Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
C2021-354 - 12/14/2021 - Approved
DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A CONTRACT DOCUMENTS FOR CONSTRUCTION MISSIONOSO WRP PROCESS UPGRADE AND BPC DECOM AERATION COARSE BUB,BLE IMPROVEMENTS, CITY PROJECTIM0. 20084B ICONFORMED DOCUMENT E3 0 a •s a,..a",rar• i aM�'gits as ras•.yr a/+aysp.apra,�. PMN✓ it #7M4. IItlR LV'�AT!"Ns ora a ♦aaaraaraa aara. P�a.raaaraars � 9 WmAiO�"" yy� a dM� ARDURR ,. asses'f,�AwfMa7"�,ara"VM'4 ANN COLLABORATE INNfJYA7E.�L',R'.f ATi&. Ardurra Group., Inc. 4� 3 z) 801 Navigation lv a Suite 300 Corpus Christi,, T (3 61) -1 4 DESIGNFINAL NOTICE TO PLAN HOLDER THIS REVISED COVER SHEET I5 PROVIDED FOR THE SOLE PURPOSE OF MODIFYING THE ORIGINAL PROJECT NUMBER FROM "CITY PROJECT# 0084A"TO"CITY PROJECT#2004813".THE NEW NUMBER HAS BEEN PROVIDED AS IT MORE ACCURATELY REPRESENTS THE PROJECT NUMBED FOR THE CITY.THE ATTACHED CONTRACT DOCUMENTS 12/1/2021 (PLANS',SPECIFICATIONS,AND FRONTEND DOCUMENTS)SHALT.BE REFERRED TO BY THE NEIN'NUMBER THROUGHOUT THE DURATION OF Record Drawing Number: THE PROJECT. DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS This page intentionally left blank. DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 000100 TABLE OF CONTENTS Division/ Title Section Division 00 Preface Documents 00 00 00 Cover Sheet 00 01 00 Table of Contents 00 01 01 Seals Page 00 01 02 List of Drawings Addenda 1 Addendum 1 2 Addendum 2 3 Addendum 3 Division 00 Procurement and Contracting Requirements 00 52 23 Agreement (Rev8-2019) 00 72 00 General Conditions(Rev 12-2020) 00 73 00 Supplementary Conditions(Rev 2-2020) Division 01 General Requirements 01 11 00 Summary of Work(Rev 10-2018) 01 23 10 Alternates and Allowances(Rev 5-2020) 01 29 01 Measurement and Basis for Payment(Rev 5-2020) 01 33 01 Submittal Register(Rev 10-2018) 01 35 00 Special Procedures(Rev 10-2018) 01 50 00 Temporary Facilities and Controls(Rev 8-2019) 01 57 00 Temporary Controls(Rev8-2019) Part S Standard Specifications Division 02 Sitework 02 62 14 Grouting Abandoned Utilities 02 76 04 Disposal of Waste from Sanitary Sewer Cleaning Operations Table of Contents 000100-1 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No. 20084B Rev 5/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS This page intentionally left blank. DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Division/ Title Section 01 78 23 Operations and Maintenance -Maintenance Summary Form 01 91 14 Equipment Testing and Facility Startup -Unit Process Startup Form -Facility Performance Demonstration/Certification Form Division 02 Existing Conditions 02 41 00 Demolition Division 03 Concrete 03 10 00 Concrete Forming and Accessories 03 20 00 Concrete Reinforcing 03 30 00 Cast-In-Place Concrete Division 04 Masonry 04 05 14 Masonry Mortaring and Grouting 04 22 00 Concrete Unit Masonry Division 26 Electrical 26 05 01 Electrical 26 05 01 Power Switchover Change Order Supplement 01 26 05 01 Supplement 02 One—Line Diagram and ECR-5 Plan 26 05 01 SCADA System Integration Considerations Technical Memorandum Supplement 03 26 08 00 Commissioning of Electrical Systems Division 35 Waterway and Marine Construction 35 20 16.25 Fabricated Slide Gates and Stop Logs 35 20 16.25 Slide Gate Schedule Supplement 01 Division 40 Process Interconnection 40 27 00 Process Piping—General Table of Contents 000100-2 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084B Rev 5/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS This page intentionally left blank. DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Division/ Title Section 40 27 00.08 Stainless Steel Pipe and Fittings—General Service Division 44 Pollution Control Equipment 44 45 16.01 Coarse Bubble Air Diffuser System Division 46 Water and Wastewater Equipment 464142 Hyperbolic Mixers END OF SECTION Table of Contents 000100-3 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084B Rev 5/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS This page intentionally left blank. DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A 1,UNr-UKnAED DOCUMENTS Technical Specifications for Construction Oso WRP Process Upgrade and BPC Decommissioning: Aeration Coarse Bubble Improvements City Project No. 20084A SEAL SHEET The following specifications were prepared under our direction: Technical Specifications - Division 01 except Section 0119 14 and Division 02 too! I►I ........... ........ CA W .04- RTEY- jp.!�.TE S. NA I I ..... OUAYE.4 .00 0% , 41 ONAL William Logan Burton, P.E. Kate Nartey-Quaye, P.E. Ardurra Group, Inc. Ardurra Group, Inc. Texas Registered Texas Registered Engineering Firm F-10053 Engineering Firm F-10053 Oso WRP Process Upgrade and BPC Deconunissioning:Aeration Coarse Bubble Improvements September 2021 City Project No.20084A DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS This page intentionally left blank. DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A 1,UNr-UKnAED DOCUMENTS Technical Specifications for Construction Oso WRP Process Upgrade and BPC Decommissioning: Aeration Coarse Bubble Improvements City Project No. 20084A SEAL SHEET The following specifications were prepared under my direction: Technical Specifications - Division 03, Division 04 OF A. Volt,... ............. DOUGLAS H. L .............. .............. 1095 QCE N ONAA1. Douglas H. Lawrence, P.E. Ardurra Group, Inc. & Texas Registered Engineering Firm F-10053 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvements Sep 2021 City Project No.20084A DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS This page intentionally left blank. DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction Oso WRP Process Upgrade and BPC Decommissioning: Aeration Coarse Bubble Improvements City Project No. 20084A SEAL SHEET The following specifications were prepared under my direction: Technical Specifications - Section 01 19 14, Division 35, Division 40, Division 44 and Division 46 pa��a�� o� 60 0 GLEN Ww ROTH 60 .................................60 09 104 180 lea %%%CONAL ��aa 9/16/2021 Glen W. Roth, P.E. Jacobs Engineering Group Inc. Texas Registered Engineering Firm F-2966 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvements Septumber 2021 City Project No.20084A DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS This page intentionally left blank. DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F�VIVrVKnAED DOCUMENTS Technical Specifications for Construction Oso WRP Process Upgrade and BPC Decommissioning: Aeration Coarse Bubble Improvements City Project No. 20084A SEAL SHEET The following specifications were prepared under my direction: Technical Specifications - Division 26 OF r* � '• * � .................... i111ft•!M!!1!!•11l1 / JASON CLIFFORD f.._................. ......l/am 117689 Q r 00 00 1X X``1L r•. 9/16/2021 Jason Clifford, P.E. Jacobs Engineering Group Inc. Texas Registered Engineering Firm F-2966 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvements Septumber 2021 City Project No.20084A DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS This page intentionally left blank. DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 00 0102 List of Drawings Sheet No. Sheet Name 1 G1 COVER SHEET 2 G2 PROJECT GENERAL NOTES 3 G3 TYPICAL LEGEND SHEET 4 G4 OVERALL SITE PLAN AND PROJECT BENCHMARKS 5 G5 CONSTRUCTION SEQUENCING PLAN 1 OF 3 6 G6 CONSTRUCTION SEQUENCING PLAN 2 OF 3 7 G7 CONSTRUCTION SEQUENCING PLAN 3 OF 3 8 D1 EASTTRAIN MECHANICAL DEMOLITION PLAN 9 D2 WEST TRAIN MECHANICAL DEMOLITION PLAN 10 D3 WEST TRAIN STRUCTURAL DEMOLITION PLAN 11 D4 EASTTRAIN STRUCTURAL DEMOLITION PLAN 12 D5 EASTAND WESTTRAIN DEMOLITION SECTION AND DETAILS 1 OF 2 13 D6 EASTAND WESTTRAIN DEMOLITION SECTION AND DETAILS 2 OF 2 14 D7 DEMOLITIONS PHOTOS SHT. 1 OF 3 15 D8 DEMOLITIONS PHOTOS SHT. 2 OF 3 16 D9 DEMOLITIONS PHOTOS SHT. 3 OF 3 17 C1 MISCELLANEOUS DETAILS 1 OF 2 18 C2 MISCELLANEOUS DETAILS 2 OF 2 19 S1 CLARIFIERS 1-4, MLSS RAS/WAS AND EFFLUENT CHANNELS REPAIR PLAN 20 S2 CLARIFIERS 5-8, MLSS RAS/WAS AND EFFLUENT CHANNELS REPAIR PLAN 21 S3 SECONDARY CLARIFIER REPAIR SECTIONS& DETAILS 22 S4 WALL MODIFICATION DETAILS 23 M1 MECHANICAL CLARIFIERS 1-4 MLSS CHANNEL PLAN 24 M2 MECHANICAL CLARIFIERS 1-4 RAS/WAS AND EFFLUENT CHANNELS PLAN 25 M3 MECHANICAL CLARIFIERS 1-4 ISOMETRIC DETAILS 26 M4 MECHANICAL CLARIFIERS 5-8 MLSS CHANNEL PLAN 27 M5 MECHANICAL CLARIFIERS 5-8 RAS/WAS AND EFFLUENT CHANNELS PLAN 28 M6 MECHANICAL CLARIFIERS 5-8 ISOMETRIC DETAILS 29M7 MECHANICAL STANDARD DETAILS 30 M8 MECHANICAL STANDARD DETAILS List of Drawings Oso WRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvements 00 01 02 City Project No. 20084A 9/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS This page intentionally left blank. DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A 7112/17/2021 E(MM/DD/YYYY) ACCORD® CERTIFICATE OF LIABILITY INSURANCE 'll 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: Sheryl Haas Artex Risk Solutions, Inc. PHONE FAX 2850 Golf Road, 5th Floor A/C No Ext): 630-285-4187 A/C,No:630-285-4199 Rolling Meadows IL 60008 ADDE-MRESS: Sheryl_Haas@artexrisk.com INSURER(S)AFFORDING COVERAGE NAIC# INSURERA: Old Republic Insurance Company 24147 INSURED INSURER B:Travelers Property Casualty Co ofAmerica 25674 CSA Construction, Inc. 2314 McAllister Rd INSURERC: Houston TX 77092 INSURERD: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:152655075 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 Y MWZY 307203 21 4/1/2021 4/1/2022 EACH OCCURRENCE $1,000,000 CLAIMS-MADE OCCUR DAMAGE TO RENTED PREMISES Ea occurrence $100,000 MED EXP(Any one person) $5,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 � PRO- POLICY 1:1 LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ A AUTOMOBILE LIABILITY Y MWTB 307105 21 4/1/2021 4/1/2022 COMBINED SINGLE LIMIT $1,000,000 Ea accident X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS X HIREDX NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident Comp.Ded:$250 $Coll.Ded:$500 B X UMBRELLALIAB X OCCUR ZUP-14P94967-21-NF 4/1/2021 4/1/2022 EACH OCCURRENCE $10,000,000 EXCESS LAB CLAIMS-MADE AGGREGATE $10,000,000 DED X RETENTION$n SIR $10,000 A WORKERS COMPENSATION MWC 307104 21 4/1/2021 4/1/2022 X PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVEE.L.EACH ACCIDENT $1,000,000 OFFICE R/M EMBER EXCLUDED? FN] N/A (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,maybe attached if more space is required) RE: City Project No.20084A. City of Corpus Christi is included as additional insured on the General liability and Auto liability policies where 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. City of Corpus Christi 4917 Holly Rd, Bldg 5 AUTHORIZED REPRESENTATIVE Corpus Christi TX 78411 4�� @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location(s)Of Covered Operations All persons or organizations as required by written The locations as specified in the written contracts contract or agreement or agreements Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional exclu- organization(s) shown in the Schedule, but only sions apply: with respect to liability for "bodily injury", "property This insurance does not apply to "bodily injury" or damage" or "personal and advertising injury" "property damage" occurring after: caused, in whole or in part, by: 1. All work, including materials, parts or equip- 1. Your acts or omissions; or ment furnished in connection with such work, 2. The acts or omissions of those acting on your on the project (other than service, maintenance behalf; or repairs) to be performed by or on behalf of in the performance of your ongoing operations for the additional insured(s) at the location of the the additional insured(s) at the location(s) desig- covered operations has been completed; or nated above. 2. That portion of "your work" out of which the injury or damage arises has been put to its in- tended use by any person or organization other than another contractor or subcontractor en- gaged in performing operations for a principal as a part of the same project. CG 20 10 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 MWZY30720321 CSA Construction, Inc. 04/01/2021 -04/01/2022 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location And Description Of Completed Operations All persons or organizations as required by written contract or The locations as specified in the written contracts or agreements agreement Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the "products- completed operations hazard". CG 20 37 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 MWZY 307203 21 CSA Construction, Inc. 04/01/2021 -04/01/2022 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A Policy Number: MWTB 307105 21 IL 10 (12/06) OLD REPUBLIC INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED/DESIGNATED INSURED AMENDMENT - PRIMARY AND NON-CONTRIBUTORY This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM SCHEDULE Designated Person(s) or Organization(s): All persons or organizations where required by written contract. WHO IS AN INSURED (SECTION II) is amended to include the person(s) or organization(s) shown in the above Schedule, but only with respect to "accidents" arising out of work being performed for such person(s) or organization(s). As respects any person(s) or organization(s) shown in the above Schedule with whom you have agreed in a written contract to provide primary insurance on a non-contributory basis, this insurance will be primary to and non-contributing with any other insurance available to such person(s) or organizations(s). PCA 048 10 13 Page 1 of 1 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A DATE(MM/DD/YYYY) ACCOR" CERTIFICATE OF PROPERTY INSURANCE 12/15/2021 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. PRODUCER CONTACT NAME: Staci Dufresne Bowen, Miclette& Britt Insurance Agency, LLC PHONE 713-880-7100 FAX 713-880-7166 1111 North Loop West, #400 A/C No Ext): A/C,No): E-MHouston TX 77008 ADDRESS: sdufresne@bmbinc.com PRODUCER CUSTOMER ID: INSURER(S)AFFORDING COVERAGE NAIC# INSURED INSURERA: Travelers Lloyds Insurance Company 41262 CSA Construction, Inc. 2314 McAllister Road INSURERB: Houston TX 77092 INSURERC: INSURER D INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: 776191718 REVISION NUMBER: LOCATION OF PREMISES/DESCRIPTION OF PROPERTY (Attach ACORD 101,Additional Remarks Schedule,if more space is required) 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 POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION COVERED PROPERTY LIMITS LTR DATE(MM/DD/YYYY) DATE(MM/DD/YYYY) PROPERTY BUILDING $ CAUSES OF LOSS DEDUCTIBLES PERSONAL PROPERTY $ BASIC BUILDING BUSINESS INCOME $ BROAD CONTENTS EXTRAEXPENSE $ SPECIAL RENTAL VALUE $ EARTHQUAKE BLANKET BUILDING $ WIND BLANKET PERS PROP $ FLOOD BLANKET BLDG&PP $ X INLAND MARINE TYPE OF POLICY X Any 1 Loc Lmt $25,000,000 CAUSES OF LOSS Builders Risk/Installation X In Transit $500,000 NAMED PERILS POLICY NUMBER X Temporary Loc $500,000 A QT6600726M315 4/1/2021 4/1/2022 $ CRIME TYPE OF POLICY $ BOILER&MACHINERY/ $ EQUIPMENT BREAKDOWN A Equipment QT6600726M315 4/1/2021 4/1/2022 X Rented/Leased $600,000 X Scheduled $4,693,736 SPECIAL CONDITIONS/OTHER COVERAGES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Certificate Holder is included as Loss Payee with respect to the property described herein per the attached endorsement. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Corpus Christi 4917 Holly Rd, Bldg 5 AUTHORIZED REPRESENTATIVE Corpus Christi TX 78411 @ 1995-2015 ACORD CORPORATION. All rights reserved. ACORD 24(2016/03) The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A Policy Number:QT6600726M315 Effective Date: 4/1/2021 to 4/1/2022 COMMERCIAL INLAND MARINE THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET LOSS PAYEES This endorsement modifies insurance provided under the IM PAK COVERAGE FORM. The foHowing is added to Section E — ADDITIONAL b. Pay any claim, for loss or damage jointly to you COVERAGE CONDITIONS: and the Loss Payee as your interests may ap- Loss Payable Provision pear. In the event of a Covered Cause of Loss to Covered' This endorsement applies to all Covered Property for Property in which both you and a Loss Payee share which a Loss Payee is on file with, us or your insur- an insurable interest,we will: ance agent or insurance broker. a. Adjust the loss or damage with you; and CM T5 60,01 10 @ 2009 Tho Travolers indemnity Company Page 1 of 1 Includes copyrighted material of Insurance,services Office,Inc,with its permission, DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A 006113 PERFORMANCE BOND BOND NO. 61BCSIT2218 Contractor as Principal Surety Name: CSA Constructions Inc® Name: Hartford Fire Insurance Company Mailing address(principal place of business): Mailing address(principal place of business): 2314 McAllister Rd. One Hartford Plaza Houston TX 77092 Hartford,CT 06155 Physical address(principal place of business): Owner One Hartford Plaza Name: City of Corpus Christi,Texas Hartford,CT 06155 Mailing address(principal place of business): ..... ...................................�........................................ Surety..�.�..a...� .-.�.... Contracts and Procurement orporation .on and existing 1201 Leopard Street under the laws of the state of: Connecticut 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): __. _...._._m.. Aeration Coarse Bubble Im rovements 860-547-5000 Pro'ect No.200848, Telephone(for notice of claim): 888-266-3488 Local Agent for Surety Name: Stacy Owens 2800 North Loop West,Suite 1100 Award Date of the Contract: Four Million one Hundred Address: Houston,TX 77092 Seven Thousand&No/100 Contract Price: ,4 107 000 Dollars .... __............................m,,,..------ _..__. __ - - Bond Telephone: 713-880-7100 Email f so surety ns@bmbinc com .. j � nod The address of t r. t Date of Bond: � urety 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:1-800-25273439 Performance Bond 00 61 13-1 Aeration Coarse Bubble Improvements Project No.20084B 6/11/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A Surety and Contractor,intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer,agent or representative. The Principal and Surety bind themselves,and their heirs,administrators,executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the some extent as if it were copied at length herein. Venue shall lie exclusively in Nueces ��i+,(Q�tt �e�q,�for any legal a ion t� � .. �m� ... .....- m -..... . ` IStl' - ° Surety Signer - Signature �.._ ., .. . ala ...i fle .. . Name: staff, Owens u�°I . ,,. .,._�., ._ — _ .� .... m._. G $ Title' Presit Title: n Attomea in-Fact � IfthutQ• bid ma il(&csaconstruction.com Email Address: sowens@bmbinc.com (Attach Power of Attorney and piace surety seal below) END OF SECTION Performance Bond 006113-2 Aeration Coarse Bubble Improvements Project No.200848 6/11/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A Direct Inquiries/Claims to: THE HARTFORD BOND, One Hartford P lazaPOWER OF ATTORNEYHartford,Connecticut 06755 .,ons¢ . rirr io .................. cad888-266-3488 �rro or fax:860-757-5635 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: BOWEN MICLETTE & BRITT INS AGY LLC A enc Code: 46-504809, 61-613558, 21-225344 0 Hartford Fire Insurance Company,a corporation duly organized under the laws of the State of Connecticut 0 Hartford Casualty Insurance Company,a corporation duly organized under the laws of the State of Indiana Hartford Accident and Indemnity Company,a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company,a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company,a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois,a corporation duly organized under the laws of the State of Illinois Hartford insurance Company of the Midwest,a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast,a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the"Companies")do hereby make, constitute and appoint, up to the amount of Unlimited : David T. Miclette, Ashley Britt, Alyson Carmichael, Robert C. Davis, Tabitha Dorman, Rita G. Gulizo, Nikole Jeannette, Barry K. McCord, Susan Zapalowski, Lauren O. Moudy, Robert M. Overbey Jr., Lacey Mayfield, Stacey Bosley, Stacy Owens of Fort Smith AR, New Orleans LA and Houston, TX Mary R. Butcher, Gail S. Barr, James J. Drew, Matthew S. Nilles, Lenita W. Wright of Maitland FL, their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies)only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof,on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 23, 2016 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies,the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. � - a.aewncrer.�, ►��T � !, is �a+t'"�a4 rs�rr�iu !!?k � 7979 99 ly74 7979 � lY r f "�Pfrp7x� yr�r, r'�rq� �'� • a„�! �5'-'s '#,4nW a;�i��ar Shelby Wiggins,Assistant Secretary Joelle L.LaPierre,Assistant Vice President STATE Of FLORIDA ss. Lake Mary COUNTY OF SEMINOLE On this 20th day of May,2021,before me personally came Joelle LaPierre,to me known,who being by me duly swom,did depose and say:that (s)he resides in Seminole County,State of Florida; that (s)he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument;that(s)he knows the seals of the said corporations;that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that(s)he signed his/her name thereto by like authority. aq' �'' Jessica Ciccone tjJ ���•` My Commission HH 122280 Expires Jute 20,2025 I,the undersigned,Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is still in full force effective as of _,........................... Signed and sealed in Lake Mary,Florida. na"•• ,i s� � V I �a`,ysnc���� `' I•y�� �#,�;4 tAT9 4a� i�—.�IY74 rl�� �tw T9Y4 • rin i14 k. ' � �Y,, ...�af�� i �+'rxGsaH' �uua�s4.` �� �r riJiwk9a,rw Keith D.Dozois,Assistant Vice President DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A 006116 PAYMENTBOND IDOND 0 6116CSf1-2218 ... t�lr a .. .. ............ __. ................ ..... .............. ............................. Contractor Principal Surety Name: CSAonsttu�c�lnc. Name: Hartford Rre tlnsuYurance Cornspany MaiIin8 address(principal place of business): Mailing address(principal place of business): 2314 McAllister lid. One Hartford FIaza Houston,TX 77092, F lartrord,CT 06155 Physical address(principal place of business): ulnelr One lHartford Plaza Name: City of Corpus Chri.stlm Texas Hartford,CT 06155 Mailing addrress(principal place of business): Contracts and .....Surety is a co.rpor ...........................................�._. �.m..........�., alProcurement tiioln organized and existing 12.01.Leopard.Street under the Ilaws of the state of: Connecticut Corpus Christi,Texas 78401. Bysubmitting this Bonds 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): Aeration Coarse BtrbD p pug ,lrcovernents, 860-547-5000 Proect No„ Telephone(for notice of claims): 888-266-3488 Local Agent for Surety Nalme: Stacy Owens Award flats of the Colntmact Address: 28x10 North Loop Voest,Sullte 1100 Four Million One Hundred Houston, I"X 77092 Contract Price: g Seven Thousand Noll 00 Dotlars Bolrod -r0ephone: 713...880...7100 IErnail Address: sowernsu brnbinc..corn Date of Fond: 'L. , ...... __. __..........._.._. ....._. the address of the surety company to which any f (mate of Bond cannot be earlier'than Award late notice pf claim,should be.sent may be obtained of Contract) from the Texas Dept. of insurance by calling the following toll-free number.,1-800-252-34,39 Payment Bond Form 006116-1 Aeration Coarse Bubble Improvements Project No.20084B 6/11/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A 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 g ei�' a shall die 1 e provisions of said Chapter to the same extent as if it were copied ` be d ermined in accordance sively in Nueces County, Texas for any legal action. Uhl yin. Venue ante wit mm .._ __ -- ----- ...__.._.._a.. - ��0, •Contractor kncipal,, Surety • S1 .C)- Signature Name: • 7Owens Ti e:S R Title 1` Ldan ....., _ Attome7 m..Fa. . "rnai dEmail Address: . (Attach Power of Atotwoernnse�abmndeplace-surety seal be_low ) I END OF SECTION Payment Bond Form 006116-2 Aeration Coarse Bubble Improvements Project No.20084B 6/11/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A Direct Inqukrk yCIak s to,. "rHE THAI TIF I L:) „ . Dii rys HartfordBONDF,t.•.. ",w,�d •.. H artt'ord,Connecticut 061155 Bard r Il aaorS!, utdu�liw a„w, t¢aueu¢,a'tu a call-888-266-3488 crfbxd 860-767..5835 KNOW ALL,PERSONS lily"F illiE E PII IE E'NT "WHAT. Agency Name. BOW:Fastad MTd.1aE"1"TE & BR.:r.CT :ENS AGY 1,LC A erbc oft: 46-504809, 61.....6s:]..3.".:58, a1....;225;;4:4 E: ,.. F-Itairtford Fire-.Insurance rarnce Company,a corporation duty orgaartazed under the taws of the State ofConnecticut N.. ...•..... Hamir"tfomd CasualtyIlmneuramarce C o mnpaairny, as corporation duly organizedunrndeu'the taws s,of the Staaile of':krnd.iarnaa Hartford Accident and Indemnity Company,a axpsoration duly organized under the law's of the State of Connecticut II fairtfoirdt Underwriters tmnsuiraanoe Company,a corporation duly organized wider gine laws off'the State of C;onnec6cut: II........•m..• Twin City(Fire insurance Company,as corporation duly organized under the laws of the State of Inndffarm .................. Hartford Insurance Company of Illinois,a cor'paonartnorrn duty organized under the laws auk"the State of:ll:ifi-noir ............... Hartford Insurance Cormiip'amay of the Midwest,a ca:»rporatborn maty organized aundkec the laws of the State of:tndiana Hartford Insuraince Company off'the Soauttmeaet,a cd.»:irpnoratkorn duly organized randier fe laws of the State of Florida having their horne orfi " iirn II tamttord, Connecticut, (Ihaeireiinaaafftem colltecfivelly refer-red to as the"Comnlpaarotes")do hereby make, oonstitute:r and alpp6rit., up to tae aarmmount off Ura l.im t:edt. Darrt..d T. tra:k.c::ll.E>tte, Ashley Br.i.'tt, Alyson Carmichael, Rok,)ert C.. Davis, T alra:u.t has Dorman, Rita G. Gu.lizo, :Ni..1d'.o::I..e Jeannette, Barry :K. McCord, 5u,sara. Zapaa.Lo wala:a..., :Laiaren 0.. Mc:z'udy, .Ro.t'nart M. Over:bey Jr. , a:ad'ey May ::e1d:t, Stacey Bd:z,n„:.k.ey, Stacy Owens of Fort Smith AR, taJevw Orleans T.A. and .11oustorn, TX Mary, R. Butcher, Ca::i..].. S. Barr, „,Tames J. Drew, Matthew S. J`il.7..es,, Ld.rr.tt.a W. 4Xx"::A.dgln.t of Ma:a.tlrarndk, F.l., tha;air true and taavwfull Attorney(s)•••in-Fact, each am theur-separate capacity tIl moire than one its rn«armnedt above, to sign its naair°n e as surety(iies) only as delineated above by Z, and to execute, seat and acknowledge any and all bonds,, undertakings, contracts and other written instruments in the tnatuire ll:hera:^off, on Ibehatff of the Companies ki their business of guaaraairnte6i ng the fftdettty of persons,guaranteeing the Ipertonrman of contracts. and eadecutting or guaairaamteeiirng bonds and undertakings irequired or permitted in any actions or pirocoedtrngs allowed by law. Ilin Witness Whereof, and as authorized by a IResoWfion of the (Board of Directors of the Coirmparni'es orn May 23, 20116 tate Comnlpamtes have caused these presents to Ibe siignied by its Assistant dice IFrestderot and its corporate,sealls to be heireto a lfixed,Fully attested by its Assiistrarnt Secretary. l:::'uarther„ pursuant to IResotutton of the(Board of Directors off the Coirripaniies” the Commnpaanues(hereby unarmbtguousty affirm that they are and atwotV be bound by any rrrnechaanicallty appWad signatures appfiied to this IPo»rweir of Attorney. eo- ft "'a wi .v' �mnarcn e���� $a�ubtl" W °mow / �a �I Shelby Wiggins,Assistant Secretary taary toe&Ile II.....t...atlilene,Assistant Vice Piresadeunt 5.t`A°rE OF FLORIDA s5. ILake Mairy C:OLONff"y'OF SEMI'tuFOLE On this 20th day of May,2021,Ibefore me personalty carne Joellie Il...alPier'r'e,to me known,Wilt)belirag by nye dully sworn,disk depose and.say:that. (s)he resides to SermnunoUe County,State at t torida; that (s)he is the Assiisllarrt'Vice 11"resraffemt of the C'ornlpanaes, etre coirporadons described in and wNch executed the above unstrumnf.:Nryt:;that.(s)1he tarnowws the seater of tine said corporaatuorns7 that the seaalls affixed to the said linst.nrmnemt are siuch corporate.seals, that the:--q were so affixed by authontty of the Boards of Directors of said coapporatuons and that(s)he signed tniisdher mane'thereto by We authority. oma= 42.7` '✓ naa��ailcaa fiiwccuaao a, F Yotl�y d;on uantssiaut HH 122280 af'rspkm.a unr gra,2025 t„the a ridkersigned,Asslstant Vooe p uresoderat of the Com'iparnues, ff.)0 t tt::::JlRElBY C'EtRTi fll::Y that the above and foregoing is as true and correct colpy of the(Power of Attorney executed Iby said Companies,wwhntch rias stat"an futt force effective as of.....