurance Compary and Washington International Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company,which is still in full force and effect. IN WITNESS WHEREOF,1have set rryhand and affixed the seals ofthe Companies thistLl dayof J effrey Galdhcr&Senior Vice President&A ssiAant S ecretaty of Washy ngton International Insurance Company&North American S pecialty Insurance Cornpary IMPORTANT NOTICE AVISO IMPORTANTE In order to obtain information or make a complaint: Para obtener informacion o para someter un queja: You may contact Jeffrey Goldberg, Vice President- Puede comunicarse con Jeffrey Goldberg, Vice Claims,at 1-800-338-0753. President- Claims,al 1-800-338-0753. You may call Washington International Insurance Usted puede llanu al numero de telefono gratis de Company and/or North American Specialty Washington International Insurance Company Insurance Company's toll-free number for and/or North American Specialty Insurance information or to make a complaint at: Company's para information o para someter una queja al: 1-800-338-0753 1-800-338-0753 You may also write to Washington International Usted tambien puede escribir a Washington Insurance Company and/or North American International Insurance Company andlor North Specialty Insurance Company at the following American Specialty Insurance Company al: address: 1450 American Lane, Suite 1100 1450 American Lane, Suite 1100 Schaumburg,IL 60173 Schaumburg, IL 60173 You may contact the Texas Department of Insurance Puede escribir al Departmento de Seguros de Texas to obtain information on companies, coverages, rights para obtener information acerca de companias, or complaints at: coberturas, derechos o quejas al: 1- 800-252-3439 1- 800-252-3439 You may write the Texas Department of Insurance: Puede escribir al Departmento de Seguros de Texas: P.O. Box 149104 P.O. Box 149104 Austin,TX 78714-9104 Austin, TX 78714-9104 Fax: (512) 475-1771 Fax: (512)475-1771 Web: httnw ://-,vw.tdi.state.tx.us Web: http://ww-%v.tdi.state.tx.us E-mail:ConsumerProtection( tdi.state.tx.us E-mail:ConsumerProtection(a.tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS O RECLAMOS: Should you have a dispute concerning your premium or Si tiene una disputa concerniente a su prima o a un about a claim you should first contact the Washington reclamo, debe comunicarse con el Washington International Insurance Company and/or North International Insurance Company and/or North American Specialty Insurance Company. If the American Specialty Insurance Company primero. Si dispute is not resolved, you may contact the Texas no se resuelve la disputa, puede entonces comunicarse Department of Insurance. con el Departmento de Seguros de Texas. ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA: This notice is for information only and does not become Este aviso es solo para proposito de infromacion y no se a part or condition of the attached document. converte en parte o condition del documento adjunto. DocuSign Envelope ID:4DEF4OB3-2EEE-4F21-AOCO-DAE377CBOBDD NOTICE OF AWARD oe FINANCE - PROCUREMENT Contractor: Associated Construction Partners, LTD Project: Holly and Rand Morgan Elevated Storage Tank Implementation, 20267 PO Box 9277 Contract No. 3817 Corpus Christi Texas, 78469-9277 This notice serves as confirmation of award of the referenced Project, to your firm, by Phone: the Corpus Christi City Council on December 14, 2021 in the amount of $4,669,500. 361.826.3160 Contractor is instructed to execute all necessary forms and submit all required documentation as outlined in the contract document. All required insurance and bond submittals are due back to this office within 10 calendar days of receipt. The following document submittals are required to execute the contract: • Form 1295 Certificate of Interested Parties • Performance and Payment Bond — Required bond forms have been provided to you for execution. Submit one set of original hard copy performance and payment bonds. • Insurance — Refer to the contract documents, Section 00 73 00, for insurance requirements and submit proof of coverage. Submittals will include a Certificate of Insurance referencing the project name and number and all applicable endorsements to the policies. Please contact the Procurement Officer if you have any questions regarding this information. EDOCUSigned by: n,, �� �( v 12/15/2021 •r-zosa��€�s•��av�c.. Josh Chronley, Assistant Director of Finance and Procurement Date RETURN DOCUMENTS TO: Clarissa Johnson City of Corpus Christi — Procurement 1201 Leopard St. - City Hall, First Floor Corpus Christi, TX 78469-9277