__........... .......... _. Signed and sealed um Lake Mary, l::1ohdaa. ff 'o-wa�ina�ru eat °� I r 16 Keith D.II:)ozoiis,Assistant Vice IPire'siident DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A �1/)% Maims Inuires Notice Hartford Fire Insurance Company Twirl City Insurance Company Hartford Casualty Insurance Company Hartford Insurance Company of Illinois Hartford.Accident and Indemnity Company Hartford Insurance Company of the Midwest Hartford Underwriters Insurance Company Hartford Insurance Company of the Southwest Please address inquiries regarding Claims for all surety and fidelity products issued by The Hartford' s underwriting companies tot e following: Phone Nu ber° : 888®266-3488 Fax— Claims 860-757-5835 or 860-221-3965 E-mail bond.clai s tvthe artford.com Mailing Address The Hartford BOND, TW4 One Hartford Plaza Hartford, CT 06155 Claims Inquiries Notice 2003 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A IMPORTANT NOTICE To obtain information or make a complaint: You may contact your Agent. You may call The Hartford's Consumer Affairs toR-free telephone number for information or to make a complaint at: 1-800-451-6944 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) ®1 Web: E-mail: PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the (agent) (company) (agent ort company) first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. ./T 75-1 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A 0 °b�nnwo�Ay"v 1852 00 52 23 AGREEMENT This Agreement is between the City of Corpus Christi (Owner) and CSA Construction, Inc. (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: Oso WRP Process Upgrade and BPC Decommissioning: Aeration Coarse Bubble Improvements Project No.20084B ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Ardurra Group, Inc.(dba LNV, LLC.)—Logan Burton, P.E. 801 Navigation Blvd Corpus Christi,TX 78408 LBurton@ardurra.com 2.02 The Owner's Authorized Representative for this Project is: Brett Van Hazel, PMP City of Corpus Christi—Engineering Services 4917 Holly Road, Bldg. No.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 210 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 17.16 of the General Conditions within 240 days after the date when the Contract Times commence to run. Agreement 005223- 1 Oso WRP Process Upgrades and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084B Rev 7/2020 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A B. Performance of the Work is required as shown in Paragraph 7.02 of the General Conditions. 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$600 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$600 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 $ $4,107,000 Agreement 005223-2 Oso WRP Process Upgrades and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084B Rev 7/2020 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A 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. 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. 2. For FAA funded projects,the retainage is 10 percent. 3. For TXDOT funded projects,the retainage is 5 percent. At the request of the Contractor, the amount retained may be deposited under a trust agreement with a state or national bank that has its main office or branch office in this state and is selected by the Contractor. Unless otherwise provided, the interest will be paid to the Contractor as part of the Final Payment upon acceptance of the Work. 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. Agreement 005223-3 Oso WRP Process Upgrades and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084B Rev 7/2020 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A 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. 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. Agreement 005223-4 Oso WRP Process Upgrades and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084B Rev 7/2020 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents,and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. 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. Agreement 005223-5 Oso WRP Process Upgrades and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084B Rev 7/2020 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A ARTICLE 10—CONTRACT DOCUMENT SIGNATURES ATTEST CITY OF CORPUS CHRISTI AN �d b: dwya3PA d by � 1127120221/26/2022 3SIO1620C5'IRM1ld... �~ Rebecca Huerta Jeff Edmonds, P.E. City Secretary Director of Engineering Services M2021-231 AUTHORIZED 12-14-2021 APPROVED AS TO LEGAL FORM: BY COUNCIL �oe�8i9ned br. 1/26/2022 R H/S B ffc�Ma(Lyn.a J � Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR CSA Construction, Inc. Qcc Sig 9by- (Seal Below) By: " 12/22/2021 Note: Attach copy of authorization to sign if Title: President person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief 2314 McAllister Road Financial Officer Address Houston TX 77092 City State Zip (713) 686-8868 Phone Fax rmayfield@csaconstruction.com Entail END OF SECTION Agreement 005223-6 Oso WRP Process Upgrades and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084B Rev 7/2020 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A WASTEWATER CONSENT DECREE Special Conditions Special Project procedures are required from the CONTRACTOR as specified herein. The CONTRACTOR shall implement and maintain these procedures at the appropriate time, prior to and during performance of the work. The following special conditions and requirements shall apply to the Project: I. Consent Decree Notice Provision — The City of Corpus Christi ("City"), the United States of America and the State of Texas have entered into a Consent Decree in Civil Action No. 2:20-cv-00235, United States of America and State of Texas v. City of Corpus Christi in the United States District Court for the Southern District of Texas, Corpus Christi Division (the "Consent Decree"). A copy of the Consent Decree is available at https://www-c n.cctexas.com/sites/default/files/CC-Consent® ecree.p f By signature of the Contract, CONTRACTOR acknowledges receipt of the Consent Decree. II. Performance of work. CONTRACTOR agrees that any work under this Contract is conditioned upon CONTRACTOR's performance of the Work in conformity with the terms of the Consent Decree. All Work shall be performed in accordance with the Design Criteria for Wastewater Systems under Title 30 Chapter 217 of the Texas Administrative Code, 30 Tex. Admin. Code Ch. 217, and using sound engineering practices to ensure that construction, management, operation and maintenance of the Sewer Collection System complies with the Clean Water Act. Work performed pursuant to this contract is work that the City is required to perform pursuant to the terms of the Consent Decree. In the event of any conflict between the terms and provisions of this Consent Decree and any other terms and provisions of this Contract or the Contract Documents, the terms and provisions of this Consent Decree shall prevail. III. Retention of documents — CONTRACTOR shall retain and preserve all non- identical copies of all documents, reports, research, analytical or other data, records or other information of any kind or character (including documents, records, or other information in electronic form) in its or its sub-contractors' or agents' possession or control, or that come into its or its sub-contractors' or agents' possession or control, Attachment— Wastewater Consent Decree Special Conditions DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A and that relate in any manner to this contract, or the performance of any work described in this contract (the "Information"). This retention requirement shall apply regardless of any contrary city, corporate or institutional policy or procedure. CONTRACTOR, CONTRACTOR's sub-contractors and agents shall retain and shall not destroy any of the Information until five years after the termination of the Consent Decree and with prior written authorization from the City Attorney. CONTRACTOR shall provide the City with copies of any documents, reports, analytical data, or other information required to be maintained at any time upon request from the City. IV. Liability for stipulated penalties — Article IX of the Consent Decree provides that the United States of America, the United States Environmental Protection Agency and the State of Texas may assess stipulated penalties including interest against the City upon the occurrence of certain events. To the extent that CONTRACTOR or CONTRACTOR's agents or sub-contractors cause or contribute to, in whole or in part, the assessment of any stipulated penalty against the City, CONTRACTOR agrees that it shall pay to City the full amount of any stipulated penalty assessed against and paid by City that is caused or contributed to in whole or in part by any action, failure to act, or failure to act within the time required by any provision of this contract. CONTRACTOR shall also pay to City all costs, attorney fees, expert witness fees and all other fees and expenses incurred by City in connection with the assessment or payment of any such stipulated penalties, or in contesting the assessment or payment of any such stipulated penalties. In addition to any and all other remedies to which City may be entitled at law or in equity, CONTRACTOR expressly authorizes City to withhold all amounts assessed and paid as stipulated penalties, and all associated costs, fees, or expenses from any amount unpaid to CONTRACTOR under the terms of this contract, or from any retainage provided in the contract. Attachment— Wastewater Consent Decree Special Conditions DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A Report Created On: 11/11/21 8:02:43 PM BID TOTALS BASE BID Total Part A-General(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) $220,000.00 Part B-WASTEWATER IMPROVEMENTS(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR $3,887,000.00 PAYMENT) Total $4,107,000.00 Part A-General(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) No. Description Unit Qty Unit Price Ext Price Al MOBILIZATION(MAX 5%) LS 1 $100,000.00 $100,000.00 A2 BONDS AND INSURANCE(MAX 2%) AL 1 $20,000.00 $20,000.00 A3 ALLOWANCE FOR UNANTICIPATED AL 1 $100,000.00 $100,000.00 WORK Subtotal:$220,000.00 Part B-WASTEWATER IMPROVEMENTS(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) No. Description Unit Qty Unit Price Ext Price B1 EAST TRAIN MLSS, RAS/WAS AND LS 1 $1,737,500.00 $1,737,500.00 CLARIFIER 5-8 EFFLUENT CHANNELS AERATION COARSE BUBBLE IMPROVEMENTS: INCLUDES ALL DEMOLITION AND TEMPORARY WORK, SITE/CIVIL,STRUCTURAL, MECHANICAL, PLUMBING, ELECTRICAL WORK, EXCLUDING BID ITEM B3(REFER TO BID ITEM 133) REQUIRED TO MAKE EAST TRAIN IMPROVEMENTS COMPLETE AND FUNCTIONAL. PAYMENTOFTHIS ITEM WILL BE MADE PER LUMP SUM, COMPLETE AND IN PLACE. DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A Report Created On: 11/11/21 8:02:43 PM B2 WEST TRAIN MLSS, RAS/WAS AND LS 1 $1,737,500.00 $1,737,500.00 CLARIFIER 1-4 EFFLUENT CHANNELS AERATION COARSE BUBBLE IMPROVEMENTS: INCLUDES ALL DEMOLITION AND TEMPORARY WORK, SITE/CIVIL,STRUCTURAL, MECHANICAL, PLUMBING, ELECTRICAL WORK, EXCLUDING BID ITEM B3(REFER TO BID ITEM 133) REQUIRED TO MAKE WEST TRAIN IMPROVEMENTS COMPLETE AND FUNCTIONAL. PAYMENTOFTHIS ITEM WILL BE MADE PER LUMP SUM, COMPLETE AND IN PLACE. B3 FURNISH ALL LABOR, EQUIPMENT, LS 1 $192,000.00 $192,000.00 MATERIALS, INCIDENTALS AND RELATED ITEMS REQUIRED FOR THE REMOVAL AND DISPOSAL OF UP TO 640 DRY TONS (DT)OF DEBRIS AND GRIT ASSOCIATED WITH EAST&WEST TRAINS MLSS, CLARIFIER 1-8 EFFLUENT, RAS/WAS CHANNELS AND CLARIFIER SCUM WETWELLS ONLY,COMPLETE IN PLACE PER DRY TONS. B4 ELECTRICALAND INSTRUMENTATION LS 1 $220,000.00 $220,000.00 FOR ECR 5 AUTOMATIC SWITCHOVER TO GENERATOR OPERATIONS: INCLUDES ALL WORK AND OPERATIONAL COMPLETION OF THE ELECTRICAL AND INSTRUMENTATION IMPROVEMENTS INCLUSIVE OF ALL ITEMS SHOWN ON DIVISION 26. PAYMENTOFTHIS ITEM WILL BE MADE PER LUMP SUM, COMPLETE AND IN PLACE. Subtotal: $3,887,000.00 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A Report Created On: 11/11/21 8:02:43 PM ACKNOWLEDGE ADDENDA NAME ACKNOWLEDGEMENT DATE RFB 3899 ADDENDUM 1 11/11/2021 14:27:09 PM RFB 3899 Addendum 2 11/11/2021 14:27:10 PM RFB 3899 Addendum No.3 11/11/2021 14:27:11 PM DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A Report Created On: 11/11/21 8:02:43 PM REQUIRED DOWNLOADS TYPE NAME DOWNLOAD DATE Plans RFB 3899 Drawings 10/4/21 7:28:15 AM Addenda RFB 3899 ADDENDUM 1 10/7/21 4:35:52 PM Addenda RFB 3899 Addendum 2 10/27/21 6:15:14 PM Addenda RFB 3899 Addendum No.3 11/2/21 4:22:13 PM Invitation To Bid RFB 3899 Specifications 10/4/21 7:29:47 AM DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A Project Name: Oso WRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvements Project Number: 20084B -Owner: City of Corpus Christi OAR: Designer:Ardurra 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: CSA Consout nj.1Rc. (full legal name of Bidder) Signature: (signature of person with authority to bind the Bidder) Name: Ricliar ale (printed name of person signing Bid Form) '.Title: President (title of person signing Bid form) W. Attest: (signature) George raig, cr tary State of Residency:Wit: ,.r�- Federal Tx ID No. 74-2041560 Address for Notices: 2314 McAllister Road Houston,Texas 77042 Phone: 713-686-8868 Email: bidmail�i csaconstruction.com Basis of Bid Item DESCRIPnON UNIT ESTIMATED UNIT PRICE EXIENDEDAMOUNT QUANTTfY Base Bid Part A•_General(per SECTION 012901 MEASUREMENT AND BASIS FOR PAYMENT) M Al_ MOBILIZATION(MAX 5%) LS 1 $ - $ - A2 BON DS AND INSURANCE(MAX 2%) AL 1 $ - $ - A3 AO C U ANTE FCR IIlVVA11TGLWWED WORK AL 1 $ 100,000.00 $ 100,000.00 SUBTOTAL PART A-GENERAL(Items Ai thru A3) Part B•WASTEWATER IMPROVEMENTS(per SECTION 012901 MEASUREMENT AND BASIS FOR PAYMENT) EAST TRAIN MLSS,RAS/WAS AND CLARIFIER 5-8 EFFLUENT CHAN N ELS AERATION COARSE BUBBLE IMPROVEMENTS:INCLUDES ALL DEMOLITION AND TEMPORARY Bl WORK,SITE/CIVIL,STRUCTURAL,MECHANICAL,PLUMBING,ELECTRICAL WORK, EXCLUDING BID ITEM B3(REFER TO BID ITEM 83)REQUIRED TO MAKE EAST TRAIN IMPROVEMENTS COMPLETE AND FUNCTIONAL.PAYMENT OF THIS ITEM WILL BE MADE PER_LUMP COMPLETE AND IN PLACE. LS 1 $ - $ WEST TRAIN MLSS,RASIWAS AND CLARIFIER 1-4 EFFLUENT CHANNELS AERATION COARSE BUBBLE IMPROVEMENTS:INCLUDES ALL DEMOLITION AND TEMPORARY B2 WORK,SITE/CIVIL,STRUCTURAL,MECHANICAL,PLUMBING,ELECTRICAL WORK, EXCLUDING BID ITEM B3(REFER TO BID ITEM 83)REQUIRED TO MAKE WEST TRAIN IMPROVEMENTS COMPLETE AND FUNCTIONAL.PAYMENT OF THIS ITEM WILL BE MADE PER LUMP SUM,COMPLETE AND IN PLACE. LS 1 $ $ - FURNISH ALL LABOR,EQUIPMENT,MATERIALS,INCIDENTALSAND RELATED ITEMS REQUIRED FOR THE REMOVAL AND DISPOSAL OF UP TO 640 DRY TONS(DT)OF 113 IDEBRIS AND GRIT ASSOCIATED WITH EAST&WEST TRAINS MLSS,CLARIFIER 1.8 EFFLUENT,RAS/WAS CHAN N ELS AND CLARIFIER SCUM W ETW ELLS ONLY,COMPLETE IN PLACE PER DRY TONS. DT 640 $ $ ''.ELECTRICAL AND INSTRUMENTATION FOR ECR 5 AUTOMATIC SWITCHOVER TO GENERATOR OPERATIONS:INCLUDES ALL WORK AND OPERATIONAL COMPLETION 64OFTHE ELECTRICAL AND INSTRUMENTATION IMPROVEMENTS INCLUSIVEOFALL 'ITEMS SHOWN ON DIVISION 26.PAYMENT OF THIS ITEM WILL BE MADE PER LUMP _SUM COMPLETE AND IN PLACE. LS 1 $ $ (SUBTOTAL PART B-WASTEWATER IMPROVEMENTS(Items B3 thru 64) TOTAL PROJECT BASE BID(PARTS A THRU B) DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 D DOCUMENTS �QosC� Aeration Coarse Bubble Improvements Project 0 Project No. 20084B v ADDENDUM No. 1 �`°"P00.p'£1852 CITY OF CORPUS CHRISTI CONTRACTS AND PROCUREMENT Addendum No: 1 Addendum Date: October 7, 2021 Bidder must acknowledge the receipt of this Addendum in its bid. Failure of the Bidder to acknowledge this Addendum may result in City's rejection for the Bidder for non-responsiveness. I. BID DOCUMENT CHANGES Section 5 - Bid Forms, Item 2, Statement of Experience. Additional requirements have been added to the Statement of Experience. (Attachment 1) Agreement. Special Project procedures are required from the Contractor. The Contractor shall implement and maintain these procedures at the appropriate time, prior to and during performance of the work. (Attachment 2) ATTACHMENTS: • Statement of Experience • Exhibit to the Agreement-Wastewater Consent Decree Special Conditions Page 1 of 1 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A ogg,�s c� o � CITY OF CORPUS CHRISTI STATEMENT OF EXPERIENCE RFB No. 3899 +NCPflpDPP1k� 1852 Aeration Coarse Bubble Improvements Project No. 20084B 00 45 16 STATEMENT OF EXPERIENCE ARTICLE 1 - REQUIREMENT TO PROVIDE A STATEMENT OF EXPERIENCE 1 .01 To be considered responsive, the Bidder must complete and submit the Statement of Experience to demonstrate the Bidders' responsibility and ability to meet the minimum requirements to complete the Work. Failure to submit the required information in the Statement of Experience may result in the Owner considering the Bid non-responsive and result in rejection of the Bid by the Owner. The Bid Security of the Bidder will be forfeited if Bidder fails to deliver the Statement of Experience in an attempt to be released from its Bid. Bidders may be required to provide supplemental information if requested by the Owner to clarify, enhance or supplement the information provided in the Statement of Experience. 1 .02 Bidders must provide the information requested in this Statement of Experience using the forms attached to this Section. A copy of these forms can be provided in Microsoft Word to assist with the preparation of the Statement of Experience. Information in these forms must be provided completely and in detail. Information that cannot be totally incorporated in the form may be included in an attachment to the form. This attachment must be clearly referenced by attachment number in the form, and the attached material must include the attachment number on every sheet of the attachment. The attachment must include only the information that responds to the question or item number to which the attachment information applies. 1 .03 The Bidder may also be required to supply a financial statement, prepared no earlier than 90 days prior to the City Engineer's request, signed and dated by the Bidder's owner, president or other authorized party, specifying all current assets and liabilities. ARTICLE 2 - EXPERIENCE REQUIREMENTS 2.01 The Bidder agrees that, in addition to determining the apparent low Bid, the Owner will consider the responsiveness of the Bids and the responsibility of the Bidders in awarding a Contract for this Project. Information that indicates the Bidder or a Subcontractor is not responsible or that might negatively impact a Bidder's ability to complete the Work within the Contract Time and for the Contract Price may result in the Owner rejecting the Bid. DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A 2.02 If none of the three apparent low Bidders are deemed responsible, the Owner may notify the next apparent low Bidders in order, who will then be required to submit the Statement of Experience for review, until a Contract is awarded or all Bids have been rejected. 2.03 The Bidder is responsible for the accuracy and completeness of all of the information provided by the Bidder or a proposed Subcontractor in response to this Statement of Experience. 2.04 Provide general information about the organization as required in Table 1 . Describe the organizational structure of the Bidder's organization as it relates to this Project in Table 2. 2.05 Provide resumes for the key personnel that will be actively working on this Project. A. Key personnel include the Project Manager, Project Superintendent, Safety Manager and Quality Control Manager. If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role, and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this Project, indicate how that individual's time is to be divided between this Project and other assignments. fm ddiirlllJoiii alll c ciii ciii iii clll !ii cllludc °III°lie f III c®cc°III° chic ciii ciii f III c®cc°Ilh ............................................................................................................IIL..................................................................................................................................................................................i.....................................................................d...............................,E.................................i.................... S uc iii iii iii °III°c iii d c iii °III° foir °III°Ilb e ell ec°III°iiiJc c 111 a 111 c c iii °III°iii c c°III°ciii a ii d foir °III°Ilb e II cgiiic°III°ciiim. 2 d 1p"f 1p"d 1p lq ! C. The Bidder may provide resumes for an alternate individual if the Bidder is not able to commit to one individual for the Project at the time the Bid is submitted. Qualifications of these individuals will be considered in determining whether the experience of the Bidder meets the minimum requirements. The Bidder must provide the services of the proposed key personnel for the life of the Project as a condition of qualification. Failure to provide the proposed Key Personnel may result in the disqualification of the Bidder and may void the award of the Contract. D. Provide information for each primary and alternate candidate that includes: technical experience, managerial experience, education and formal training and a work history which describes project experience, including the roles and responsibilities for each assignment. Additional information demonstrating experience that meets the minimum requirements should also be included. E. tiff& Dr�.-f ^gig r i RGI PPGje �f�p r�TeRdoRf mi icf l- A-""-Q Af lteG4 G �!2gE. r,f rci+cn� cvr�cr*ence iri fl,o mivr�ivrvomor�f rtir�rl r��iorcirvlif ref r�rr�ior�fc ref rti vi�-cccrrreXPeFr . S i M ii i Iii i n -[;'rz$ GRGI eX frrY �Gr h i'SPPGjeG I. ,,,h i S eXp�e rr c Pii rc a F-R. I c�Al 10 vhor 1i lIiAg e�r'+c� P RPGWee �teY�II , SGlfet iiAGfiGr DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A Sl ihr GG. Gtr epePile e "A"i h th'-Q ci il�rniffrvl PPGGocSTet-A49 rrvl r RUR SfGTe WGge rGfe roc-regvirer-RCi1rs rRr-1 r nrfrrti GIGSe Gi if PrGGe(Ji iroc. Th'c-prGi&c ?YPor�eRdeRt is to be ProsoRt .tit the Site Gt Gil times thGt Werk is heiR9 �imilrtir �nir�rli} rvr�r 1 ho ci ihr�rr 1ir�rvfofry fl cGt SYPe riRteRd R � � GGIrcar-r TVTati--FSG✓vgeRRI-1�-1-AI}1--` A/FYIfrfrop GPPPGVGI frAm fho n�� Ilhn Ilf iiia®a c°III° a iiia a s iii iii m °III° Ilhn a s°III° III a s °III° 5 a a iii of iii a c iiia°III° a iii iii iiia c • Jll d JI hi n °III° iiia ma iii a iiia m iii °III° a iii d a a'i,S i h�n°III° of E,2jgc°III° of a iii iii�i•miii 111 ql ae c a a iii d ..............................................................................................................d..................................�.................f..........................................................................................................................................................JIL........................................... c a iii m Ill a iii !,C). !hIs II"°"iiia®a c°III°m. I"'llhIl a a iii iii a iii c a ii�i•m °III° iii i s 111 d a c llh�n a d Ill iii iii of ...........................................................................................................f..................................................................................JIL..............................................................................................................................................................................................................d.................... main a sill and iiia°III°aiirlalll aciiiiii of caiii °III°iii c°III°iiiaiii ac°IItii iii iiia afa°III° d d cool diiiiii a°III°iIoa of Ilh caiii °III°iliac°III°aiii a aiii iiiaiii ce lull°Ilh�n °III°Iie Ilh iii�iilllIII°°III°alll i 2g,222, L'""adaiim�al aiii d °Ilya°III°a a a imlIII°a iiia iiiiiiaiii maiiiiIII° faciiilllllll° °III°aiii m °Ilyaiii°III° aiii d ..........................................................................................................................................d.............................................................d.......................................................................................................... ........................................................................................................................... acadiii aim °'Ilhna f"'"iii a®ac°III° d � AIA aiiiiiiiii °III°aiii daiii °III° iii m °III° Ilhna a a°III°iii fac°III°aiii go,l it Ilia°III°iioa of a°III° Illaa °III° fill a iiiiii�i•miiilllgo L..............................................................................................................................................................................................................................................................12.................................................................................................................................................................................... viiia®ac°III° fin III°Iie SlIulIg of I exas wlllJhifin °III°Iie .IIL.................AIA...................................................................................................................................................................................................................................I.. ......°..II.°.......................... g. ,E,...........................................................1v..ii.i...a......®ac°III° iii m °Ilh f........................................................... iiiiiiclllda a °III°a a°III°aiii� °III°iii�aa°III°iii��aiii °III° faciiillliii°III° iiiiii�i•m iiia aiii�i•maiii °III° iiiiii alll iiiiii aaiii�a°III°iiiaiii � d 1121, df eir IlHda a°III°a mild alllac°III°iirlc,alll iiiii�m iiia aiii�maiii °III°gym. d dLIIIIIIIIII iii n clll a da VIII a iiia iii iii iiia a iii iiia ma iiia°III° viii ac iii a iiia ma iiia°III° c aiii °III°oac°III° aiii�lll exec °III°iii aiii a iii d ...........................................d..................................I L. ............................f......................................................................................................................................................................................................................................................................11111.....' a °III°a a°III°sill °III°iiiaa°III°iiiaiii °III° Illaiii °III° sada ccafllllll� llld caiiim IIIc°III°ad iii a Ilhnaiii°III° °III°sill iiim aaIIIS aiii[ IIIc aiii°III°iiialll Illaiii °III° Ilhn °III° down. "'I"'Ilh�na VIII resuiiiie foir III°Iie Ilf iiioa®ac°III° aiii a sill aiii d Ilf iiioa®ac°III° aiii iii iii °III°aiii daiii °III° Ilh na Illd viiia We ..........................A............................................................d................................................................A.............................................................................................................................................................................................................. a aiii da ciii iii °III°iiiaiii of °III°Ilh niii a aiii iiiaiii ca faiir aacllh n viiia®ac°III°m. L..................................................................................................................................................................................................�.................f........................ °III° a ' °Ia°Iai ma iii i°III° of a a iii iii a iii c a iii m °III° iii iii c 111 d a °III°Ilh n a a fill a 5 iiia®ac°III° alllaiii iii°III°Ilh�n a iiia iii�iiia°III°a caiii °III°ac°III° iii iiifaiii�iii�i•ma°III°iiiaiii faiii� °III°Ilh�na iii�afaiii�aiiicam. "'Ilhna III'""iiia®ac°III° aiii iiiiii °III°aiiidaiii °III° iiia °Ilya Ilha viii aaiii °III° a°III° °III°Ilhna viii°III°a a°III° alllllla °III°Ilhna°III° sill 111 iiia Ilha iii iiiaa iii�faiii�iii�i•m a d a iiia d Ilh�n a III III d a a°III°a a iii�c a iiia°III° of Ilh�n iii Ilh�n a iii °III°iii iii�i•m a d iii�iii iiia a III III d � 111 d i•miiilllevIIoine of°III°Il1! m °III° Ilh na a v..ii.i.......aa.®.aIIIa.cd.° g.i. . i.11.....f...i...........a........l.11.....a........c........c........a........ .°.g,,! ..c..2,... ''''.1 . fllGaln°I ir6I° l mi ...... . . ........................................... .d.s.E o°° ® °I° HsIIad Ilh h na d aiii iiiza°III°iiiaiii m. Ilya f sill aiii iii ally" iii allla aiii viiia®ac°III° reference iii�i•m °III° IlhIa a I[.)eeii °III°Iie ani m a a °III°Ilh n a iii alll a iii a d fain °III°Ilh n iii III'"'"iiia®a c°III°m. III'""'sill a iii m a iii iii m °III° Ilh n a a a°III° Ill a s °III°5 g,E of ire,ge,rilIII° a aiiiiiiaiii ca hili iiiiii�i•miiilllq aiii�lll mild Ilh a Ilh godiiiiii a°III°a °Ilya °III°ie II'""iiia®ac°III ................................................................................�....................................................................................................................................................................................................................................................................................................................................................................AIA..................... aIIIIiIIII °III°aIlldalll °III°m. III'""'aiiiaiiimalll caIIIIIIa°III° ac°III°a a aIIIIiIIII °III°aIlldalll °III° hna °III° IIIIiIaIII aIII Ill 111 � g.�' Jll .1p.".d........g.11l....:Iii�.d.iii ....lll°.IIh .2:.........................lp"f.2aii�..m. 2.06 Provide information on the project experience and past performance of the organization. A. Provide information on projects that have been awarded to the Organization in the last 5� +years in Table 3. Attach additional pages if necessary. €XperieRG'a nett:I6�aaia nhc -Scfim fGGtGPY GGFRPIofiA-.P r-f rtif Iorticf fiVo ciFAilrtir PPGjoGtS 1044hiR tht-9 Irticf 5 �/� fpr the Bidder's hA—t Glee Gforc.�-T eR(J mGgRifi lr-10 fhrvram1-IreA`t P ct. aIII�Iiea ca iii�i•m °III° iii iii clll da °III°Iie a°III°Ill fac°III°aIII call) m Ilia°III°IiIaIII of a°III° Illaa °III° flit a 5 IiIIII mIiIIIIaIII III IIA � VIII a®ac°III° fin III°Iie SlIulIg of I exas wlll]hifin °III°Iie Ilia °III° aaIII fgo °III°Iie IIhIflilddallr' L.................A................................................................................................................................................................................................................................................................................................:............................................................................................................................................... aIII aIIIIiIza°III°IiIaIII °III°Ilhna°III° aIII a a alll °Ilya aIII as°III°aIII iii Iilza Hca a aIIId calllm Ilia iii a °III°Ilhna ......,E d...........................................................1.1.............................................................................................................d......................................................................................................,L.........................................................................I I L......................................................I.J.............. aIll�lll dacIll�Iilllhad IiIIII °III°Ilh�na �aIII °III°III�ac°III° III' acIll�i•maIII °III° faIII� °III°IIh�nIil III�a®ac°III°m IiIIII�i•mIillllalll� III�a®ac°III° � � IIA AIA IIIIII iiilllclllda a°III°aIII� aIIId a °III°a a°III°aIII�°III°III�aa°III°III��aIII °III° faciiillliii°III° iiiiii�i•m III�a aiii�i•maIII °III° iiilllcllldiiilll aIII a diiiaiii ma°III°aIII IIIaIII °III° IiI IiIIII aiiilll IiI IiIIII oma®aIII a viii iii mall) °III° cllb a aallmlIII°iioa d.........................................................................J L.................................I L........�................d.............................I L.................�................d...........................f..........................d...........l 1..................... ....................................................................................................................... DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A diiiffu a,iI uuiii m i aaiii Illd,e a°III°a °III°iruc°III°uiiralll and &1 ec°III°iirlcalll iii l .1..°.1..1I.i......e...............a...............Lu.a..!.a..ii.i ..c..a...............i......s............°..II.°....................s...........a.......d........a........................I..°.,h.,.....e...............Lu...a...a.!2..1.......... . . . �ieia°II° ..........a. .0"iu1............................. uiii ac a iii a iiia iiia°III° c aiii °III°iii ac°III°Ill aiii�lll exec a°III°iii a iiia� f a °III°a a°III°sill uiiiaca u u ads uccafullllll caiiim ulna°III°ad iii i a IIlnaiii°III °III°sill iii uaiii°III°iiialll I d I I Lulll a iiia°III° IIII ulIII° down. III° a iii iii iii iii iii a iii C aiii °III°iii ac°III°sill" °Ilya°III°a iii a iiia°III° of a uaiii iii a iii c a iii�ii a °III° ..............................................................................................................................................................................................................................................................................................................................................................................L................................................................................... iii i cllluda °III°Iiese contact foir °le r feireii ca m. "'I"1le qrg,g,,i2JZg!1gn ire uiii iii sAlio0d iii i cllluda aiii da ciiij ,°III°iiiaiii fain,Ill aaclll n uii 212,g°III° docuiiiiie�nlIjjng jfigiflqjlljes. B. In determining the responsibility of the Bidder, the Owner will consider the Bidder's past projects and any substandard quality of workmanship on completed projects. The Owner will consider whether the Bidder's past project experience shows substandard quality of workmanship, issues related to a substandard appearance of the completed work, the amount of warranty or rework required, problems with durability and maintainability of the completed project, and problems with the lack of quality of documentation provided. In addition to the work produced, the Owner may consider issues related to the quality of construction practices, responsiveness to the owner's needs during construction, an inability to work in the spirit of partnering and any non-responsiveness of the Bidder to make warranty corrections. Information to make this determination will come from Owner's interviews with references provided for this project. By listing reference contact information in this Statement of Experience, Bidder indicates its approval for OPT to contact the individuals listed as a reference. ARTICLE 3- SAFETY EXPERIENCE REQUIREMENTS 3.01 The Bidder agrees that pursuant to Section 252.0435 of the Local Government Code, the Owner will consider the safety record of the Bidder prior to awarding contracts. The Owner has adopted the following written definitions and criteria for determining the Bidder's safety record. 3.02 The Bidder's safety record will be used to determine if the Bidder can be deemed responsible. 3.03 Provide general information about the safety record of the organization as required in Table 4. A. For purposes of providing this information, the following terms shall have the following meanings: 1 . "Bidder" includes the firm, corporation, partnership, or other legal entity represented by the Bidder or anyone acting for such firm, corporation, partnership, or other legal entity submitting the bid. 2. "Citations" include notices of violation, notices of enforcement, suspension/revocation of state or federal licenses or registrations, fines assessed pending criminal complaints, indictments, convictions, administrative orders, draft orders, final orders, and judicial final judgments. Notice of Violations and Notice of Enforcement received DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A T- - from the TCEQ shall include those classified as major violations and moderate violations under the TCEQ's regulations for documentation of Compliance History, 30 Texas Administrative Code, Chapter 60.2 (c) (1) and (2). 1 . "Environmental Protection Agency" includes, but is not limited to the Texas Commission on Environmental Quality (the "TCEQ"), the United States Environmental Protection Agency (the "EPA"), the U.S. Fish and Wildlife Service, the U.S. Army Corps of Engineers, the Texas Department of State Health Services, the Texas Parks and Wildlife Department, the Structural Pest Control Service, agencies of local governments responsible for enforcing environmental protection laws or regulations, and similar regulatory agencies of other states of the United States. B. In determining the responsibility of the Bidder, the Owner will consider the following in regards to Table 4: 1 . Whether the Bidder's response in reveals more than two (2) cases in which final orders have been entered by the Occupational Safety and Health Review Commission (the "OSHRC") against the Bidder for serious violations of Occupational Safety and Health Administration ("OSHA") regulations within the past five (5) years. 2. Whether the Bidder's response reveals more than one (1) case in which Bidder has received a citation or for which final orders have been entered from an environmental protection agency for violations within the past five (5) years. 2. Whether the Bidder's response reveals that the Bidder has been convicted of a criminal offense or has been subject to a judgment for a negligent act or omission, which resulted in serious bodily injury or death, within the past ten (10) years. C. The Owner may consider the responses to each question in Table 4 separately when determining the responsibility of the Bidder. The Owner may also consider the cumulative impact of the information generated by the Bidder's responses. ARTICLE 4 - PROVIDE INFORMATION TO DEMONSTRATE THE ABILITY OF THE BIDDER TO PROVIDE SUBCONTRACTING OPPORTUNITIES THAT WILL MEET THE OWNER'S ESTABLISHED GOALS FOR MINORITY, MBE, AND DBE PARTICIPATION IN THE PROJECT. LIST ALL WORK TO BE PERFORMED BY QUALIFIED MINORITY, MBE AND DBE-PROPOSED SUBCONTRACTORS OR SUPPLIERS IN TABLE 5. INCLUDE PERCENTAGES OF WORK SUBCONTRACTED TO EACH TO DEMONSTRATE COMPLIANCE WITH OWNER'S STATED GOALS. DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A TABLE 1 - ORGANIZATION INFORMATION Organization doing business as: Business Address of Principal Office Telephone Website Form of Business (check one) ❑ Corporation ❑ Partnership ❑ Individual If a Corporation State of Incorporation Date of Chief Executive Officer's Name President's Name Vice President's Name(s) Secretary's Name Treasurer's Name If a Partnership Date of Organization Form of Partnership: ❑ General ❑ Limited If an Individual Name Ownership of Organization List of companies, firms, or organizations that own any part of the organization. Names of Companies, Firms, or Organizations Percent Ownership Organization History List of names that this organization currently, has, or anticipates operating under including the names of related companies presently doing business. Names of Organizations From Date To Date Indicators of Organization Size Average number of current full-time employees Average estimate of revenue for the current year DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A Table 1 - Organization Information Organization doing business as: Previous History with City of Corpus Christi List the 5 most recent projects that have been completed with the City of Corpus Christi. Project Name Year 1 2 3 4 5 Construction Site Safety Experience Provide Bidders Experience Modification Ratio (EMR) History for the last 3 years. Provide documentation of the EMR. Year I I EMR I I Year EMR Year EMR Previous Bidding and Construction Experience -Answer all question Yes or No. Has Bidder or a predecessor organization been debarred within the last 10 years? List debarring entities below and provide full details in a separate attachment if yes. NO YES Has Bidder or a predecessor organization been disqualified as a bidder within the last 10 years? List Projects below and provide full details in a separate attachment if yes. NO YES Has Bidder or a predecessor organization been released from a bid or proposal in the past 10 years? List Projects below and provide full details in a separate attachment if yes. NO YES Has Bidder or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? List Projects below and provide full details in a separate attachment if yes. NO YES Has Bidder or a predecessor organization been involved in claims or litigation involving project owners within the last 10 years? List Projects below and provide full details in a separate attachment if yes. NO YES Have liens or claims for outstanding unpaid invoices been filed against the Bidder for services or materials on any projects begun within the preceding 3 years? Specify the name and address of the party holding the lien or making the claim, the amount and basis for the lien or claim, and an explanation of why the lien has not been released or that the claim has not been paid if yes. NO YES DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A Table 2 - Project Information Organization doing business as: Proposed Project Organization Provide a brief description of the organizational structure proposed for this project indicating the names and functional roles of proposed key personnel and alternates. Provide resumes for Project Manager, Superintendent, Safety Manager and Quality Control Manager. Resumes shout include Key Personnel for electrical subcontractor and for the instrumentation / controls integrator, r Position Primary Alternate Project Manager Superintendent Safety Manager Quality Control Manager Division of work between Bidder and Proposed Subcontractor and Suppliers Provide a list of Work to be self-performed by the Bidder and the Work contracted to Subcontractors and Suppliers for more than 10 percent of the Work (based on estimated subcontract or purchase order amounts and the Contract Price). Name of Entity Performing Estimated Description of Work the Work Percentage of Contract Price Subcontractor Construction Site Safety Experience Provide Experience Modification Ratio (EMR) History for the last 3 years for Subcontractors that will provide Work valued at 25% or more of the Contract Price. Provide documentation of the EMR. Subcontractor Year EMR Year EMR Year EMR Subcontractor Year I EMR Year EMR Year EMR DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A Table 3- Projects Awarded during the Last 5 Years Organization doing business as: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Final Contract # # Price Price Contract Days Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Final Contract # # Price Price Contract Days Das Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Final Contract # # Price Price Contract Days Days Late Issues/Claims/ Litigation: DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A Table 3- Projects Awarded during the Last 5 Years- Not including City of Corpus Christi Projects Organization doing business as: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract # # Contract Price Price Contract Days Das Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract # # Contract Price Price Contract Days Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract # # Contract Price Price Contract Days Days Late Issues/Claims/ Litigation: DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A Table 3- Projects Awarded during the Last 5 Years- Not including City of Corpus Christi Projects Organization doing business as: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Final Contract # # Price Price Contract Days Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Final Contract # # Price Price Contract Days Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Final Contract # # Price Price Contract Days Das Late Issues/Claims/ Litigation: DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Table 4-Safety Record Questionnaire and Statement of Bidder's Safety Experience Organization doing business as: Bidder's Safety Record and Experience Has the Bidder received any Citations for violations of OSHA within the past five (5) years? List Citations below (date and location of Citation) and provide full details in a separate attachment if yes. The full details must include the type of violation or offense, the final disposition of the violation or offense, if any, and the penalty assessed. NO YES Has the Bidder received any Citations for violations of environmental protection laws or regulations within the past five (5) years? List Citations below (date and location of Citation) and provide full details in a separate attachment if yes. The full details must include the type of violation or offense, the final disposition of the violation or offense, if any, and the penalty assessed. NO YES Has the Bidder,within the past ten (10) years, been convicted of a criminal offense or been subject to a judgment for a negligent act or omission, which resulted in serious bodily injury or death? List convictions or judgments below and provide full details in a separate attachment if yes. NO YES The Owner will consider the following information as additional support to make a determination as to the responsibility of the Bidder. The Bidder must answer the following questions and provide evidence that it meets minimum OSHA construction safety standards and has a lost time injury rate that does not exceed the limits established below: 1 Does the Bidder have a written construction safety program? ❑ Yes ❑ No 2 Does the Bidder conduct regular construction site safety inspections? ❑ Yes ❑ No 3 Does the Bidder have an active construction safety training program? ❑ Yes ❑ No 4 Does the Bidder, or affected subcontractor, have competent persons in the following areas (as applicable to the scope of the current Project): A. Scaffolding ❑ Yes ❑ No ❑ N/A B. Excavation ❑ Yes ❑ No ❑ N/A C. Cranes & Hoists ❑ Yes ❑ No ❑ N/A D. Electrical ❑ Yes ❑ No ❑ N/A DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Table 4-Safety Record Questionnaire and Statement of Bidder's Safety Experience Organization doing business as: E. Fall Protection ❑ Yes ❑ No ❑ N/A F. Confined Spaces ❑ Yes ❑ No ❑ N/A G. Material Handling ❑ Yes ❑ No ❑ N/A H. Demolition ❑ Yes ❑ No ❑ N/A I. Steel Erection ❑ Yes ❑ No ❑ N/A J. Underground Construction ❑ Yes ❑ No ❑ N/A Does the Bidder have a lost time injury rate and a total recordable injury rate of less than or equal to the national average for North American 5 Industrial Classification System ("NAICS") Category 23 for each of the past ❑ Yes ❑ No five (5) years? Provide the Bidder's OSHA 300 and 300A logs for the past five (5) years in a separate attachment. Does the Bidder have an experience modifier rate of 1.0 or less? Provide 6 the Bidder's NCCI workers' compensation experience rating sheets for the ❑ Yes ❑ No past five (5) years in a separate attachment. Has the Bidder had any OSHA inspections within the past six (6) months? 7 Provide documentation showing the nature of the inspection, the findings, ❑ Yes ❑ No and the magnitude of the issues in a separate attachment if yes. DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Table 5 - Demonstrated Minority, MBE, DBE Participation Organization doing business as Project Subcontractors and Suppliers Provide a list of anticipated Minority, MBE, DBE Subcontractors or Suppliers contracts that will be used to demonstrate compliance with the Owner's Minority / MBE / DBE Participation Policy Estimated Name Work to be Provided of Contract Price DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 D DOCUMENTS CERTIFICATION .mus c, Ga �, By submitting this Statement of Experience and related information, A Bidder certifies that it has read this Statement of Experience and that H Bidder's responses are true and correct and contain no material misrepresentations and that the individual signing below is authorized �Ga��4ap<�Q to make this certification on behalf of the Bidder's organization. The 1852 individual signing this certification shall attach evidence of individual's authority to bind the organization to an agreement. Bidder: (typed or printed) By: (individual's signature) Name: (typed or printed) Title: (typed or printed) Designated Representative: Name: Title: Address: Telephone Email: No.: END OF SECTION DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS WASTEWATER CONSENT DECREE Special Conditions Special Project procedures are required from the CONTRACTOR as specified herein. The CONTRACTOR shall implement and maintain these procedures at the appropriate time, prior to and during performance of the work. The following special conditions and requirements shall apply to the Project: I. Consent Decree Notice Provision — The City of Corpus Christi ("City"), the United States of America and the State of Texas have entered into a Consent Decree in Civil Action No. 2:20-cv-00235, United States of America and State of Texas v. City of Corpus Christi in the United States District Court for the Southern District of Texas, Corpus Christi Division (the "Consent Decree"). A copy of the Consent Decree is available at https://www-c n.cctexas.com/sites/default/files/CC-Consent® ecree.p f By signature of the Contract, CONTRACTOR acknowledges receipt of the Consent Decree. II. Performance of work. CONTRACTOR agrees that any work under this Contract is conditioned upon CONTRACTOR's performance of the Work in conformity with the terms of the Consent Decree. All Work shall be performed in accordance with the Design Criteria for Wastewater Systems under Title 30 Chapter 217 of the Texas Administrative Code, 30 Tex. Admin. Code Ch. 217, and using sound engineering practices to ensure that construction, management, operation and maintenance of the Sewer Collection System complies with the Clean Water Act. Work performed pursuant to this contract is work that the City is required to perform pursuant to the terms of the Consent Decree. In the event of any conflict between the terms and provisions of this Consent Decree and any other terms and provisions of this Contract or the Contract Documents, the terms and provisions of this Consent Decree shall prevail. III. Retention of documents — CONTRACTOR shall retain and preserve all non- identical copies of all documents, reports, research, analytical or other data, records or other information of any kind or character (including documents, records, or other information in electronic form) in its or its sub-contractors' or agents' possession or control, or that come into its or its sub-contractors' or agents' possession or control, Attachment— Wastewater Consent Decree Special Conditions DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS and that relate in any manner to this contract, or the performance of any work described in this contract (the "Information"). This retention requirement shall apply regardless of any contrary city, corporate or institutional policy or procedure. CONTRACTOR, CONTRACTOR's sub-contractors and agents shall retain and shall not destroy any of the Information until five years after the termination of the Consent Decree and with prior written authorization from the City Attorney. CONTRACTOR shall provide the City with copies of any documents, reports, analytical data, or other information required to be maintained at any time upon request from the City. IV. Liability for stipulated penalties — Article IX of the Consent Decree provides that the United States of America, the United States Environmental Protection Agency and the State of Texas may assess stipulated penalties including interest against the City upon the occurrence of certain events. To the extent that CONTRACTOR or CONTRACTOR's agents or sub-contractors cause or contribute to, in whole or in part, the assessment of any stipulated penalty against the City, CONTRACTOR agrees that it shall pay to City the full amount of any stipulated penalty assessed against and paid by City that is caused or contributed to in whole or in part by any action, failure to act, or failure to act within the time required by any provision of this contract. CONTRACTOR shall also pay to City all costs, attorney fees, expert witness fees and all other fees and expenses incurred by City in connection with the assessment or payment of any such stipulated penalties, or in contesting the assessment or payment of any such stipulated penalties. In addition to any and all other remedies to which City may be entitled at law or in equity, CONTRACTOR expressly authorizes City to withhold all amounts assessed and paid as stipulated penalties, and all associated costs, fees, or expenses from any amount unpaid to CONTRACTOR under the terms of this contract, or from any retainage provided in the contract. Attachment— Wastewater Consent Decree Special Conditions DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS This page intentionally left blank. DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 D DOCUMENTS 1kuSC Aeration Coarse Bubble Improvements Project a Project No. 20084B ADDENDUM No. 2 aI18524o CITY OF CORPUS CHRISTI - PROCUREMENT Addendum No: 2 Addendum Date: October 27, 2021 Bidder must acknowledge the receipt of this Addendum in its bid. Failure of the Bidder to acknowledge this Addendum may result in City's rejection for the Bidder for non-responsiveness. BID DOCUMENT CHANGES 1. SECTION 1.3 - SCHEDULE Revised as follows: Date/Time Activit October 4, 2021 Request for Bids published Wednesday, October 13, 2021 9:30 AM Pre-Bid Conference Wednesday, October 20, 2021 5:00 PM Requests for Clarification from Bidders are due ^� CGtGber 27,202 Responses to Requests for uIi's(J y, Il icy° ri n ;riiry 4, 2021 Clarification will be posted via Addendum in CivCast Wednesday, NovembeF 3, 2021 2:00 I"'llliuiir de , IINo eiii iiml eiir , 2 2 2: "" BIDS DUE/BID OPENING December 2021 Projected Date Award of Contract January 2022 Anticipated Notice to Proceed Page 1 of 1 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS This page intentionally left blank. DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 1kuSC Aeration Coarse Bubble Improvements Project a Project No. 20084B ADDENDUM No. 3 aI18524o CITY OF CORPUS CHRISTI - PROCUREMENT Addendum No: 3 Addendum Date: November 2, 2021 Bidder must acknowledge the receipt of this Addendum in its bid. Failure of the Bidder to acknowledge this Addendum may result in City's rejection for the Bidder for non-responsiveness. Attachments: 1 . Modifications to the Specifications 2. Modifications to the Drawings 3. Responses to Requests for Clarification Page 1 of 1 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A 1,U[Mr-UMAED DOCUMENTS Addend�um #3 Modifications To The SpecIfIcations ..................... 1. MODIFICATIONS TO DIVISION 01 GENERAL REQUIREMENTS A. SECTION 0135 00 SPECIAL PROCEDURES REPLACE: "($ per hour)" in Subsection 1.05.13, Table I with "($ per day)" 2. MODIFICATIONS TO DIVISION 35 WATERWAY AND MARINE CONSTRUCTION B. SECTION 35 20 16.25 FABRICATED SLIDE GATES AND STOP LOGS (TABLE 1 ON PAGES 7 AND 8) -ATTACHMENT 2 DELETE: "Table I" in Subsection 2.7.13.5 in its, entirety ADD: New Table I to revise spec for guide frame quantity, total number of logs and other deletions. F pe 0.0 ;KATE S. NAR """ . " O . ,, ARDURRA TBR E FIRM NO. F-101053 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Addendum #3 Modifications To The Drawings 1. MODIFICATIONS TO PLANS C. SHEET S4, WALL MODIFICATION DETAILS ADD: Detail 6 - Pipe support detail . F , #j iO DOUGLAS H. LAWRENCE iio ' .............................. �r '� 109521 �+ .AL DN TBPE FIRM NO. F-10053 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS # Question Response Could not locate a Technical Specification for FRP Grating and FRP No specification section provided.Contractor to follow FRP #1 Structural Fabrications. specifications for grating and supports/anchors shown on plan sheets S3 and S4. Addendum#1 is requesting key personnel for the electrical and control subcontractors.On these types of bids,we cannot tell who these subcontractors are until 5-10 minutes before our bid is submitted to the Owner.This is due to the competitive nature of No,the requirement will remain as is.Key personnel for electrical and #2 these bids and will not permit us with enough time to prepare the control subcontractors should be submitted along with general quals statement and submit our number as we will be focusing on information requirement as stipulated in Section 00 45 16. the bid number until the final minutes.Can we submit information requested of these key subcontractors within an hour after our bid is submitted to the Owner? The numbering of existing clarifiers on Plan Sheet D3 is incorrect.The #3 Sheet No.D3/10 of 30-West Train Structural. Are the Existing correct labeling for the West Train Clarifiers is Clarifier 1(north most Clarifiers numbered correctly? clarifier),Clarifier 2(middle clarifier),Clarifier 3(middle clarifer)and Clarifier 4(south most clarifier). Sheet No.S1/19 of 30-Section A/S3. Based on Installation #4 Schedule Quantity 915 Square Feet and Scaled Lineal Foot The dimension shown per Section A/S3 on Sheet No.S3 is incorrect.The Dimension,should not the correct dimension for Section A/S3 on correct dimension is 4'-0". Sheet No.S3/21 of 30,be 4.00'Width in lieu of 8.00'Width? Sheet No.S4/22 of 36-Section 3 SPLASH WALL FRAME. Side #5 view indicates"3/16 Thick Steel Angles". Elevation view indicates Yes,it is a typographical error.Splash wall details section include L3 x 3 all angles are"1/4"Thick Steel Angles. Is the 3/16"dimension a x 1/4 and L6 x 6 x 5/16 angles.See detail 4&5 on S4. typographical error? Spec.35 20 16.25-2.7-F requires storage racks.Please confirm:1. Material of storage rack is 316L stainless steel.Storage rack to be We are to provide a rack for each stop log location(6 total racks). provided by the stop log manufacturer.Stop log rack will be a deferred #6 2.Please confirm what the materials of construction are for the design submittal item and shall be reviewed during shop drawing rack.3.Assume the racks will be mounted on an existing concrete process.Final location to be coordinated with owner with the surface. assumption that racks will be mounted on a concrete surface.Three storage racks in total. On the east and west trains we are removing the existing 8"and 10"air lines that span across the basin as per key note#1.These A detail is provided to include W6x15 x 12-in long,316E SS members. pipes are being replaced with 316L SS piping as per the The spacing between supports will be max 15 foot centers and at each mechanical drawings.We do not see any support details for this #7 end.Two post-installed 3/4"dia SS anchors will be required,as well as a pipe as is spans across the the basin.Can a detail be provided for 316E SS clamp or yoke at each support.Refer to Detail 6 on Attachment the pipe that spans across the basin and for the air pipe that sits 1 for the pipe support detail. on top of the existing wall at the secondary clarifier effluent channel? 8"Air pipes that span across the basins are in the Contractor's scope, not the scope of the diffuser supplier.New air piping shall be welded Are any couplings required in the new 8"air pipes that span unless otherwise noted. across the the basins on the east and west trains?Is the intent for #8 these air pipes that span across the basins to be provided by the Each of the six(6)new 8"air laterals,which cross basins,shall have an same manufacturer as outlined in specification 44 45 16.01? expansion joint.Expansion joints shall be US Bellows 8"Single Expansion Joint,flanged ends,316 SST construction,rated for 50psig operating pressure,and allow for at least 3"of axial compression. Plan sheet 24 and 27 shows one hyperbolic mixer in the effluent One hyperbolic mixer is to be provided per train(2 total for this #9 channel.Plan sheets 19 and 20 show two support frames per project).However,supports for 2 future mixers will be installed as part each channel.How many hyperbolic mixers need to be provided of this project.A total of 2 mixers with supports and 2 additional per train? supports for future mixers is required. Addendum No.3 Clarifications and Responses Page 1 of 2 City Project No.20084B DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS # Question Response A 1-1/4"air line is currently used to keep solids suspended in the scum #10 Plan sheets 23 26,key note 2,can more details be provided as to pit.This line taps into the existing air header.The existing air header is what we need to to do with this new air line at the scum pit? to be replaced in this project and the existing 1-1/4"line shall be tied into the new air header. Plan sheets 8 View D and sheet 9 View M and sheets 24/27,detail Yes.See sheet D7,detail D;and sheet D9,detail M for demolition 3.Where this new 8"air connects to the existing air pipe,we do photos of existing tie-in.Existing pipe is to be demolished,and new #11 not see a new mechanical section.Assume we should provide a pipe, is to be replaced in-kind--including new pipe fittings,supports, new 8"flanged 90 a new 8"butterfly valve at this connection? and valves.The new portions include the flanged 90°and 8"butterfly valve. There is not a Specification or Detail provided for Pipe Supports #12 on the ALP piping.Please provide detail that includes width, New ALP pipe shall be routed and supported per detail shown on Attachment 1. height material requirements. There are no Expansion Joints shown on the Plans for the ALP Each of the six(6)new 8"air laterals,which cross basins,shall have an #13 Piping no requirement found in Specifications.Will Expansion expansion joint.Expansion joints shall be US Bellows 8"Single Joints be required if yes please provide Specification Expansion Joint,flanged ends,316 SST construction,rated for 50psig operating pressure,and allow for at least 3"of axial compression. Drawing M1/Key Note 3 calls for a flanged stainless steel body Lugged valves are acceptable.Information supplied in keynote is components-Dezurik BHP Series.The BHP Series is only offered sufficient to procure the valve,shop drawing will be reviewed by #14 in Lug or Wafer.Which type is prefered.Also,is the information engineer before purchase and installation.There is no specification within the Keynote all that will be supplied.There is not a section for the valve. Specification for Butterfly valves provided. Will Butterfly Valves be required to have a geared handwheel Provide quarter-turn lever actuator unless the valve's size prohibits this. #15 operator or will they need to be lever operated With valves that are too large for lever actuators(>8"),provide geared handwheel operator. Drawing G4 shows an 8"air lateral to be replaced betwenn Reaeration Basins 2 3,same is shown at Reaeration Basins 5 6.Is These new 8"air laterals as shown between Reaeration Basins 2&3, #16 this just a crossover pipe or will there be Air Diffusers required for same is shown at Reaeration Basins 5&6 shall be supported per detail these locations.There is not a detail provided for these locations. 6 shown on Attachment 1. Please provide detail #17 Can you please provide a detail showing the connection to These are the same 8"air laterals discussed in question#11.Refer to existing on the 8"Airline-East&West Train Reaeration Tanks. response for question#11. Please consider 11 months to substantial and 12 months to final completion.Although the work onsite will not take this amount of time.we must consider submittal preparation,submittal There will be no changes to the contract days for substantial and final review an delivery times for pipe and process equipment.We are completion.Contractor to adhere to contract time requirements as #18 seeing some items that would normally be available within a two specified and if the current supply chain issue is determine to cause week period take 4-5 months to receive now after submittal delays,an extension can besought. period.We will push for submittals and deliveries as hard as possible,however the current supply chain issues could cause delays with deliveries. Addendum No.3 Clarifications and Responses Page 2 of 2 City Project No.20084B DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A 1,U[Mr-UKnAED DOCUMENTS 13 " TYP�3�/16 " DIA. HOLE (TYP., MAX.) PLAN 11 1 /2 6 3/8 " L2x2xA" J"DIA. SS TITEN W6X15 (316L SS) OR HILTI KB III (2 PER SUPT.) 3 1 /2 16 SECTION ELEVATION 6 DETAIL SK-1 N.T.S. II'::: II'::: II'; IIS II'::: ..I NA I . .. ACIL........ 1 REVISION NO. DATE BV DESCRIPTION REVISION NO. DATE BY DESCRIPTION o m OSO WRP PROCESS UPGRADE AND BPC DECOMMISSIONING: AERATION COARSE BUBBLE IMPROVEMENTS r h � T%, CITY of TEXAS CORPUS CHRISTI ARDURR�! n, sp p PIPE SUPPORTS m Department of Engineering Services DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS `40 3 h""""N IIS '. Technical Specifications for Construction ��� � 2. Attach the tags to the operator by soldered split key rings to that ring and tag cannot be removed. Use block type numbers and letters with 1/4-inch minimum high numbers and letters stamped on and filled with black enamel. 2.7 STAINLESS STEEL STOP LOGS A. Stop Log Service Conditions: 1. Guide Frame Invert and Side Mounting: In channel mounted groove. 2. See Table 1 for locations and specific service conditions. B. Stop Logs: 1. 24-inch-high, Type 316L stainless steel sections. One-piece plate, reinforced as required to limit deflection to not more than 1/720 of span at the specified design head. Reinforce with stainless steel angles or channels welded to the plate. 2. Reinforced stop log thickness shall not exceed 7 inches. Each log shall have welded lifting bars to facilitate lifting and removal with lifting devices. 3. Neoprene bulb seals for seating surface of stop log against the frame, invert, and between stop logs. Secure seals with Type 316 stainless steel bearing strips and machine screws with locking type nuts. 4. Interchangeable, so they can operate in any order of placement. 5. Log Dimensions: Lengths of logs, listed in the following schedule, are given as nominal channel width at the log. Verify actual log lengths required before submitting Shop Drawings. Table 1 Design Criteria Facility 070: Facility 070: Facility Facility West West 075:East 075:East Clarifiers Clarifiers Clarifiers Clarifiers MI SS RAS/WAS N LSS RAS/WAS Location Channel Channel Channel Channel Nominal Channel 48 48 48 48 Width,inches Nominal Guide 16 16 16 16 Height,feet Invert Elevation,feet -1.10 -1.10 -1.50 -1.50 Design Head,feet 15 15 15 15 Fabricated Slide Gates and Stop Logs Section 35 2016.25 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 7 of 11 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS A .. AC I""""" Technical Specifications for Construction 1 0 2Table 1 Design Criteria Facility 070: Facility 070: Facility Facility West West 075:East 075:East Clarifiers Clarifiers Clarifiers Clarifiers MI SS RAS/WAS N LSS RAS/WAS Location Channel Channel Channel Channel Guide Frame Quantity 2 41 2 21 Total No. of Logs 2d Notes: All dimensions and invert elevations shall be field-verified by Contractor. Locations as shown on Mechanical Drawings. C. Guide Frames: 1. Guide frames and invert shall be Type 316L stainless steel. 2. Vertical guides designed for maximum rigidity, and shall extend in one continuous piece from flush gate invert to channel wall top (less the thickness of the covers and frames) so top of vertical guides is 1/2 inch below cover angle frame support horizontal leg, in the field installed position. Coordinate dimension from channel wall and top with cover manufacturer. 3. Provide with grouting anchor flange as one leg of a structural angle. Vertical guide total width, up and downstream of gate shall be a minimum of 7 inches to a maximum of 10 inches, including grouting flange. 4. Vertical guide frames and inverts shall be joined with factory welded corners. Unvented invert length shall not exceed 24 inches. 5. Sized to provide a minimum disc engagement of 1 inch on each side. D. Anchor Bolts and Hardware: All necessary attaching bolts, anchor bolts, mounting and assembly hardware shall be Type 316 stainless steel and shall be furnished by stop log manufacturer. E. Lifting Devices: One lifting device complete with lifter body, hooks, lifting cables and extension arms, complete, shall be provided for each different gate span to install and remove stop logs. F. Storage Racks: Fabricated Slide Gates and Stop Logs Section 35 2016.25 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 8 of 11 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS This page intentionally left blank. DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 ..........................................................................................................130 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...........................................................................................................131 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 30.21 Notices. .................................................................................................................................131 General Conditions 007200-9 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 3. Organization of the Contract Documents is not intended to control or lessen the responsibility of the Contractor when dividing Work among Subcontractors or Suppliers, or to establish the extent of Work to be performed by trades, Subcontractors, or Suppliers. Specifications or details do not need to be indicated or specified in each Specification or Drawing. Items shown in the Contract Documents are applicable regardless of their location in the Contract Documents. 4. Standard paragraph titles and other identifications of subject matter in the Specifications are intended to aid in locating and recognizing various requirements of the Specifications. Titles do not define, limit, or otherwise restrict Specification text. 5. Provide the labor, documentation, services, materials, or equipment that may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result, whether specifically called for in the Contract Documents or not. Include these related costs in the offered Contract Price. B. Provide equipment that is functionally complete as described in the Contract Documents. The Drawings and Specifications do not indicate or describe all of the Work required to complete the installation of products purchased by the Owner or Contractor. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the Designer through the OAR. C. Comply with the most stringent requirements where compliance with two or more standards is specified and they establish different or conflicting requirements for the Work, unless the Contract Documents indicate otherwise. D. Provide materials and equipment comparable in quality to similar materials and equipment incorporated in the Project or as required to meet the minimum requirements of the application if the materials and equipment are shown in the Drawings but are not included in the Specifications. E. The Project Record Copy of the Contract Documents governs if there is a discrepancy between the Project Record Copy of the Contract Documents and subsequent electronic or digital versions of the Contract Documents, including printed copies derived from these electronic or digital versions. F. The Contract supersedes all prior written or oral negotiations, representations, and agreements. The Contract Documents comprise the entire Agreement between Owner and Contractor. The Contract Documents may be modified only by a Modification. G. Request clarification from OAR for a decision before proceeding if Contractor is not clear on the meaning of the Contract Documents. OAR is to issue clarifications and interpretations of the Contract Documents in accordance with the Contract Documents. 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 2. No provision of referenced standard specifications, manuals, reference standards, codes, or instructions of a Supplier changes the duties or responsibilities of OPT or Contractor from those described in the Contract Documents or assigns a duty to or gives authority to the OPT to supervise or direct the performance of the Work or undertake responsibilities inconsistent with the Contract Documents. 3. The provisions of the Contract Documents take precedence over standard specifications, manuals, reference standards, codes, or instructions of a Supplier unless specifically stated otherwise in the Contract Documents. B. Comply with applicable construction industry standards, whether referenced or not. 1. Standards referenced in the Contract Documents govern over standards not referenced but recognized as applicable in the construction industry. 2. Comply with the requirements of the Contract Documents if they produce a higher quality of Work than the applicable construction industry standards. 3. Designer determines whether a code or standard is applicable, which of several are applicable, or if the Contract Documents produce a higher quality of Work. C. Make copies of reference standards available if requested by OAR. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Carefully study the Drawings and verify pertinent figures and dimensions with respect to actual field measurements before undertaking the Work. Immediately report conflicts, errors, ambiguities, or discrepancies that Contractor discovers or has actual knowledge of to the OAR. Do not proceed with affected Work until the conflict, error, ambiguity, or discrepancy is resolved by a clarification or interpretation from the OAR or by a Modification to the Contract Documents issued pursuant to Paragraph 11.01. 2. 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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. I 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS F. Contractor may be entitled to an adjustment in Contract Price or Contract Times with respect to a replacement of Subcontractors, Suppliers, or other entities required by Owner. The Contractor is not entitled to an adjustment in Contract Price or Contract Time with respect to replacement of any individual deemed unsuitable by the OPT. Notify OAR immediately if a replacement of Subcontractors, Suppliers, or other entity increases the Contract Price or Contract Times. Initiate a Change Proposal for the adjustment within 10 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 occu r. General Conditions 007200-47 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS c. Costs of hand tools not owned by the workers consumed in the performance oft he 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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. 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 1. Progress payments for lump sum Work are to be paid on the basis of the earned value to date at the amounts shown in the Schedule of Values submitted as required by Paragraph 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 fol low the procedures of Paragraph 17.11 for this part of the Work. B. No use or occupancy or separate operation of part of the Work may occur prior to compliance with the requirements of Article 6. 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 17.17.13 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 precautions to prevent the pipe from floating or moving out of the proper position during or after laying operations. Immediately correct any pipe that moves from its correct position. H. Provide adequate exterior storage for products that may be stored out-of-doors. 1. Provide substantial platforms, blocking, or skids to support materials and products above ground which has been sloped to provide drainage. Protect products from soiling or staining. 2. Cover products subject to discoloration or deterioration from exposure to the elements, with impervious sheet materials. Provide ventilation to prevent condensation below covering. 3. Store loose, granular materials on clean, solid surfaces, or on rigid sheet materials, to prevent mixing with foreign matter. General Conditions 007200-85 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS c. Verify adequacy of controls to ensure full compliance with Contract Documents. Verify required control inspection and testing is performed. d. Verify that established levels of workmanship meet acceptable workmanship standards. Compare with required Sample panels as appropriate. e. Repeat the Work phase for each new crew to work on-site, or any time acceptable specified quality standards are not being met. 3. Follow-up Phase: Perform daily checks to assure control activities, including control testing, are providing continued compliance with contract requirements: a. Make checks daily and record observations in the quality control documentation. b. Conduct follow-up checks and correct all deficiencies prior to the start of additional Work tasks that may be affected by the Defective Work. Do not build upon nor conceal Defective Work. c. Conduct a review of the Work 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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. B. Contractor waives claims for consequential damages, incidental or special damages arising out of or relating to this Contract, whether the damages are claimed in contract, tort or on any other basis. 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. General Conditions 007200- 129 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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. 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. General Conditions 007200- 130 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 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/remobilization costs. Such costs shall be addressed through a Change Order to the Contract. Under no circumstances may a provision or obligation under this Contract be interpreted as contrary to this paragraph. 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. General Conditions 007200- 131 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 30.22 Public Information A. The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract, and Contractor agrees that the contract can be terminated if Contractor knowingly or intentionally fails to comply with a requirement of that subchapter. END OF SECTION General Conditions 007200- 132 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 Ardurra Group, Inc. (dba LNV, LLC.) Jacobs Engineering Group B. The following entities, along with the members of the OPT, are to be named as an additional insured on all insurance policies, except workers compensation insurance and the Contractor's professional liability insurance. NONE C. 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: 2. Work shall be Substantially Complete when the work associated with that East and West aeration basins, clarifiers, and chlorine contact chambers, Sodium Hypochlorite Chemical Handling systems and can treat wastewater to the quality and in the quantity in accordance with the Contract Documents. All process equipment associated with the work shall be installed and operational, or temporary arrangements satisfactory to OWNER shall have been made. All performance testing must be completed prior to the date of Milestone#1 and#2 Substantial Completion dates. a. For Milestone#1 - East Train work to be considered substantially complete, the following portions of the Work must be operational and ready for OWNER's continuous use as intended: 1) Dewatering of the East train as indicated in the Contract Documents 2) Grit removal and cleaning of MLSS, RAS/WAS and Clarifier Effluent channels as indicated in the Contract Documents 3) Partial demolition of existing MLSS, RAS/WAS, Clarifiers 5-8 Effluent channels coarse bubble aeration system (air drops, piping and valves), and miscellaneous equipment, as detailed in the drawings, including the removal and disposal of existing equipment Supplementary Conditions 007300-1 Oso WRP Process Upgrades and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084A Rev 2/2020 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 4) Demolition of existing butterfly valves in outer MLSS channels, existing chlorinators at various locations, divider wall connecting inner and outer MLSS channel, channel grating, Contact Chamber influent slide gates and 5) Installation of MLSS, RAS/WAS and Clarifier 5-8 Effluent coarse bubble aeration system channel diffusers and associated valves, air piping and supports. 6) Abandoning, filling, and capping of outer MLSS channels as indicated in Contract Documents 7) Plugging ports in outer MLSS channel wall of outer MLSS channel as indicated in Contract Documents 8) Installation of two chlorine mixers, four mixer support structures, and modification of a chlorine diffuser as indicated in Contract Documents 9) Installation of new grating, and supports along channels as indicated in Contract Documents 10) Installation of Chlorine Contact Chambers 3 &4 influent slide gates 11) Installation of guide frames for stop logs in the MLSS and RAS/WAS Channels 12) Modification of existing 48-in Influent Line at Aeration tank No. 3 as indicated in Contract Documents 13) All other civil,yard piping, mechanical and electrical work included in the Contract Documents as it pertains to East Train work 14) Functional and Performance Testing 15) Training of OWNER's personnel. 16) Commissioning and Final testing requirements for the complete facility per the requirements and test durations in Section 01 91 14, Equipment Testing and Facility Start-up. b. For Milestone#2 -West Train work to be considered substantially complete, the following portions of the Work must be operational and ready for OWNER'S continuous use as intended: 1) Dewatering of the West train as indicated in the Contract Documents 2) Grit removal and cleaning of MLSS, RAS/WAS and Clarifier Effluent channels as indicated in the Contract Documents 3) Partial demolition of existing MLSS, RAS/WAS, Clarifiers 1-4 Effluent channels coarse bubble aeration system (air drops, piping and valves), and miscellaneous equipment, as detailed in the drawings, including the removal and disposal of existing equipment 4) Demolition of existing butterfly valves in outer MLSS channels, existing chlorinators at various locations, divider wall connecting inner and outer MLSS channel, channel grating, Contact Chamber influent slide gates and Supplementary Conditions 007300-2 Oso WRP Process Upgrades and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084A Rev 2/2020 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 5) Installation of MLSS, RAS/WAS and Clarifier 1-4Effluent coarse bubble aeration system channel diffusers and associated valves, air piping and supports. 6) Abandoning, filling, and capping of outer MLSS channels as indicated in Contract Documents 7) Plugging ports in outer MLSS channel wall of outer MLSS channel as indicated in Contract Documents 8) Installation of two chlorine mixers, four mixer support structures, and modification of a chlorine diffuser as indicated in Contract Documents 9) Installation of new grating, and supports along channels as indicated in Contract Documents 10) Installation of Chlorine Contact Chambers 1&2 influent slide gates 11) Installation of guide frames for stop logs in the MLSS and RAS/WAS Channels 12) Modification of existing 48-in Influent Line at Aeration tank No. 1 as indicated in Contract Documents 13) All electrical and instrumentation and controls work associated with ECR-5 automatic switchover to emergency generator operations and back to site utility power as indicated in Contract Documents 14) All other civil,yard piping, mechanical and electrical work included in the Contract Documents as it pertains to West Train work 15) Functional and Performance Testing 16) Training of OWNER personnel. 17) Commissioning and Final testing requirements for the complete facility per the requirements and test durations in Section 01 91 14, Equipment Testing and Facility Start-up. 3. Only the following items not yet complete in accordance with the Contract Documents: a. Final Walkthrough b. Final As-Built Drawings C. Final Completion 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 Supplementary Conditions 007300-3 Oso WRP Process Upgrades and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084A Rev 2/2020 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS to and within the Site, inability to work due to wet or muddy Site conditions, delays in delivery of equipment and materials, and other impacts related to rain days when developing the schedule for construction. Include all costs associated with these rain days and residual impacts in the Contract Price. 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. Records indicate the following average number of rain days for each month: Month Day Month Days January 3 July 3 February 3 August 4 March 2 September 7 April 3 October 4 May 4 November 3 June 4 December 3 3. A total of 25 rain days have been set for this Project. An extension of time due to rain days will be considered only after 25 rain days have been exceeded in a calendar year and the OAR has determined that a detrimental impact to the construction schedule resulted from the excessive rainfall. Rain days are to be incorporated into the schedule and unused rain days will be considered float time which may be consumed by the Owner or Contractor in delay claims. ARTICLE 5 — AVAILABILITY OF LANDS; SUBSURFACE CONDITIONS AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS SC-5.03 SUBSURFACE AND PHYSICAL CONDITIONS A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.03.A which describe subsurface and physical conditions. 1. Geotechnical Reports include the following: NONE 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) include the following: NONE 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: NONE 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 007300-4 Oso WRP Process Upgrades and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084A Rev 2/2020 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 ❑X 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 X Required ❑ Not Required Installation Floater Equal to Contract Price Required if installing city-owned equipment X Required ❑ Not Required Supplementary Conditions 007300-5 Oso WRP Process Upgrades and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084A Rev 2/2020 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS ARTICLE 7—CONTRACTOR'S RESPONSIBILITIES SC-7.02 LABOR; WORKING HOURS B. 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 8 a.m. and 5 p.m. Monte through Friday unless otherwise indicated and/or 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) Supplementary Conditions 007300-6 Oso WRP Process Upgrades and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084A Rev 2/2020 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS "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 (and any solicitation was issued) on or after January 1 , 2015 . If this contract is covered by the E0, the contractor must pay Supplementary Conditions 007300-7 Oso WRP Process Upgrades and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084A Rev 2/2020 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 Supplementary Conditions 007300-8 Oso WRP Process Upgrades and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084A Rev 2/2020 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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/govcon tracts . Modification Number Publication Date 0 01/01/2021 * SUTX1987-001 12/01/1987 Rates Fringes CARPENTER (Excluding Form Setting) . . . . . . . . . . . . . . . . . . . . . . . . . $ 9 . 05 Supplementary Conditions 007300-9 Oso WRP Process Upgrades and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084A Rev 2/2020 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 . ---------------------- ---------------------- -------------------- Note : Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to Supplementary Conditions 007300-10 Oso WRP Process Upgrades and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084A Rev 2/2020 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 E0, 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 Supplementary Conditions 007300-11 Oso WRP Process Upgrades and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084A Rev 2/2020 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS worker protections under the EO is available at www . dol . gov/whd/govcon tracts . 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 Supplementary Conditions 007300-12 Oso WRP Process Upgrades and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084A Rev 2/2020 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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, Supplementary Conditions 007300-13 Oso WRP Process Upgrades and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084A Rev 2/2020 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 Supplementary Conditions 007300-14 Oso WRP Process Upgrades and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084A Rev 2/2020 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 Supplementary Conditions 007300-15 Oso WRP Process Upgrades and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084A Rev 2/2020 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 007300-16 Oso WRP Process Upgrades and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084A Rev 2/2020 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS ---------------------- ---------------------- -------------------- WAGE DETERMINATION APPEALS PROCESS l . ) 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 Supplementary Conditions 007300-17 Oso WRP Process Upgrades and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084A Rev 2/2020 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 Supplementary Conditions 007300-18 Oso WRP Process Upgrades and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084A Rev 2/2020 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS (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 007300-19 Oso WRP Process Upgrades and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084A Rev 2/2020 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 200 Constitution Avenue, N .W. Washington, DC 20210 4 . ) All decisions by the Administrative Review Board are final . ---------------------- ---------------------- -------------------- END OF GENERAL DECISION Supplementary Conditions 007300-20 Oso WRP Process Upgrades and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084A Rev 2/2020 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS ARTICLE 19—PROJECT MANAGEMENT AND COORDINATION SC-19.21 COOPERATION WITH PUBLIC AGENCIES C. For the Contractor's convenience,the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 361-826-3500 Ardurra Group, Inc. (dba LNV, LLC.) 361-883-1984 Logan Burton, P.E. 361-883-1984 Traffic Engineering 361-826-3547 Police Department 361-882-2600 Water/Wastewater/Stormwater 361-826-1800 (361-826-1818 after hours) Gas Department 361-885-6900 (361-885-6942 after hours) 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) Centu ryl-i nk 361-208-0730 W i ndstream 1-800-600-5050 Regional Transportation Authority 361-289-2712 Port of Corpus Christi Authority Engr. 361-882-5633 TxDOT Area Office 361-808-2500 Corpus Christi ISD 361-695-7200 Supplementary Conditions 007300-21 Oso WRP Process Upgrades and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084A Rev 2/2020 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS ARTICLE 25—SHOP DRAWINGS SC-25.03 CONTRACTOR'S RESPONSIBILITIES A. Provide Shop Drawings for the following items: Specification Section Shop Drawing Description ****REFER TO SECTION 0133 01—SUBMITTAL REGISTER**** SC-25.12 RESUBMISSION REQUIREMENTS B. Pay for excessive review of Shop Drawings. 1. 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 below: ARTICLE 26—RECORD DATA SC-26.03 CONTRACTOR'S RESPONSIBILITIES A. Submit Record Data for the following items: Specification Section Record Data Description ****REFER TO SECTION 0133 01—SUBMITTAL REGISTER**** END OF SECTION Supplementary Conditions 007300-22 Oso WRP Process Upgrades and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084A Rev 2/2020 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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. Base Bid a. Dewatering of the East and West Trains as indicated in the Contract Documents b. Grit removal and cleaning of MLSS, RAS/WAS and Clarifier 1-8 Effluent channels as indicated in the Contract Documents C. Partial demolition of existing MLSS, RAS/WAS, Clarifiers 1-8 Effluent channels coarse bubble aeration system (air drops, piping and valves), and miscellaneous equipment, as detailed in the drawings, including the removal and disposal of existing equipment d. Demolition of existing butterfly valves in outer MLSS channels, existing chlorinators at various locations, divider wall connecting inner and outer MLSS channel, channel grating/walkways, Contact Chamber influent slide gates and e. Installation of MLSS, RAS/WAS and Clarifier 1-8 Effluent coarse bubble aeration system channel diffusers and associated valves, air piping and supports. f. Abandoning, filling, and capping of outer MLSS channels as indicated in Contract Documents g. Plugging ports in outer MLSS channel wall as indicated in Contract Documents h. Installation of two chlorine mixers, four mixer support structures, and modification of a chlorine diffuser as indicated in Contract Documents i. Installation of new grating, and supports along channels as indicated in Contract Documents j. Installation of Chlorine Contact Chambers 1-4 influent slide gates k. Installation of guide frames for stop logs in the MLSS and RAS/WAS Channels as indicated in Contract Documents Summary of Work 011100-1 Oso WRP Process Upgrades and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084A Rev 10/2018 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS I. Modification of existing 48-in Influent Line at Aeration tank No. 1 and No. 3 as indicated in Contract Documents m. All electrical, instrumentation and controls work associated with ECR-5 automatic switchover to emergency generator operations and back to site utility power as indicated in Contract Documents n. All other civil,yard piping, mechanical and electrical work included in the Contract Documents o. Training of OWNER personnel. p. Commissioning 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. 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. Summary of Work 011100-2 Oso WRP Process Upgrades and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084A Rev 10/2018 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 011100-3 Oso WRP Process Upgrades and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084A Rev 10/2018 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS This page intentionally left blank. DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 Item 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 USED) 1.04 DESCRIPTION OF ALLOWANCES A. Allowance A-2—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 Oso WRP Process Upgrades and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084A Rev 5/2020 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS B. Allowance A-3—Allowance For Unanticipated Work: 1. The sum of$100,000 to be used for any unforeseen conditions of general repairs and modifications related to the proposed improvements. This may include structural concrete repairs, underground utility conflicts, grit/sludge removal, performance coating repairs or similar situation that warrant the use of the allocated funds. 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances 012310-2 Oso WRP Process Upgrades and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084A Rev 5/2020 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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—Mobilization (Maximum 5%): 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 total Contract Price. Measurement and Basis for Payment 012901-1 Oso WRP Process Upgrades and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084A Rev 5/2020 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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— Bonds and Insurance (Maximum Allowance of 2%) 1. Payment shall include all bonds and insurance required under the Contract Documents. 2. Payment for bonds and insurance will be based on the receipt of documentation of actual costs. Contractor shall furnish satisfactory evidence of the rate or rates paid for all bonds and insurance. Contractor will be reimbursed for the actual cost of unique insurance as required and obtained specifically for this Project, not including the routine and general company insurance policies that are maintained for the course of conducting normal business operations. Contractor will be reimbursed for the actual cost of project specific bonds and insurance, not to exceed the bid amount or the verifiable costs of Project specific bonds and insurance incurred by the Contractor. C. Bid Item A-3-Allowance For Unanticipated Work: 1. The Allowance described as"unanticipated work"has been set as noted and be included in the Total Base Bid for each bidder. This allowance may be used at the Owner's discretion should an unanticipated modifications of unknown structure, adjustment of a utility or similar situation such as structural concrete repairs, underground utility conflicts, grit/sludge removal, performance coating repairs warrant the use of the Allowance funds. Should the use of funds from the Allowance become necessary, the Owner will provide written authorization at a cost negotiated between the City and the Contractor. No work is to be performed under this Item without written authorization from the OAR. There is no guarantee that any of these funds will need to be used throughout the course of the work. The Contractor shall insert the figure noted in the Base Bid in the Bid Form. This item shall be used for unforeseen circumstances. Payment shall be negotiated for each circumstance and based on the Contractor's actual costs. D. Bid Item B-1—East Train Aeration Coarse Bubble Improvements. It includes all items required to make East Train improvements complete and functional.This excludes debris/grit removal and disposal cost associated with East Train MLSS, Clarifiers 5-8 effluent, RAS/WAS channels and Clarifier scum wet well listed in bid item B3. 1. Bid Item shall be measured for payment by lump sum and shall include but not limited to supervision, equipment,tools, labor, and materials necessarily to perform all the improvements in accordance with the Contract Documents. It includes all demolition and temporary work, site/civil, structural, mechanical, plumbing, and electrical work as outlined in the plans and Contract Documents. 2. Measurement of payment is on a lump sum basis E. Bid Item B-2—West Train Aeration Coarse Bubble Improvements. It includes all items required to make West Train improvements complete and functional.This excludes debris/grit removal and disposal cost associated with West Train MLSS, Clarifiers 1-4 effluent, RAS/WAS channels and Clarifier scum wet well listed in bid item B3. Measurement and Basis for Payment 012901-2 Oso WRP Process Upgrades and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084A Rev 5/2020 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 1. Bid Item shall be measured for payment by lump sum and shall include but not limited to supervision, equipment,tools, labor, and materials necessarily to perform all the improvements in accordance with the Contract Documents. It includes all demolition and temporary work, site/civil, structural, mechanical, plumbing, and electrical work as outlined in the plans and Contract Documents. 2. Measurement of payment is on a lump sum basis F. Bid Item B-3—Furnish all Labor, Equipment, Materials, Incidentals and Related Items Required for removal and disposal of up to 640 dry tons (DT) of debris and grit in East and West Train MLSS, clarifier 1-8 effluent, RAS/WAS channels and Clarifier scum wet wells only. 1. Include the following costs in this Bid Item: a. Labor and transportation required to properly dispose of contained grit at the Cefe Valenzuela Landfill for measurement and disposal. b. Required permits including environmental, tipping or any other fees associated with the disposal of residuals 2. Measurement of payment is based on a unit price per Dry Tons of grit removed and disposed as set forth in plans; complete in place. G. Bid Item B-4—Electrical and Instrumentation for ECR 5 Automatic Switchover to Generator operations. It includes all items listed in Division 26 required to make ECR 5 and overall Plant power system complete and functional whether shown or not shown in Contract Documents. 1. Bid Item shall be measured for payment by lump sum and shall include but not limited to supervision, equipment,tools, labor, and materials necessarily to perform all the improvements in accordance with the Contract Documents. It includes electrical, instrumentation and controls work as outlined in the Contract Documents. 2. Measurement of payment is on a lump sum basis 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment 012901-3 Oso WRP Process Upgrades and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084A Rev 5/2020 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS This page intentionally left blank. DocuSign Envelope ID:EF945D8E-BC76-4375-8E6F-968F1FE37A9A t UNFORMED DOCUMENTS 0133 01 Submittal Register MM ;I/ , 016400 Manufacturers'Services 1.2 Record Data 017823 Operation and Maintenance Data 1.5 Record Data O&M Manual 019114 Equipment Testin and Facility Start Up 1.2 Record Data 024100 Demolition 1.4 Record Data 03 10 00 Concrete Forming and Accessories 1.5 Record Data 03 20 00 Concrete Reinforcing 1.3 Shop Drawing 03 30 00 Cast-in-Place Concrete 1.4 Record Data 03 30 00 Cast-in-Place Concrete 1.5 Record Data 04 05 14 Masonry,Mortaring,and Grouting 1.4 Record Data Sample 26 05 01 Electrical 1.5 Shop Drawing 26 05 01 Electrical 1.5 Record Data O&M Manual 26 08 00 Commissioning of Electrical Systems 1.2 Record Data 33 05 23 iStainless Steel Piping and Tubing 1.3 Shop Drawing 35 20 16.25 Fabricated Slide Gates and Stop Los 1.3 Shop Drawing 35 20 16.25 Fabricated Slide Gates and Stop Los 1.3 Record Data O&M Manual 40 27 00 Process Piping--General 1.4 Shop Drawing 40 27 00 Process Piping--General 1.4 Record Data 44 45 16.01 Coarse bubble Air Diffuser System 1.5 Shop Drawing 44 45 16.01 Coarse bubble Air Diffuser System 1.5 Record Data O&M Manual 464142 Hyperbolic Mixers 1.3 Shop Drawing 464142 Hyperbolic Mixers 1.3 Record Data O&M Manual Submittal Register Oso WRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvements 01 33 01-1 City Project No.20084A 9/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS This page intentionally left blank. DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 01 35 00 SPECIAL PROCEDURES 1.00 GENERAL 1.01 CONSTRUCTION SEQUENCE A. Background: 1. The Oso WRP is the largest of six(6) WWTP owned and operated by the City of Corpus Christ,TX.The facility is currently and continuously receiving wastewater from the City of Corpus Christi's collection system and treating the wastewater prior to discharge into the Oso Bay. 2. The existing plant has and Annual Average Flow(AAF) capacity of 16.2 MGD and a peak 2-hour capacity of 98 MGD.The plant receives flow from thee (3) lift stations— the newly constructed Lift Station#1, Lift Station #2 (both onsite), and the Williams Lift Station. All three lift stations discharge into the new Headworks at the Oso WRP. 3. The wastewater is screened and flows from the new Headworks to the East and West trains via gravity by two (2)42-inch lines. Each train consists of aeration basins, 4 set of clarifiers and 2 sets of chlorine contact chambers.The aeration basins are rectangular concrete structures divided into five (5) passes. Each aeration process has a nominal design capacity of 8.1 MGD.The aerated sludge and the raw influent wastewater from the headworks combine at the head of the second pass, flow through the third, fourth and fifth passes, and on to the clarifier inlet channel, clarifiers, chlorine contact chambers.Treated effluent is discharged to Oso Bay via a 72-inch line and an outfall structure. B. Plant Operations 1. The plant operates under an authorized discharge permit issued by the Texas Commission on Environmental Quality(TCEQ). Both the quantity and quality of effluent discharged from the plant is regulated by this permit.The permit is available for review on TCEQ's website. It is important to note that compliance with the permit shall be maintained at all times during construction.The plant must remain operational throughout construction and comply at all times with all applicable state and federal regulations.The Contractor shall closely coordinate all construction activities with the Owner to allow the plant to be operated and maintained within the limits set forth in the permit, and the Contractor shall in no way cause a violation of these permits. Prior to the start of any work on the project, the Contractor shall develop a construction schedule, in accordance with Article 12 of the General Conditions,with a sequence of operations which will permit full, normal treatment of sewage during construction. 2. In order to meet the requirements of the plant discharge permit and to maintain plant operations during construction, it will be necessary to complete and make operational specific new facilities or initiate certain temporary actions prior to demolishing or modifying specific existing facilities.The Contractor shall submit, in accordance with this specification, an accomplished detailed "Maintenance of Plant Operations" plan as specified below.The Contractor is expected to include all contractual work elements into the appropriate work sequence. Special Procedures 013500-1 Oso WRP Process Upgrades and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084A Rev 10/2018 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 3. Prepare and submit a construction schedule that accomplishes the work within the allotted time and adheres to the overall schedule and project specific constraints listed herein. 4. Coordinate the work with activities of the Owner and other contractors. 5. The construction schedule is a tool for the Contractor and the Owner to use in executing and monitoring the progress of the work. Failure to include any items of work in the construction schedule does not relieve the Contractor of their responsibility to complete the work as specified in the Contract Documents. 1.02 RELATED WORK AND SPECIFICATIONS A. Section 00 72 00—General Conditions B. Section 00 73 00—Supplementary Conditions C. Section 0133 01—Submittal Register D. Section 01 11 00—Summary of Work E. Section 01 91 14—Equipment Testing and Facility Startup 1.03 SUBMITTALS A. Contractor to provide a Construction Progress Schedule with Maintenance of Plant Operations (MOPO)tasks. B. Contractor to provide a blank MOPO form for review prior to beginning work. Use this form for submitting individual MOPO submittals during the progress of the work. C. Contractor to update schedule with MOPO tasks and submit monthly for review by the Engineer and Owner. D. Contractor to provide a construction schedule prior to commencement of work per requirements of Article 27 of the Specification Section 00 72 00, General Conditions and per this Section. E. Contractor to provide a detailed Schedule of Values in accordance with Section 00 72 00, General Conditions. 1.04 MAINTENANCE OF PLANT OPERATIONS A. General 1. "Maintenance of Plant Operations" (MOPO) is a detailed document submitted by the Contractor to request process shutdowns, utility connections, work in areas that may risk unanticipated outages, or flow diversions to accommodate site construction activities during a project. Such activities may include (but are not limited to) new connections to utilities or structures, mechanical modifications to process piping or equipment, demolition, bulkhead installation, and cleaning processes.The document shall detail the Contractor's proposed steps for keeping critical process units operational during construction. 2. Prepare and submit a MOPO for review, allowing at least two weeks for the Owner and Engineer to review, for the following conditions: Special Procedures 013500-2 Oso WRP Process Upgrades and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084A Rev 10/2018 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS a. Shutdowns, diversions, and tie-ins to the existing facility. b. Process start-up activities. C. Power interruption and tie-ins; use of generators for temporary power. d. Switch over between temporary and permanent facilities, equipment, piping, and electrical and instrumentation systems. e. Process constraints requiring interruption of operating processes or utilities. f. Other work when requested by the Owner or Engineer. 3. The MOPO provides a detailed plan to the Owner and Engineer that describes specific aspects of the work including purpose, time of execution, and anticipated impacts on treatment processes.The MOPO also includes contingency measures and provisions for rapid closure in the event that shutdown or work progress difficulties are encountered. Information from relevant trades associated with the requested shutdown, diversion, or tie-in is also included. 4. The Owner may use the information within the MOPO to define operational procedures and methods to safely and successfully assist the Contractor. 5. The MOPO form shall contain the following at a minimum: a. Owner and Contractor name, project name and number, MOPO submittal number; drawing reference and/or applicable submittal number, specification number, section, and title. b. Start and finish dates and times; duration of the activity. C. Primary and secondary points of contact and mobile phone numbers. d. Location of work, process unit, building, pipeline, manhole, and/or other identifying location. e. Description of work: Provide sufficient details on process isolation, work sequencing, and safety(i.e., control of significant hazards unique to the work)to demonstrate an understanding of the work and how it will be completed within the constraints, and its impact on the processes and facility. Include task summary, processes affected, and trades affected. Provide drawings showing the affected areas. f. Work plan: Detailed work sequencing, process isolation, and contingency plans. Include critical equipment and tools (pumps and discharge hoses with correct fittings, blind flanges and pipe plugs, no-hub fittings, properly sized electrical service components, generators, portable lighting, chlorine for potable water pipe breaks, etc.) and list of processes and services at risk. B. Prepare for and attend meetings for MOPO discussion and review with the Owner and Engineer as requested. Special Procedures 013500-3 Oso WRP Process Upgrades and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084A Rev 10/2018 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F�VIVrVKIAED DOCUMENTS 1.05 PROJECT-SPECIFIC SCHEDULING CONSTRAINTS A. General 1. The Contractor is responsible for coordinating with the Owner for the scheduling of all shutdowns,temporary power, and restrictions. A MOPO shall be submitted for review at least two weeks prior to any interruption of normal plant operations.The Owner will operate all valves.The Owner does not guarantee valves are leak-tight or able to effectively hold flow.The Contractor shall be responsible for the control of flow through the valves if they are not leak-tight, at no additional cost to the Owner. Coordinate with the Owner in order to shut any valves for the purposes of isolation. 2. The Contractor will be responsible for the cost of supplying fuel and continuous monitoring for all generators used for the duration of the work. All associated costs shall be included in the associated bid price. 3. Owner Occupancy: Owner will occupy the premises during the entire construction period and continue operations of the existing WRP until the new improvements are complete. Continuous operation and meeting the requirements of the plant's Texas Pollutant Discharge Elimination System (TPDES) discharge permit is of critical importance to the Owner, therefore Contractor shall cooperate, schedule, coordinate all activities, and minimize all conflicts with the Owners' usage, operation, and maintenance of the treatment facility. 4. Contractor shall be responsible for providing all temporary pipelines, valves, pumps, meters, backflow preventers, spare parts, supports, electrical, power, controls, any other appurtenances and labor required for the installation and operation of temporary bypass lines, pumping systems, processes, or conveyance systems required to maintain operations of the plant during construction activities, including those items deemed appropriate and/or necessary by Owner and OAR for satisfactory operation of the facility. Contractor personnel shall be fully responsible for designing, operating and maintaining all bypass pumping systems in accordance with Section 02 72 00, General Conditions. B. CRITICAL OPERATIONS AND ALLOWABLE SHUTDOWNS 1. The Owner has identified critical operations that must not be out of service longer than the designated maximum time out of service and scheduled construction work must be performed only during the designated times.The critical operations and work to be complete have been identified in Table 1 below: Table 1—Maximum Duration of Shutdown Hours Max.Time Liquidated Operation can be Shut Work Description Critical Out of Operation Damages Operation Down ($ per hour) Milestone#1= *Critical 14 Completion of East Operation 1 - consecutive 24 hours 2,000 Train Work Isolate East days per day Train Special Procedures 013500-4 Oso WRP Process Upgrades and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084A Rev 10/2018 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Hours Max.Time Liquidated Operation can be Shut Work Description Critical Out of Operation Damages Operation Down ($ per hour) Milestone#2= *Critical 14 Completion of West Operation 2 - consecutive 24 hours 2,000 Train Work Isolate West days per day Train *The Contractor shall assume that East and West trains shall be taken offline one at a time for purposes of carrying out the Work and not simultaneously.The demolition of existing equipment and installation of proposed work shall take place during the shutdown of associated trains. 2. The Contractor is responsible for notifying the OAR prior to commencing work on any of the critical operations listed in Table 1 3. The restriction times stated in the above Table 1 are the maximum time permitted, not including the time required for the Owner to open or close the valves/gates and take the basins out of service. 4. Work affecting critical operations is to be performed on a 24-hour, 7-days a week basis until Owner's normal operations have been restored. 5. Provide additional manpower and equipment as required to complete the Work affecting critical operations within the allotted time. 6. In the event that any time limit established in Table 1 is exceeded,the Contractor shall be responsible for any additional costs incurred by the Owner as a result of that time period being exceeded. Such expenses may include, but not be limited to: a. Additional personnel costs incurred by the Owner as a result of that time period being exceeded. b. Additional costs incurred by the Owner to rent equipment necessary as a result of the Contractor's failure to complete the work within the allotted time. C. Penalties imposed on the Owner by any regulatory agency,which penalties were incurred by reason of a plant failure attributed in whole or part to the delay in completion of a task listed in Table 1. d. The Owner may withhold from the Contractor's compensation the actual costs for any such expenses incurred. e. Liquidated damages have been established for each critical operation. 7. The Contractor shall not demolish any equipment that is being replaced until all new, associated equipment is on site and ready to be installed. 8. The Contractor shall ensure all equipment and personnel are ready prior to requesting shutdown of basins or equipment. C. Mandatory Construction Sequence Constraints 1. All work within East train shall be completed prior to taking a West train out of service. Special Procedures 013500-5 Oso WRP Process Upgrades and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084A Rev 10/2018 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 2. The Contractor shall prioritize all required submittals reviews (including re-submittal reviews)for process equipment are complete, and verify all material procurement/fabrication, piping, valves, wiring, instrumentation, cleaning equipment and other items deliveries are onsite and properly stored before the first shutdown. 3. The Contractor shall identify and allow realistic durations for equipment/system testing and facility start-up after installation of equipment within the trains and prior to placing a train in service.This includes the following: a. Start-Up Plan. b. General Start-Up and Testing Procedures C. Functional Testing: Conduct at each unit d. Certificate of Proper Installation. e. Services of manufacturer's representatives. f. Performance Testing. g. Training of OWNER'S personnel. h. Commissioning and Final testing requirements for the complete facility per the requirements and test durations in Section 01 91 14, Equipment Testing and Facility Start-up. 4. Prior to placing a train in service, all mechanical and electrical equipment required for the normal operation of the train must remain intact and be able to operate at all times. Enough seed sludge must also be introduced from Aerated Sludge Holding Tanks 1 &4 and "live" Aeration MLSS channel when placing a basin back in service. Requirements for accomplishing reseeding and placing an Aeration Basin back in service is as follow: a. Contractor to verify all clarifier inlet gates of"live"train are closed b. The Contractor will pump 600-700 gpm activated sludge from the operating Aeration Basin MLSS channel to the Aeration Basin that is being placed back in service. Contractor will also pump 300-400 gpm of sludge from Aerated Sludge Holding Tank No. 4 if East Aeration Basin is being placed into service or from Aerated Sludge Holding Tank No. 1 if West Aeration Basin is being placed into service. c. When the sludge depth in the Aeration Basin in approximately 4 ft, continue pumping sludge from both sources and add approximately 33%of the plant inflow to the basin. d. When the mixture of raw wastewater and sludge has a depth of approximately 13 ft, start feeding process air to the Aeration Basin and MLSS channel. e. When the Aeration Basin is at its normal operating water level (approximately 15.7 ft), stop adding sludge and raw wastewater and allow the Dissolved Oxygen (DO) level to stabilize at 2 mg/L. f. When the DO is stabilized at 2 mg/L, resume feeding approximately 33%of the plant influent, open the clarifier inlet gates, and resume normal operation of the clarifiers. Special Procedures 013500-6 Oso WRP Process Upgrades and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084A Rev 10/2018 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS g. When the Aeration Basin and Clarifiers are producing effluent that meets Oso WRP's discharge limits for BOD and TSS, increase the flow to 50%of the plant influent. 1.06 SUGGESTED CONSTRUCTION SEQUENCING: The following sequence of construction outlines an acceptable general sequence of activities. The Contractor shall develop and submit, for review and comments, a detailed schedule in accordance with this Specification. It is not the intent of this section to rigidly define a sequence or schedule of construction to be followed by the Contractor. Rather,the outline presented below is intended to aid the Contractor in planning and scheduling the work within the framework of the restrictions under which the Project must be completed.The list below is not a complete listing of all work required. It is the Contractor's obligation and responsibility to familiarize themselves with the Project and its various requirements, and to provide piping, electrical power, equipment, and other items necessary to complete the work within the time constraints set in Contract Documents. Proper construction scheduling and completion of the work within the established contract time and restriction times shall remain the sole responsibility of the Contractor. The Contractor is responsible for notifying the OAR and Engineer of any deviations from the suggested construction sequence prior to commencing work. The following provides a general construction sequence which is acceptable to the Owner. See Section 1.05 above for allowable restrictions. A. East Train Improvements 1. Isolate East Train by closing the appropriate gate at the Headworks, turn off air to train by closing air header isolation valves B and F. 2. Drain train by pumping wastewater from the train to the opposite train. 3. Concurrent Effort: a. Cut and cap existing 48-inch influent line at Aeration #3 b. Remove existing coarse bubble aeration assembly, header piping/supports, CCC slide gates, effluent channel chlorine mixers, hyperbolic mixers and channel grating panels. 4. Clean MLSS, RAS/WAS and Clarifier Effluent channels of all sludge, debris, and grit before installation work may start. 5. Cap air lift pump suction piping in RAS/WAS channels 6. Concurrent Effort: a. Coarse bubble aeration system replacement-Coarse Bubble Diffusers, Piping and Supports b. Install (3) Stop Log Assemblies, (2) Chlorine Contact Chamber Slide Gates and (1) Chemical Mixer 7. Structural improvements as shown on the plans Special Procedures 013500-7 Oso WRP Process Upgrades and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084A Rev 10/2018 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 8. Testing of Newly Installed Equipment 9. Commissioning and Start-up of West Train unit processes. Reseed Train by pumping from West Aeration Basin. See Section 1.05.C.04 above for re-seeding requirements. 10. Punchlist Corrections B. West Train Improvements 1. Isolate West Train by closing the appropriate gate at the Headworks,turn off air to train by closing air header isolation valves C and E . 2. Drain train by pumping wastewater from the train to the opposite train. 3. Concurrent Effort: a. Cut and cap existing 48-inch influent line at Aeration #1 b. Remove existing coarse bubble aeration assembly, header piping/supports, CCC slide gates, effluent channel chlorine mixers, hyperbolic mixers and channel grating panels. 4. Clean MLSS, RAS/WAS and Clarifier Effluent channels of all sludge, debris, and grit before installation work may start. 5. Cap air lift pump suction piping in RAS/WAS channels 6. Concurrent Effort: a. Coarse bubble aeration system replacement-Coarse Bubble Diffusers, Piping and Supports b. Install (3) Stop Log Assemblies, (2) Chlorine Contact Chamber Slide Gates and (1) Chemical Mixer 7. Structural improvements as shown on the plans 8. Testing of Newly Installed Equipment 9. Commissioning and Start-up of West Train unit processes. Reseed Train by pumping from East Aeration Basin. See Section 1.05.C.04 above for re-seeding requirements. 10. Punchlist C. MLSS, RAS/WAS, Effluent Channel Grating Replacement 1. Grating replacement designated for each train shall be completed within the allotted time with all work activities before the train will be considered complete. 2. Prepare grating panels, supports, and fasteners for installation 3. Install the new grating panel and supports in the correct locations as shown on the plans. D. Electrical Improvements Special Procedures 013500-8 Oso WRP Process Upgrades and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084A Rev 10/2018 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 1. All electrical, instrumentation and controls work associated with ECR-5 automatic switchover to emergency generator operations and back to site utility power as indicated in Contract Documents shall be performed at anytime of the Contract Times. 1.07 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 013500-9 Oso WRP Process Upgrades and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084A Rev 10/2018 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS This page intentionally left blank. DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 Oso WRP Process Upgrades and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084A Rev 8/2019 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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(FIELD OFFICE NOT REQUIRED) A. The Contractor must furnish the OPT with a field office at the Site. The field office must contain at least 120 square feet of useable space. The field office must be air-conditioned and heated and must be furnished with an inclined table that measures at least 30 inches by 60 inches and two chairs. The Contractor shall move the field office on the Site as required by the OAR. There is no separate pay item for the field office. B. Furnish a field office of adequate size for Contractor's use. Provide conference room space for a minimum of 10 people. C. Other trades may provide their own offices only when space is available at the Site, and the OPT agrees to its size, condition, and location. D. No monthly partial payments will be processed until OPT's field office facilities are completed and approved. 2.02 TEMPORARY STORAGE BUILDINGS A. Furnish storage buildings of adequate size to store any materials or equipment delivered to the Site that might be affected by weather. 2.03 TEMPORARY SANITARY FACILITIES A. Provide sanitary facilities at the Site from the commencement of the Project until Project conclusion. Maintain these facilities in a clean and sanitary condition at all times, and comply with the requirements of the local health authority. On large sites, provide portable toilets at such locations that no point in the Site shall be more than 600 feet from a toilet. B. Use these sanitary facilities. Do not use restrooms within existing or Owner-occupied buildings. 2.04 TEMPORARY HEAT A. Provide heating devices needed to protect buildings during construction. Provide fuel needed to operate the heating devices and attend the heating devices at all times they are in operation, including overnight operations. Temporary Facilities and Controls 015000-2 Oso WRP Process Upgrades and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084A Rev 8/2019 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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. 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 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. 3.03 DRINKING WATER A. Provide all field offices with potable water. Provide a dispenser and cooling apparatus if bottled drinking water is provided. Temporary Facilities and Controls 015000-3 Oso WRP Process Upgrades and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084A Rev 8/2019 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS B. Pay for water services and maintain daily. 3.04 CONSTRUCTION FENCE A. Install and maintain a construction fence around the Site and off-site storage yards. Fence must be a minimum 6 feet high chain link construction unless shown otherwise. Provide gates with padlocks. 3.05 REMOVAL OF TEMPORARY FACILITIES A. Remove temporary buildings, sheds, and utilities at the conclusion of the Project and restore the Site to original condition or finished in accordance with the Drawings. B. Remove informational signs upon completion of construction. C. Remove Project identification signs, framing, supports, and foundations upon completion of the Project. 3.06 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 Oso WRP Process Upgrades and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084A Rev 8/2019 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084A Rev 8/2019 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084A Rev 8/2019 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Notice of Intent. Provide draft copies of the Notice of Intent,SWPPP,and any other pertinent TCEQ submittal documents to Owner for review prior to submittal to the TCEQ. C. Return any property disturbed by construction activities to either specified conditions or pre- construction conditions as set forth in the Contract Documents. Provide an overall erosion and sedimentation control system that will protect all undisturbed areas and soil 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 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084A Rev 8/2019 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084A Rev 8/2019 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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, Oso Bay. 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 Water Department. Contractor will pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to sit overnight, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. 1.12 DISPOSAL OF CONTAMINATED GROUNDWATER 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 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084A Rev 8/2019 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 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 0135 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 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvements City Project No.20084A Rev 8/2019 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS PART S STANDARD SPECIFICATIONS DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS This page intentionally left blank. DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS SECTION 026214 GROUTING ABANDONED UTILITY LINES 1. DESCRIPTION This specification shall govern all work and materials required for grouting abandoned utility lines in place. 2. MATERIALS A. Flowable Grout: Flowable grout (or flowable fill) shall consist of a mixture containing Portland cement, fly ash, sand, water, and "Darafill" admixture (or approved equivalent), in the amounts shown below (or otherwise proportioned to provide 100 psi compressive strength at 28 days), to achieve a paste-like consistency immediately prior to placing the flowable grout. The flowable grout mixture shall be supplied by an approved ready-mix supplier. The manufacturer's representative shall be consulted for any final adjustments to improve the flowability of the mixture. Commercially produced flowable grout may be used with approval of the Engineer. 100 lbs/CY Portland Cement 300 lbs/ CY Fly Ash 2100 lbs/ CY Sand 250 lbs/ CY Water 6 oz/CY "Darafill" admixture, as manufactured by Grace Construction Products, or approved equivalent. B. Raw Soil: Soil shall be typical clayey soil of the area. It shall be from the project site or other approved source not suspected of being contaminated. The soil shall have a Plasticity Index over 15 and a Liquid Limit not to exceed 65. C. Lime: Lime shall be hydrated lime, calcium hydroxide, in accordance with AASHTO M 216. D. Water: Water shall be potable. 3. CONSTRUCTION METHODS A. Flowable Grout: Mix Portland cement, sand, fly ash, "Darafill" and water in the amounts shown above to achieve a paste-like consistency immediately prior to placing flowable grout. B. Soil-Lime Mix Design: The following is given as a typical mix design for soil-lime mixture for trial mix. The mix design is based on damp soil with an initial water content of about 15%. The proportions of soil and lime shall not be altered. The Contractor shall determine the amount of water to be added as required to produce a mix at its liquid limit. 026214 Page 1 of 2 Rev.10-30-2014 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Trial Mix Design: Damp Soil 1000 lb. Lime 50 lb. Water(approximate) 48 gal. Consistency shall be checked with liquid limit apparatus. C. Placement: The Contractor shall grout abandoned lines as indicated on the drawings. Temporary pumping and venting ports shall be placed as required to provide complete filling of the abandoned line and proper placement of the grout. If segregation or "sand packing" is experienced during pumping, the Contractor shall reduce the water content of the mix or obtain other soil source (for soil-lime mixture), as required. Any damage resulting from pumping operation shall be repaired at the Contractor's expense. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, grouting abandoned utility lines shall be measured by the linear foot of abandoned-in-place pipe. Payment shall be full compensation for all labor, equipment, materials and incidentals required to mix, transport, and place the grout and restore surface at pump ports. 026214 Page 2of2 Rev.10-30-2014 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS SECTION 027604 DISPOSAL OF WASTE FROM WASTEWATER CLEANING OPERATIONS 1. SCOPE: This specification governs all work required for disposal of waste from wastewater cleaning operations required to complete the project. 2. METHODS: Grit,rubble,dislodged bricks and other such inorganic waste that is removed during cleaning shall not be allowed to continue down stream of the operation. Organic solids that remain in suspension would be allowed to continue downstream through the wastewater system. A weir or other suitable trap shall be installed and maintained by the Contractor for the collection of such waste. This material shall be de-watered and delivered by the Contractor to a facility that is authorized to receive it. If this material is free of organic sludge and is sufficiently de-watered to pass the paint filter test,it would be acceptable for disposal at the Elliott Sanitary Landfill subject to prior approval of the facility and the associated disposal fees. The Contractor has the option of using the City's de-watering facilities. The City has six drying beds, each with a 1-foot high containment wall each with an area of about 2,300 square feet. These drying beds are at the Greenwood Wastewater Treatment Plant, 1541 Saratoga. The Contractor would be required to haul and handle the material to, at and from the facility as well as the restoration of drying beds. Restoration of the drying beds includes the removal of all the de- watered material and the replacement of the existing sand bed with new sand. All work required within the treatment plant, including the replacement of sand shall be in accordance with the requirements set forth by the Plant Supervisor. The use of the drying beds would be subject to prior approval of the facility and the associated de-watering fees. If the City's facilities are used for de-watering or disposal of waste,the Contractor shall be responsible for making contact with the appropriate Solid Waste or Wastewater Officials or both, making all arrangements for the use of City facilities, scheduling of delivery and pickup, etc. Materials and handling operations shall meet the requirements set forth by said Officials. Failure to meet these requirements shall be cause for rejection of the materials by either the landfill or the treatment plant operations. Proper disposal of this waste shall be responsibility of the Contractor. The Contractor shall provide the Engineer with written documentation of the proper disposal of this waste. 3. MEASUREMENT &PAYMENT: Unless otherwise specified on the Bid Form,this work shall be considered subsidiary to the project. 027604 Page 1 of 1 Rev.10-30-2014 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS This page intentionally left blank. DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS PART T TECHNICAL SPECIFICATIONS DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS This page intentionally left blank. DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction SECTION 0142 00 CODES AND STANDARDS PART GENERAL 1.1 DESCRIPTION A. Whenever reference is made to conforming to the standards of any technical society, organization, body, code or standard, it shall be construed to mean the latest standard, code, specification or tentative specification adopted and published at the time of advertisement for Bids. This shall include the furnishing of materials, testing of materials, fabrication and installation practices. In those cases where the CONTRACTOR'S quality standards establish more stringent quality requirements, the more stringent requirement shall prevail. Such standards are made a part hereof to the extent which is indicated or intended. B. The inclusion of an organization under one category does not preclude that organization's standards from applying to another category. C. In addition, all work shall comply with the applicable requirements of local codes, utilities and other authorities having jurisdiction. D. All material and equipment, for which a UL Standard, an AGA or NSF approval or an ASME requirement is established, shall be so approved and labeled or stamped. The label or stamp shall be conspicuous and not covered, painted, or otherwise obscured from visual inspection. E. The standards which apply to this Project are not necessarily restricted to those organizations which are listed in Article 1.02. 1.2 STANDARD ORGANIZATIONS A. Piping and Valves: 1. ACPA: American Concrete Pipe Association. 2. ANSI: American National Standards Institute. 3. API: American Petroleum Institute. 4. ASME: American Society of Mechanical Engineers. 5. AWWA: American Water Works Association. 6. CISPL Cast Iron Soil Pipe Institute. 7. DIPRA: Ductile Iron Pipe Research Association. 8. FCL Fluid Controls Institute. 9. MSS: Manufacturers Standardization Society. 10. NCPL National Clay Pipe Institute. 11. NSF: National Sanitation Foundation. Codes and Standards Section 0142 00 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble huprovernents September 2021 City Project No.20084A Pagel of 5 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 12. PPI: Plastic Pipe Institute. 13. Uni Bell: PVC Pipe Association. B. Materials: 1. AASHTO: American Association of State Highway and Transportation Officials. 2. ANSI: American National Standards Institute. 3. ASTM: American Society for Testing and Materials. C. Painting and Surface Preparation: 1. NAGE: National Association of Corrosion Engineers. 2. SSPC: Steel Structures Painting Council. D. Electrical and Instrumentation: 1. AEIC: Association of Edison Illuminating Companies. 2. AIEE: American Institute of Electrical Engineers. 3. EIA: Electronic Industries Association. 4. ILEA: Insulated Cable Engineers Association. 5. IEC: International Electrotechnical Commission. 6. IEEE: Institute of Electrical and Electronic Engineers. 7. IES: Illuminating Engineering Society. 8. IPC: Institute of Printed Circuits. 9. IPCEA: Insulated Power Cable Engineers Association. 10. ISA: The Instrumentation, Systems, and Automation Society. 11. NEC: National Electric Code. 12. NEMA: National Electrical Manufacturers Association. 13. NFPA: National Fire Protection Association. 14. REA: Rural Electrification Administration. 15. TIA: Telecommunications Industries Association. 16. UL: Underwriter's Laboratories. 17. VRCL Variable Resistive Components Institute. E. Aluminum: 1. AA: Aluminum Association. 2. AAMA: American Architectural Manufacturers Association. F. Steel and Concrete: 1. ACI: American Concrete Institute. 2. AISC: American Institute of Steel Construction, Inc. 3. AISL American Iron and Steel Institute. 4. CRSL Concrete Reinforcing Steel Institute. 5. NRMA: National Ready Mix Association. 6. PCA: Portland Cement Association. Codes and Standards Section 0142 00 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble huprovernents September 2021 City Project No.20084A Page 2 of 5 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 7. PCI: Prestressed Concrete Institute. G. Welding: 1. ASME: American Society of Mechanical Engineers. 2. AWS: American Welding Society. H. Government and Technical Organizations: 1. AIA: American Institute of Architects. 2. APHA: American Public Health Association. 3. APWA: American Public Works Association. 4. ASA: American Standards Association. 5. ASAE: American Society of Agricultural Engineers. 6. ASCE: American Society of Civil Engineers. 7. ASQC: American Society of Quality Control. 8. ASSE: American Society of Sanitary Engineers. 9. CFR: Code of Federal Regulations. 10. CSI: Construction Specifications Institute. 11. EDA: Economic Development Administration. 12. EPA: Environmental Protection Agency. 13. FCC: Federal Communications Commission. 14. FmHA: Farmers Home Administration. 15. FS: Federal Specifications. 16. IAL International Association of Identification. 17. ISEA: Industrial Safety Equipment Association. 18. ISO: International Organization for Standardization. 19. ITE: Institute of Traffic Engineers. 20. NBFU: National Board of Fire Underwriters. 21. (NFPA): National Fluid Power Association. 22. NBS: National Bureau of Standards. 23. NISO: National Information Standards Organization. 24. OSHA: Occupational Safety and Health Administration. 25. SL Salt Institute. 26. SPI: The Society of the Plastics Industry, Inc. 27. USDC: United States Department of Commerce. 28. WEF: Water Environment Federation. L General Building Construction: 1. AHA: American Hardboard Association. 2. AHAM: Association of Home Appliance Manufacturers. 3. AITC: American Institute of Timber Construction. 4. APA: American Parquet Association, Inc. 5. APA: American Plywood Association. 6. BHMA: Builders Hardware Manufacturers Association. Codes and Standards Section 0142 00 Oso wRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble huprovernents September 2021 City Project No.20084A Page 3 of 5 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 7. BIFMA: Business and Institutional Furniture Manufacturers Association. 8. DHL Door and Hardware Institute. 9. FM: Factory Mutual Fire Insurance Company. 10. HPMA: Hardwood Plywood Manufacturers Association. 11. HTL Hand Tools Institute. 12. IME: Institute of Makers of Explosives. 13. ISANTA: International Staple, Nail and Tool Association. 14. ISDSL Insulated Steel Door Systems Institute. 15. IWS: Insect Screening Weavers Association. 16. MBMA: Metal Building Manufacturers Association. 17. NAAMM: National Association of Architectural Metal Manufacturers. 18. NAGDM: National Association of Garage Door Manufacturers. 19. NCCLS: National Committee for Clinical Laboratory Standards. 20. NFPA: National Fire Protection Association. 21. NFSA: National Fertilizer Solutions Association. 22. NKCA: National Kitchen Cabinet Association. 23. NWMA: National Woodwork Manufacturers Association. 24. NWWDA: National Wood Window and Door Association. 25. RMA: Rubber Manufacturers Association. 26. SBC: SBCC Standard Building Code. 27. SDI: Steel Door Institute. 28. SIA: Scaffold Industry Association. 29. SMA: Screen Manufacturers Association. 30. SPRL Single Ply Roofing Institute. 31. TCA: Tile Council of America. 32. UBC: Uniform Building Code. J. Roadways: 1. AREA: American Railway Engineering Association. 2. TxDOT: Texas Department of Transportation. K. Plumbing: 1. AGA: American Gas Association. 2. NSF: National Sanitation Foundation. 3. PDI: Plumbing Drainage Institute. 4. SPC: SBCC Standard Plumbing Code. L. Refrigeration, Heating, and Air Conditioning: 1. AMCA: Air Movement and Control Association. 2. ARI: American Refrigeration Institute. 3. ASHRAE: American Society of Heating, Refrigeration, and Air Conditioning Engineers. 4. ASME: American Society of Mechanical Engineers. Codes and Standards Section 0142 00 Oso VTRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble huprovernents September 2021 City Project No.20084A Page 4 of 5 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 5. CGA: Compressed Gas Association. 6. CTI: Cooling Tower Institute. 7. HEI: Heat Exchange Institute. 8. IIAR: International Institute of Ammonia Refrigeration. 9. NB: National Board of Boilers and Pressure Vessel Inspectors. 10. PIMA: Power Fan Manufacturers Association. 11. SAE: Society of Automotive Engineers. 12. SMACNA: Sheet Metal and Air Conditioning Contractors National Association. 13. SMC: SBCC Standard Mechanical Code. 14. TEMA: Tubular Exchangers Manufacturers Association. M. Equipment: 1. AFBMA: Anti Friction Bearing Manufacturers Association, Inc. 2. AGMA: American Gear Manufacturers Association. 3. ALI: Automotive Lift Institute. 4. CEMA: Conveyor Equipment Manufacturers Association. 5. CMAA: Crane Manufacturers Association of America. 6. DEMA: Diesel Engine Manufacturers Association. 7. MMA: Monorail Manufacturers Association. 8. OPEL Outdoor Power Equipment Institute, Inc. 9. PTI: Power Tool Institute, Inc. 10. RIA: Robotic Industries Association. 11. SAMA: Scientific Apparatus Makers Association. 1.3 SYMBOLS A. Symbols and material legends shall be as scheduled on the Drawings. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION Codes and Standards Section 0142 00 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble huprovernents September 2021 City Project No.20084A Page 5 of 5 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS This page intentionally left blank. DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction SECTION 01 61 00 BASIC PRODUCT REQUIREMENTS PARTI GENERAL 1.1 SCOPE SUMMARY A. Requirements for transportation,delivery,handling,and storage of materials and equipment. 1.2 PRODUCTS A. Products: Means material, equipment, or systems forming the Work. Does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. Products may also include existing materials or components designated for reuse. B. Do not reuse materials and equipment, designated to be removed, except as specified by the Contract Documents. C. Provide equipment and components from the fewest number of manufacturers as is practical, in order to simplify spare parts inventory and to follow for maximum interchangeability of components. For multiple components of the same size, type or application, use the same make and model of component throughout the project. 1.3 TRANSPORTATION A. Make arrangements for transportation, delivery, and handling of equipment and materials required for timely completion of the Work. B. Transport and handle products in accordance with instructions. C. Consign and address shipping documents to the proper party giving name of Project and street address. Shipments shall be delivered to the CONTRACTOR. 1.4 DELIVERY A. Arrange deliveries of products to accommodate for short term site completion schedules and in ample time to facilitate inspection prior to installation. Avoid deliveries that cause unnecessarily lengthy use of limited storage space. Basic Product Requirements Section 01 61 00 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble huproveruents September 2021 City Project No.20084A Page 1 of 3 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction B. Coordinate deliveries to avoid conflict with Work and conditions at the site and to accommodate the following: 1. Work of other contractors or the OWNER. 2. Limitations of storage space. 3. Availability of equipment and personnel for handling products. 4. OWNER's use of premises. C. Have products delivered to the site in manufacturer's original, unopened, labeled containers. D. Immediately upon delivery, inspect shipment to assure: 1. Product complies with requirements of Contract Documents. 2. Quantities are correct. 3. Containers and packages are intact; labels are legible. 4. Products are properly protected and undamaged. 1.5 PRODUCT HANDLING A. Coordinate the off-loading of materials and equipment delivered to the job site.If necessary to move stored materials and equipment during construction,CONTRACTOR shall relocate materials and equipment at no additional cost to the OWNER. B. Provide equipment and personnel necessary to handle products, including those provided by the OWNER, by methods to prevent damage to products or packaging. C. Provide additional protection during handling as necessary to prevent breaking, scraping, marring, or otherwise damaging products or surrounding areas. D. Handle products by methods to prevent over bending or overstressing. E. Lift heavy components only at designated lifting points. F. Handle materials and equipment in accordance with Manufacturer's recommendations. G. Do not drop, roll, or skid products off delivery vehicles. Hand carry or use suitable materials handling equipment. 1.6 STORAGE OF MATERIAL A. Store and project materials in accordance with manufacturer's recommendations and requirements of these Specifications. Basic Product Requirements Section 01 61 00 Oso wRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble huproveruents September 2021 City Project No.20084A Page 2 of 3 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction B. Make necessary provisions for safe storage of materials and equipment. Place loose soil materials, and materials to be incorporated into the Work to prevent damage to any part of the Work or existing facilities and to maintain free access at all times to all parts of the Work and to utility service company installations at the vicinity of the Work. Keep materials and equipment neatly and compactly stored in locations that will cause a minimum of inconvenience to other contractors,public travel, adjoining owners, tenants, and occupants. Arrange storage in a manner to provide easy access for inspection. C. Restrict storage to areas available on the construction site for storage of material and equipment as shown on Drawings or approved by the OAR. D. Provide off-site storage and protection when on-site storage is not adequate. E. Do not use lawns, grass plots, or other private property for storage purposes without written permission of the OWNER and other person in possession or control of such premises. F. Protect stored materials and equipment against loss or damage. G. Store in manufacturer's unopened containers. H. Materials delivered and stored along the line of the Work shall be neatly, safely, and compactly stacked along the work site in such manner as to cause the least inconvenience and damage to property owners and the general public, and shall be no closer than 3 feet to any fire hydrant. Public and private drives and street crossings shall be kept open. L Damage to lawns, sidewalks, streets or other improvements shall be repaired or replaced to the satisfaction of the Resident Project Representative. The total length which materials may be distributed along the route of construction at any time is 1,000 linear feet, unless otherwise approved in writing by the Resident Project Representative. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION Basic Product Requirements Section 01 61 00 Oso wRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble huproveruents September 2021 City Project No.20084A Page 3 of 3 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS This page intentionally left blank. DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction SECTION 0164 00 MANUFACTURERS' SERVICES PARTI GENERAL 1.1 DEFINITIONS A. Person-Day: One person for 8 hours within regular CONTRACTOR working hours. 1.2 SUBMITTALS A. Informational Submittals: 1. Training Schedule: Submit not less than 21 days prior to start of equipment installation and revise as necessary for acceptance. 2. Lesson Plan: Submit proposed lesson plan not less than 21 days prior to scheduled training and revise as necessary for acceptance. 1.3 QUALIFICATION OF MANUFACTURER'S REPRESENTATIVE A. Authorized representative of the manufacturer, factory trained, and experienced in the technical applications, installation, operation, and maintenance of respective equipment, subsystem, or system, with full authority by the equipment manufacturer to issue the certifications required of the manufacturer. Additional qualifications may be specified elsewhere. B. Representative subject to acceptance by OWNER and ENGINEER. No substitute representatives will be allowed unless prior written approval by such has been approved. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.1 FULLFIL,LMENT OF SPECIFIED MINIMUM SERVICES A. Furnish manufacturer's services when required by an individual specification section, to meet the requirements of this section. B. Where time is necessary in excess of that stated in the Specifications for manufacturers' services, or when a minimum time is not specified, the time required to perform the specified services shall be considered incidental. C. Schedule manufacturers' services to avoid conflict with other onsite testing or other manufacturers' onsite services. Notify Wastewater Superintendent and Utilities Engineer. D. Determine before scheduling services, that all conditions necessary to allow successful testing have been met. Manufacturers'Services Section 0164 00 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble huproveruents September 2021 City Project No.20084A Pagel of 5 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction E. Only those days of service approved by ENGINEER will be credited to fulfill the specified minimum services. F. When specified in individual specification sections, manufacturer's onsite services shall include: 1. Assistance during product(system, subsystem, or component) installation to include observation, guidance, instruction of CONTRACTOR'S assembly, erection, installation or application procedures. 2. Inspection, checking, and adjustment as required for product(system, subsystem, or component)to function as warranted by manufacturer and necessary to furnish Manufacturer's Certificate of Proper Installation. 3. Providing on a daily basis, copies of all manufacture's representatives field notes and data to ENGINEER and OWNER. 4. Revisiting the site as required to correct problems and until installation and operation are acceptable to ENGINEER. 5. Resolution of assembly or installation problems attributable to, or associated with, respective manufacturer's products and systems. 6. Assistance during functional and performance testing, and facility startup and evaluation. 7. Training of OWNER'S operation and maintenance personnel (minimum 4) in the operation and maintenance of respective product as required. 8. Additional requirements may be specified elsewhere. 3.2 MANUFACTURER'S CERTIFICATE OF COMPLIANCE 1. When specified in individual Specification section, submit prior to shipment of product or material. 2. ENGINEER may permit use of certain materials or assembles prior to sampling and testing if accompanied by accepted certification of compliance. 3. Signed by product manufacturer certifying that product or material specified conforms to or exceeds specified. Attach supporting reference data, affidavits, and certifications as appropriate. 4. May reflect recent or previous test results on material or product, if acceptable to ENGINEER. 3.3 MANUFACTURER'S CERTIFICATE OF COMPLIANCE A. When so specified, a Manufacturer's Certificate of Compliance, a copy of which is attached to this section, shall be completed and signed by the equipment manufacturer's representative. B. Such form shall certify that the signing parry is a duty authorized representative of the manufacturer, is empowered by the manufacturer to inspect, approve, and operate their equipment and is authorized to make recommendations required to assure that the equipment is complete and operational. Manufacturers'Services Section 0164 00 Oso wRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble huproveruents September 2021 City Project No.20084A Page 2 of 5 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 3.4 TRAINING A. General 1. Furnish manufacturer's representatives for detailed classroom and hands-on training to OWNER's personnel on operation and maintenance of specified product(system, subsystem, component) and as may be required in applicable Specifications. 2. Furnish trained, articulate personnel to coordinate training, to be present during training coordination meetings with OWNER, and familiar with operation and maintenance manual information specified in Section 01 78 23, Operation And Maintenance Data. 3. Manufacturer's representative shall be familiar with facility operation and maintenance requirements as well as with specified equipment. 4. Furnish complete training materials, to include operation and maintenance data, to be retained by each trainee. 5. B. Training Schedule: 1. List specified equipment and systems that require training services and show: a. Respective manufacturer. b. Estimated dates for installation completion. C. Estimated training dates. 2. Allow for multiple sessions when several shifts are involved. 3. Adjust schedule to ensure training of appropriate personnel as deemed necessary by OWNER, and to allow full participation by manufacturer's representatives. Adjust schedule for interruptions in operability of equipment. 4. Coordinate with Section 01 33 01, Submittal Register, and Section 01 91 14, Equipment Testing And Facility Startup. C. Lesson Plan: When manufacturer or vendor training of OWNER personnel is specified,prepare for each required course, containing the following minimum information: 1. Title and objectives. 2. Recommended types of attendees (e.g., managers, engineers, operators, maintenance). 3. Course description and outline of course content. 4. Format(e.g., lecture, self-study, demonstration, hands-on). 5. Instruction materials and equipment requirements. 6. Resumes of instructors providing the training. D. Pre-startup Training: 1. Coordinate training sessions with OWNER's operating personnel and manufacturers' representatives, and with submission of operation and maintenance manuals in accordance with Section 01 78 2313, Operation And Maintenance Data. Manufacturers'Services Section 0164 00 Oso wRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble huproveruents September 2021 City Project No.20084A Page 3 of 5 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 2. Complete at least 14 days prior to beginning of facility startup. E. Post-startup Training: If required in Specifications, furnish and coordinate training of OWNER'S operating personnel by respective manufacturer's representatives. 3.5 SUPPLEMENTS A. The supplement listed below, following"END OF SECTION", is part of this Specification. 1. Manufacturer's Certificate of Proper Installation. END OF SECTION Manufacturers'Services Section 0164 00 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble huproveruents September 2021 City Project No.20084A Page 4 of 5 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction MANUFACTURER'S CERTIFICATE OF COMPLIANCE OWNER: EQPT SERIAL NO.: EQPT TAG NO.: EQPT/SYSTEM: PROJECT NO.: SPEC. SECTION: I hereby certify that the above-referenced equipment/system has been: (Check Applicable) ❑ Installed in accordance with Manufacturer's recommendations. ❑ Inspected, checked, and adjusted. ❑ Serviced with proper initial lubricants. ❑ Electrical and mechanical connections meet quality and safety standards. ❑ Functional tests. ❑ System has been performance tested and meets or exceeds specified performance requirements. (When complete system of one manufacturer) Note: Attach any performance test documentation from manufacturer. Comments: I, the undersigned Manufacturer's Representative, hereby certify that I am (i) a duly authorized representative of the manufacturer, (ii) empowered by the manufacturer to inspect, approve, and operate his equipment and(iii) authorized to make recommendations required to assure that equipment furnished by manufacturer is complete and operational, except as may be otherwise indicated herein. I further certify that all information contained herein is true and accurate. Date: 20 Manufacturer: By Manufacturer's Authorized Representative: (NAME) (Authorized Signature) DATE CITY (NAME) (Authorized Signature) DATE ENGINEER (NAME) (Authorized Signature) DATE CONTRACTOR (NAME) (Authorized Signature) DATE Manufacturers'Services Section 0164 00 Oso wRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble huproveruents September 2021 City Project No.20084A Page 5 of 5 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS This page intentionally left blank. DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction SECTION 0178 23 OPERATION AND MAINTENANCE DATA PARTI GENERAL 1.1 SECTION INCLUDES A. Detailed information for the preparation, submission, and Engineer's review of Operations and Maintenance (O&M) Data, as required by individual Specification sections. 1.2 DEFINITIONS A. Preliminary Data: Initial and subsequent submissions for Engineer's review. B. Final Data: Engineer-accepted data, submitted as specified herein. C. Maintenance Operation: As used on Maintenance Summary Form is defined to mean any routine operation required to ensure satisfactory performance and longevity of equipment. Examples of typical maintenance operations are lubrication, belt tensioning, adjustment of pump packing glands, and routine adjustments. 1.3 SEQUENCING AND SCHEDULING A. Equipment and System Data: 1. Preliminary Data: a. Do not submit until Shop Drawing for equipment or system has been reviewed and approved by Engineer. b. Submit prior to shipment date. 2. Final Data: Submit Compilation Formatted and Electronic Media Formatted data prior to Substantial Completion of Project. 1.4 DATA FORMAT A. Prepare preliminary data in electronic media format. Prepare final data in data compilation format and in Electronic media format. B. Data Compilation Format: 1. Compile all Engineer-accepted preliminary O&M data into a hard-copy, hard-bound set. 2. Each set shall consist of the following: a. Binder: Commercial quality,permanent, three-ring or three-post binders with durable plastic cover. Operation and Maintenance Data Section 0178 23 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble huprovernent September 2021 City Project No.20084A Page 1 of 6 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction b. Cover: Identify each volume with typed or printed title "OPERATION AND MAINTENANCE DATA, VOLUME NO. OF ", and list: 1) Project title. 2) Contractor's name, address, and telephone number. 3) If entire volume covers equipment or system provided by one Supplier include the following: a) Identity of general subject matter covered in manual. b) Identity of equipment number and Specification section. C. Provide each volume with title page and typed table of contents with consecutive page numbers. Place contents of entire set, identified by volume number, in each binder. d. Table of contents neatly typewritten, arranged in a systematic order: 1) Include list of each product, indexed to content of each volume. 2) Designate system or equipment for which it is intended. 3) Identify each product by product name and other identifying numbers or symbols as set forth in Contract Documents. e. Section Dividers: 1) Heavy, 80 pound cover weight, tabbed with numbered plastic index tabs. 2) Fly-Leaf: a) For each separate product, or each piece of operating equipment, with typed description of product and major component parts of equipment. b) List with Each Product: (1) Name, address, and telephone number of Subcontractor, Supplier, installer, and maintenance contractor, as appropriate. (2) Identify area of responsibility of each. (3) Provide local source of supply for parts and replacement. c) Identity of separate structure as applicable. f. Assemble and bind material, as much as possible, in same order as specified in the Contract Documents.] C. Electronic Media Format: 1. Portable Document Format(PDF): a. Submit Operation and Maintenance data in PDF format on CD. b. Files for final data are to be exact duplicates of Engineer-accepted preliminary data. Arrange by specification number and name. C. Files to be fully functional and viewable in most recent version of Adobe Acrobat. Operation and Maintenance Data Section 0178 23 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble huprovernent September 2021 City Project No.20084A Page 2 of 6 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction d. At a minimum, files to include electronic bookmarks for each section listed in the table of contents. e. Within one month prior to placing the equipment or facility in service, submit two copies of operation and maintenance manual and parts manual for review. f. Submit one copy of completed volumes in final form 10 days prior to final inspection. This copy will be returned after final inspection, with ENGINEER comments. Revise content of documents as required prior to final submittal. g. Revise and resubmit final volumes within 10 days after final inspection. 1.5 SUBMITTALS A. Informational: 1. Data Outline: Submit an electronic copy of a detailed outline of proposed organization and contents of Final Data prior to preparation of Preliminary Data. 2. Preliminary Data: Submit electronic copies for Engineer's review. 3. Final Data: Submit two copies in format specified herein. 1.6 DATA FOR EQUIPMENT AND SYSTEMS A. Content For Each Unit(or Common Units) and System: 1. Product Data: a. Include only those sheets that are pertinent to specific product. b. Clearly annotate each sheet to: 1) Identify specific product or part installed. 2) Identify data applicable to installation. 3) Delete references to inapplicable information. C. Function, normal operating characteristics, and limiting conditions. d. Performance curves, engineering data, nameplate data, and tests. e. Complete nomenclature and commercial number of replaceable parts. f. Original manufacturer's parts list, illustrations, detailed assembly drawings showing each part with part numbers and sequentially numbered parts list, and diagrams required for maintenance. g. Spare parts ordering instructions. h. Where applicable, identify installed spares and other provisions for future work(e.g., reserved panel space, unused components, wiring, terminals). 2. As-installed, color-coded piping diagrams. 3. Charts of valve tag numbers, with the location and function of each valve. Operation and Maintenance Data Section 0178 23 Oso wRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble huprovernent September 2021 City Project No.20084A Page 3 of 6 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 4. Drawings: Supplement product data with Drawings as necessary to clearly illustrate: a. Format: 1) Provide reinforced,punched, binder tab; bind in with text. 2) Reduced to 8-1/2 inches by 11 inches, or 11 inches by 17 inches folded to 8-1/2 inches by 11 inches. 3) Where reduction is impractical, fold and place in 8-1/2-inch by 11-inch envelopes bound in text. 4) Identify Specification section and product on Drawings and envelopes. b. Relations of component parts of equipment and systems. C. Control and flow diagrams. d. Coordinate drawings with Project record documents to assure correct illustration of completed installation. 5. Instructions and Procedures: Within text, as required to supplement product data. a. Format: 1) Organize in consistent format under separate heading for each different procedure. 2) Provide logical sequence of instructions for each procedure. 3) Provide information sheet for Owner's personnel, including: a) Proper procedures in event of failure. b) Instances that might affect validity of guarantee or Bond. b. Installation Instructions: Including alignment, adjusting, calibrating, and checking. C. Operating Procedures: 1) Startup, break-in, routine, and normal operating instructions. 2) Test procedures and results of factory tests where required. 3) Regulation, control, stopping, and emergency instructions. 4) Description of operation sequence by control manufacturer. 5) Shutdown instructions for both short and extended duration. 6) Summer and winter operating instructions, as applicable. 7) Safety precautions. 8) Special operating instructions. d. Maintenance and Overhaul Procedures: 1) Routine maintenance. 2) Guide to troubleshooting. 3) Disassembly, removal, repair, reinstallation, and re- assembly. B. Content for Each Electric or Electronic Item or System: 1. Description of Unit and Component Parts: a. Function, normal operating characteristics, and limiting conditions. Operation and Maintenance Data Section 0178 23 Oso VTRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble huprovernent September 2021 City Project No.20084A Page 4 of 6 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction b. Performance curves, engineering data, nameplate data, and tests. C. Complete nomenclature and commercial number of replaceable parts. d. Interconnection wiring diagrams, including control and lighting systems. 2. Circuit Directories of Panelboards: 3. Electrical service. 4. Control requirements and interfaces. 5. Communication requirements and interfaces. 6. List of electrical relay settings, and control and alarm contact settings. 7. Electrical interconnection wiring diagram, including as applicable, single-line, three-line, schematic and internal wiring, and external interconnection wiring. 8. As-installed control diagrams by control manufacturer. 9. Operating Procedures: a. Routine and normal operating instructions. b. Startup and shutdown sequences, normal and emergency. C. Safety precautions. d. Special operating instructions. 10. Maintenance Procedures: a. Routine maintenance. b. Guide to troubleshooting. C. Adjustment and checking. d. List of relay settings, control and alarm contact settings. 11. Manufacturer's printed operating and maintenance instructions. 12. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage. C. Maintenance Summary: 1. Compile individual Maintenance Summary for each applicable equipment item, respective unit or system, and for components or sub-units. 2. Format: a. Use Maintenance Summary Form bound with this section or electronic facsimile of such. b. Each Maintenance Summary may take as many pages as required. C. Use only 8-1/2-inch by 11-inch size paper. d. Complete using electronic printing. 3. Include detailed lubrication instructions and diagrams showing points to be greased or oiled; recommend type, grade, and temperature range of lubricants and frequency of lubrication. 4. Recommended Spare Parts: a. Data to be consistent with manufacturer's Bill of Materials/Parts List furnished in O&M manuals. b. "Unit" is the unit of measure for ordering the part. Operation and Maintenance Data Section 0178 23 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble huprovernent September 2021 City Project No.20084A Page 5 of 6 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction C. "Quantity" is the number of units recommended. d. "Unit Cost" is the current purchase price. 1.7 DATA FOR MATERIALS AND FINISHES A. Content for Architectural Products, Applied Materials, and Finishes: 1. Manufacturer's data, giving full information on products: a. Catalog number, size, and composition. b. Color and texture designations. C. Information required for reordering special-manufactured products. 2. Instructions for Care and Maintenance: a. Manufacturer's recommendation for types of cleaning agents and methods. b. Cautions against cleaning agents and methods that are detrimental to product. C. Recommended schedule for cleaning and maintenance. B. Content for Moisture Protection and Weather Exposed Products: 1. Manufacturer's data, giving full information on products: a. Applicable standards. b. Chemical composition. C. Details of installation. 2. Instructions for inspection, maintenance, and repair. 1.8 SUPPLEMENTS A. The supplements listed below, following "End of Section", are part of this Specification. 1. Forms: Maintenance Summary Form. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION Operation and Maintenance Data Section 0178 23 Oso VTRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble huprovernent September 2021 City Project No.20084A Page 6 of 6 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction MAINTENANCE SUMMARY FORM PROJECT: CONTRACT NO.: 1. EQUIPMENT ITEM 2. MANUFACTURER 3. EQUIPMENT/TAG NUMBER(S) 4. WEIGHT OF INDIVIDUAL COMPONENTS (OVER 100 POUNDS) 5. NAMEPLATE DATA (hp, voltage, speed, etc.) 6. MANUFACTURER'S LOCAL REPRESENTATIVE a. Name Telephone No. b. Address 7. MAINTENANCE REQUIREMENTS Maintenance Operation Lubricant Comments Frequency If Applicable) List briefly each maintenance operation List required Refer by symbol required and refer to specific information in frequency of each to lubricant manufacturer's standard maintenance manual, if maintenance required. applicable. (Reference to manufacturer's operation. catalog or sales literature is not acceptable.) Operation and Maintenance Data Section 0178 23 Oso WRP Process Upgrades and Break Point Chlorination Decommissioning November 2020 City Project No.20084A(DEN003/WXA03401) 60%Design Submittal Supplement Page 1 of 2 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS This page intentionally left blank. DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 8. LUBRICANT LIST Reference Exxon Chevron Symbol Shell Mobile Texaco BP Amoco Or E ual List symbols List equivalent lubricants, as distributed by each manufacturer for the used in No. 7 specific use recommended. above. 9. RECOMMENDED SPARE PARTS FOR OWNER'S INVENTORY. Part No. Description Unit Quantity Unit Cost Note: Identify parts provided by this Contract with two asterisks. Operation and Maintenance Data Section 0178 23 Oso WRP Process Upgrades and Break Point Chlorination Decommissioning November 2020 City Project No.20084A(DEN003/WXA03401) 60%Design Submittal Supplement Page 2 of 2 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS This page intentionally left blank. DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction SECTION 019114 EQUIPMENT TESTING AND FACILITY STARTUP PARTI GENERAL 1.1 DEFINITIONS A. Facility: Entire Project, or an agreed-upon portion, including all of its unit processes. B. Functional Test: Test or tests in presence of Engineer and Owner to demonstrate that installed equipment meets manufacturer's installation, calibration, and adjustment requirements and other requirements as specified. C. Performance Test: Test or tests performed after any required functional test in presence of Engineer and Owner to demonstrate and confirm individual equipment meets performance requirements specified in individual sections. D. Unit Process: As used in this section, a unit process is a portion of the facility that performs a specific process function, such as scum pumping, fine bubble aeration system, and chemical feed. E. Facility Performance Demonstration: 1. A demonstration, conducted by Contractor, with assistance of Owner, to demonstrate and document the performance of the entire operating facility, both manually and automatically (if required), based on criteria developed in conjunction with Owner and as accepted by Engineer. 2. Such demonstration is for the purposes of(i)verifying to Owner entire facility performs as a whole, and(ii) documenting performance characteristics of completed facility for Owner's records. Neither the demonstration nor the evaluation is intended in any way to make performance of a unit process or entire facility the responsibility of Contractor, unless such performance is otherwise specified. 1.2 SUBMITTALS A. Informational Submittals: 1. Facility Startup and Performance Demonstration Plan. 2. Functional and performance test results. 3. Completed Unit Process Startup Form for each unit process. 4. Completed Facility Performance Demonstration/Certification Form. 5. Commissioning Plan. Equipment Testing and Facility Stat-tup Section 0191 14 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble huprovernents September 2021 City Project No.20084A Page 1 of 7 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 1.3 FACILITY STARTUP AND PERFORMANCE DEMONSTRATION PLAN A. Develop a written plan, in conjunction with Owner's operations personnel; to include the following: 1. Step-by-step instructions for startup of each unit process and the complete facility. 2. Unit Process Startup Form (sample attached), to minimally include the following: a. Description of the unit process, including equipment numbers/nomenclature of each item of equipment and all included devices. b. Detailed procedure for startup of the unit process, including valves to be opened/closed, order of equipment startup, etc. C. Startup requirements for each unit process, including water, power, chemicals, etc. d. Space for evaluation comments. 3. Facility Performance Demonstration/Certification Form (sample attached), to minimally include the following: a. Description of unit processes included in the facility startup. b. Sequence of unit process startup to achieve facility startup. C. Description of computerized operations, if any, included in the facility. d. Contractor certification facility can perform its intended function(s), including fully automatic operation. e. Signature spaces for Contractor and Engineer. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.1 GENERAL A. Facility Startup Meetings: Schedule, in accordance with requirements of Section 00 72 00, General Conditions to discuss test schedule, test methods, materials, chemicals and liquids required, facilities operations interface, and Owner involvement. B. Contractor's Testing and Startup Representative: 1. Designate and furnish one or more personnel to coordinate and expedite testing and facility startup. 2. Representative(s) shall be present during startup meetings and shall be available at all times during testing and startup. C. Provide temporary valves, gauges,piping, test equipment and other materials and equipment required for testing and startup. Equipment Testing and Facility Stat-tup Section 0191 14 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble huproveruents September 2021 City Project No.20084A Page 2 of 7 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction D. Provide Subcontractor and equipment manufacturers' staff adequate to prevent delays. Schedule ongoing work so as not to interfere with or delay testing and startup. E. Owner will: 1. Provide water,power, chemicals, and other items as required for startup, unless otherwise indicated. 2. Operate process units and facility with support of Contractor. 3. Provide labor and materials as required for laboratory analyses. 3.2 EQUIPMENT TESTING A. Preparation: 1. Complete installation before testing. 2. Furnish qualified manufacturers' representatives, when required by individual Specification sections. 3. Obtain and submit from equipment manufacturer's representative Manufacturer's Certificate of Proper Installation Form, in accordance with Section 0143 33, Manufacturer Services, when required by individual Specification sections. 4. Equipment Test Report Form: Provide written test report for each item of equipment to be tested, to include the minimum information: a. Owner/Prof ect Name. b. Equipment or item tested. C. Date and time of test. d. Type of test performed (Functional or Performance). e. Test method. f. Test conditions. g. Test results. h. Signature spaces for Contractor and Engineer as witness. 5. Cleaning and Checking: Prior to beginning functional testing: a. Calibrate testing equipment in accordance with manufacturer's instructions. b. Inspect and clean equipment, devices, connected piping, and structures to ensure they are free of foreign material. C. Lubricate equipment in accordance with manufacturer's instructions. d. Turn rotating equipment by hand when possible to confirm that equipment is not bound. e. Open and close valves by hand and operate other devices to check for binding, interference, or improper functioning. f. Check power supply to electric-powered equipment for correct voltage. g. Adjust clearances and torque. h. Test piping for leaks. Equipment Testing and Facility Stat-tup Section 0191 14 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble huproveruents September 2021 City Project No.20084A Page 3 of 7 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 6. Ready-to-test determination will be by Engineer based at least on the following: a. Acceptable Operation and Maintenance Data. b. Notification by Contractor of equipment readiness for testing. C. Receipt of Manufacturer's Certificate of Proper Installation, if so specified. d. Adequate completion of work adjacent to, or interfacing with, equipment to be tested, including items to be furnished by Owner. e. Availability and acceptability of manufacturer's representative, when specified, to assist in testing of respective equipment. f. Satisfactory fulfillment of other specified manufacturer's responsibilities. g. Equipment and electrical tagging complete. h. Delivery of all spare parts and special tools. B. Functional Testing: 1. Conduct as specified in individual Specification sections. 2. Notify Owner and Engineer in writing at least 10 days prior to scheduled date of testing. 3. Prepare Equipment Test Report summarizing test method and results. 4. When, in Engineer's opinion, equipment meets functional requirements specified, such equipment will be accepted for purposes of advancing to performance testing phase, if so required by individual Specification sections. Such acceptance will be evidenced by Engineer/Owner's signature as witness on Equipment Test Report. C. Performance Testing: 1. Conduct as specified in individual Specification sections. 2. Notify Engineer and Owner in writing at least 10 days prior to scheduled date of test. 3. Performance testing shall not commence until equipment has been accepted by Engineer as having satisfied functional test requirements specified. 4. Type of fluid, gas, or solid for testing shall be as specified. 5. Unless otherwise indicated, furnish labor, materials, and supplies for conducting the test and taking samples and performance measurements. 6. Prepare Equipment Test Report summarizing test method and results. 7. When, in Engineer's opinion, equipment meets performance requirements specified, such equipment will be accepted as to conforming to Contract requirements. Such acceptance will be evidenced by Engineer's signature on Equipment Test Report. Equipment Testing and Facility Stat-tup Section 0191 14 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble huprovernents September 2021 City Project No.20084A Page 4 of 7 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 3.3 STARTUP OF UNIT PROCESSES A. Prior to unit process startup, equipment within unit process shall be accepted by Engineer as having met functional and performance testing requirements specified. B. Startup sequencing of unit processes shall be as chosen by Contractor to meet schedule requirements. C. Make adjustments, repairs, and corrections necessary to complete unit process startup. D. Startup shall be considered complete when, in opinion of Engineer, unit process has operated in manner intended for 5 continuous days without significant interruption. This period is in addition to functional or performance test periods specified elsewhere. E. Significant Interruption: I. May include any of the following events: a. Failure of Contractor to provide and maintain qualified onsite startup personnel as scheduled. b. Failure to meet specified functional operation for more than 2 consecutive hours. C. Failure of any critical equipment or unit process that is not satisfactorily corrected within 5 hours after failure. d. Failure of any noncritical equipment or unit process that is not satisfactorily corrected within 8 hours after failure. e. As determined by Engineer. F. A significant interruption will require startup then in progress to be stopped. After corrections are made, startup test period to start from beginning again. 3.4 FACILITY PERFORMANCE DEMONSTRATION A. When, in the opinion of Engineer, startup of all unit processes has been achieved, sequence each unit process to the point that facility is operational. B. Demonstrate proper operation of required interfaces within and between individual unit processes. C. After facility is operating, complete performance testing of equipment and systems not previously tested. D. Document, as defined in Facility Startup and Performance Demonstration Plan, the performance of the facility, until all unit processes are operable and under control of computer system. Equipment Testing and Facility Stat-tup Section 0191 14 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble huprovernents September 2021 City Project No.20084A Page 5 of 7 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction E. Certify, on the Facility Performance Demonstration/Certification Form, that facility is capable of performing its intended function(s), including fully automatic and computerized operation. F. As a part of the facility performance demonstration,pre-commissioning and commissioning activities will be required for this Project. Commissioning shall be coordinated with sequencing requirements of Section 01 35 00, Special Procedures. G. A Commissioning Coordinator shall be responsible for preparing the Commissioning Plan. H. As a condition precedent to receiving any progress payment for work 30 days prior to the pre-commissioning activities, the Commissioning Coordinator shall submit and receive the Owner's acceptance for all Commissioning Plan documents. The Owner shall require two copies to review the submitted commissioning plan. The Commissioning Plan shall be submitted 60 days preceding commissioning of a system. L Once the Owner has accepted the Commissioning Plan, the Commissioning Coordinator shall reproduce the plans in sufficient number for the Commissioning Coordinator's purposes and an additional two copies for delivery to the Owner. No test work shall begin until the Commissioning Coordinator has delivered the specified number of final Commissioning Plans to the Owner. 3.5 PRE-COMMISSIONING AND COMMISSIONING A. Pre-commissioning Work: 1. Pre-commissioning is made up of all the activities that shall be completed before the Contractor is permitted to begin Commissioning. Table 1 illustrates some of the tasks. 2. The primary activities for this are construction, factory testing, documentation, component testing, stand-alone equipment testing, and energization of electrical power distribution equipment as documented in this section. This also includes pipe pressure testing. The intent is to test isolated equipment and components. Pre-commissioning testing shall conclude with the Owner's acceptance of the Operational Readiness Tests (ORT). 3. Once all components have been tested individually, electrical power distribution equipment has been functionally tested and energized, and Owner have accepted all required deliverables, the Contractor may request to proceed to commissioning. If the Owner agrees that the Contractor has successfully performed all tests and provided all required documentation, the Owner will notify the Contractor in writing that he may begin commissioning. Equipment Testing and Facility Stat-tup Section 0191 14 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble huprovernents September 2021 City Project No.20084A Page 6 of 7 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction B. Commissioning Work: 1. Commissioning activities include but is not limited to the Functional Acceptance Test(FAT) of equipment and facilities as described in this section, operator training, and manufacture's start up services. The purpose of the FAT is to test all equipment, instruments, and software as an integrated system using plant water wherever applicable. The successful completion of the Functional Acceptance Test will allow the Contractor to request Operational Acceptance. When all deliverables have been accepted and operator and maintenance training is complete, Owner will notify the Contractor in writing that the facility has achieved Operational Acceptance and he may proceed to the next phase of commissioning. 2. The final step in commissioning includes a Reliability Acceptance Test (RAT). This test will require the system to function for an extended period without interruption per the parameters listed in Table 2. After the test period is complete, the system will be substantially complete and can be turned over to the Owner for beneficial use. 3.6 SUPPLEMENTS A. Supplements listed below, following "End of Section," are a part of this Specification: 1. Unit Process Startup Form. 2. Facility Performance Demonstration/Certification Form. 3. Table 1, Pre-commissioning and Commissioning Tasks. 4. Table 2, Reliability Acceptance Tests Parameters. END OF SECTION Equipment Testing and Facility Stat-tup Section 0191 14 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble huprovernents September 2021 City Project No.20084A Page 7 of 7 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS This page intentionally left blank. DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction UNIT PROCESS STARTUP FORM OWNER: PROJECT: Unit Process Description: (Include description and equipment number of all equipment and devices): Startup Procedure(Describe procedure for sequential startup and evaluation,including valves to be opened/close order of equipment startup,etc.): Startup Requirements(Water,power,chemicals,etc.): Evaluation Comments: Equipment Testing and Facility Stat-tup Section 0191 14 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Supplement 1 Page 1 of 1 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS This page intentionally left blank. DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction FACILITY PERFORMANCE DEMONSTRATION/CERTIFICATION FORM OWNER: PROJECT: Unit Processes Description(List unit processes involved in facility startup): Unit Processes Startup Sequence(Describe sequence for startup,including computerized operations, if any): Contractor Certification that Facility is capable of performing its intended function(s),including fully automatic operation: Contractor: Date: ,20 Engineer: Date: ,20 (Authorized Signature) Equipment Testing and Facility Stat-tup Section 0191 14 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Supplement 2 Page 1 of 1 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS This page intentionally left blank. DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction Table 1 PRE-COMMISSIONING AND COMMISSIONING TASKS Pre-commissioning Commissioning Equipment Submittal Process Complete Redline As-Built Drawings Received Prior to RFIs and Responses up to Date Operator Training All Electrical Equipment Tests Complete Operator Training Completed All Mechanical Equipment Tests Complete Functional Acceptance Test Obtain Operational Acceptance from the Loop Drawings Owner to Proceed Contractor Safety Procedures in Place Reliability Acceptance Test RAT Equipment, Valve and Pipe Labeling All Manufactures Certificates of Proper Complete Installation and Training All Manufactures Certificates of Proper Commissioning Report Installation All Pressure Test Reports Substantial Completion of System All Loop Test Reports Final O&M Manuals All Conductivity and Megger Test Reports Final Punch List Complete All Instrument Calibration Reports All Breaker Setting Reports Final As-Built Drawings All Mechanical Alignment Reports Operator and Maintenance Training Plan Final Completion Commissioning Plan Accepted Preliminary O&M Manuals Submitted and Approved Electrical Power System Ener ization Test Operational Readiness Tests (ORTs) Complete Pre-commissioning Report Submitted Obtain Owner Approval to Proceed to Commissioning Equipment Testing and Facility Stat-tup Section 0191 14 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Supplement 3 Page 1 of 1 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction Table 2 RELIABILITY ACCEPTANCE TEST PARAMETERS System Test Duration Notes East Train East Aeration Basins: 7 continuous days without The new aeration Clarifiers 1-4 a problem diffusers must have its own start up plan and Clarifiers 1-4 MLSS Channel separate RAT Aeration Coarse Bubble Air documentation. All the Diffuser systems in East Train Clarifiers 1-4 RAS/WAS Channel must start simultaneously. Aeration Coarse Bubble Air Diffuser Clarifiers 1-4 Effluent Channel Aeration Coarse Bubble Air Diffuser Clarifier 1-4 Channel Effluent Mixer and Chlorine Diffuser Grating Chlorine Contact Chamber 3&4 East Sodium Hypochlorite Chemical Handling Facility West Train West Aeration Basins: 7 continuous days without The new aeration Clarifiers 1-4 a problem diffusers must have its own start up plan and Clarifiers 5-8 MLSS Channel separate RAT Aeration Coarse Bubble Air documentation. All the Diffuser systems in West Train Clarifiers 5-8 RAS/WAS Channel must start simultaneously. Aeration Coarse Bubble Air Diffuser Clarifiers 5-8 Effluent Channel Aeration Coarse Bubble Air Diffuser Clarifier 5-8 Channel Effluent Mixer and Chlorine Diffuser Grating Chlorine Contact Chamber 1&2 Equipment Testing and Facility Stat-tup Section 0191 14 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Supplement 4 Page 1 of 2 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction Table 2 RELIABILITY ACCEPTANCE TEST PARAMETERS System Test Duration Notes West Sodium Hypochlorite Chemical Handling Facility Equipment Testing and Facility Stat-tup Section 0191 14 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Supplement 4 Page 2 of 2 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS This page intentionally left blank. DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction SECTION 02 4100 DEMOLITION PARTI GENERAL 1.1 SUMMARY A. Section Includes: 1. General provisions applicable to all demolition and removals. 2. Civil/site demolition and removals. 3. Architectural and structural demolition and removals. 4. Disposal of demolition debris, materials, and equipment. B. Scope: 1. Contractor shall provide all labor, materials, equipment, tools, and incidentals as shown, specified and required for demolition, removals, and disposal Work. 2. The Work under this Specifications section includes, but is not necessarily limited to: a. Demolition and removal of existing materials and equipment as shown or indicated in the Contract Documents. The Work includes demolition of structural steel, metals, attachments, appurtenances, and piping, and similar existing materials, equipment, and items. 3. Demolitions and removals indicated in other Specifications sections shall comply with requirements of this Specifications section. 4. Perform demolition Work within areas shown or indicated. 5. Pay all costs associated with transporting and, as applicable, disposing of materials and equipment resulting from demolition and removals Work. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. National Fire Protection Association (NFPA): a. 241, Safeguarding Construction, Alteration, and Demolition Operations. B. Regulatory Requirements: 1. Demolition, removals, and disposal Work shall be in accordance with 29 CFR 1926.850 through 29 CFR 1926.860 (Subpart T- Demolition), and all other Laws and Regulations. Demolition Section 02 4100 Oso VTRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble huprovernent September 2021 City Project No.20084A Page 1 of 11 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 2. Comply with requirements of authorities having jurisdiction. C. Qualifications: 1. Plumbing Removals: Entity and personnel performing plumbing removals shall be plumber(s) legally qualified to perform plumbing construction and plumbing work in the jurisdiction where the Site is located. 1.3 ADMINISTRATIVE REQUIREMENTS A. Coordination: 1. Review procedures under this and other Specifications sections and coordinate the Work that will be performed with or before demolition and removals. 1.4 SUBMITTALS A. Informational Submittals: Submit the following: 1. Procedure Submittals: a. Demolition and Removal Plan: Not less than ten days prior to starting demolition Work, submit acceptable plan for demolition and removal Work, including: 1) Plan for coordinating shut-offs, capping, temporary services, and continuing utility services. 2) Other proposed procedures as applicable. 3) Equipment proposed for use in demolition operations. 4) Recycling/disposal facility(ies)proposed, including facility owner, facility name, location, and processes. Include copy of appropriate permits and licenses, and compliance status. 5) Planned demolition operating sequences. 6) Detailed schedule of demolition Work in accordance with the Schedule accepted by Engineer. 2. Notification of Intended Demolition Start: Submit in accordance with Paragraph 3.LA of this Specifications Section. 3. Field Quality Control Test Results: a. Results of megger-testing of existing motors to remain Owner's property. 4. Qualifications Statements: a. Name and qualifications of entity performing electrical removals, including copy of licenses required by authorities having jurisdiction. b. Name and qualifications of entity performing plumbing removals, Demolition Section 02 4100 Oso wRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble huprovernent September 2021 City Project No.20084A Page 2 of 11 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 1.5 SITE CONDITIONS A. Owner makes no representation of condition or structural integrity of area(s) to be demolished or where removals are required by the Contract Documents. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.1 PREPARATION A. Notification: 1. Not less than 48 HRS prior to commencing demolition or removal, advise Owner in writing of planned start of demolition Work. Do not start removals without permission of Owner. 2. Where demolition or removals has potential to affect adjacent properties, occupants, streets, or other public thoroughfare, transportation facilities, and utilities, furnish required notices to owners and occupants of properties, buildings, and structures that may be affected by the demolition of removal. 3. In accordance with Laws and Regulations, furnish to authorities having jurisdiction, including emergency services as necessary, appropriate notices of planned demolition and removals. 4. Submit to Engineer copies of notices furnished to adjacent property owners, occupants, and authorities having jurisdiction. B. Protection of Adjacent Areas and Facilities: 1. Perform demolition and removal Work in manner that prevents damage and injury to property, structures, occupants, the public, and facilities. Do not interfere with use of, and free and safe access to and from, structures and properties unless allowed by the Contract Documents otherwise allowed in writing by Owner. 2. Closing or obstructing of roads, drives, sidewalks, and passageways adjacent to the Work is not allowed unless indicated otherwise in the Contract Documents. Conduct the Work with minimum interference to vehicular and pedestrian traffic. 3. Provide temporary partitions between demolition work areas and (a) areas that will be occupied during demolition and removals, and (b) areas accessible to the public or visitors. Temporary partitions shall be sturdy, braced plywood in good condition, of dimensions sufficient to adequately screen demolition work from view of occupants,public, and visitors. Maintain temporary partitions in place until demolition and removals work in the subject area is complete or until other Work requires removal of temporary partitions. Demolition Section 02 4100 Oso wRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble huprovernent September 2021 City Project No.20084A Page 3 of 11 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 4. Provide appropriate temporary barriers, lighting, sidewalk sheds, and other necessary protection. 5. Repair damage to facilities that are to remain which operations. C. Existing Utilities: In addition to requirements of the General Conditions, Supplementary Conditions, and Division 0 Specifications,perform the following: 1. Should unforeseen, unknown, or incorrectly shown or indicated Underground Facilities be encountered, Contractor responsibilities shall be in accordance with the General Conditionsas may be modified by the Supplementary Conditions. Cooperate with utility owners in keeping adjacent services and facilities in operation. 2. Sanitary Sewerage: Before proceeding with demolition, locate and cap all sewer lines andservice laterals discharging from the building or structure being demolished. 3. Storm Water Sewerage: Existing storm water system shall remain in place until demolitionof existing building or structure is complete. Upon completing demolition, cut and cap storm sewerage at locations shown on the Drawings. Remove existing storm water piping and related structures between points of cutting, and backfill, restore to grade, and stabilizethe area over the removed facilities in accordance with the Contract Documents. 4. Water Piping and Related Facilities: Before proceeding with demolition, locate and cap allpotable and non-potable waterlines and service laterals serving the building or structure being demolished. Ensure compliance with Laws and Regulations regarding water quality. 5. Other Utilities: Before proceeding with demolition, locate and cap as required all other utilities, such as fuel and gas; compressed air; heating, ventilating, and air conditioning; electric; and communications; and service laterals serving the building or structure being demolished. 6. Shutdown of utility services shall be coordinated by Contractor, assisted by Owner asrequired relative to contacting utility owners. D. Remediation: If unanticipated Hazardous Environmental Condition is believed to be encountered during demolition and removals, comply with requirements of the General Conditions, as may bemodified by the Supplementary Conditions. 3.2 DEMOLITION - GENERAL A. Locate construction equipment used for demolition Work and remove demolished materials and equipment to avoid imposing excessive loading on supporting and adjacent walls, floors, framing, facilities, and Underground Facilities. Demolition Section 02 4100 Oso wRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble huprovernent September 2021 City Project No.20084A Page 4 of 11 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction B. Pollution Controls: 1. Use water sprinkling, temporary enclosures, and other suitable methods to limit emissions of dust and dirt to lowest practical level. Comply with Section 0135 nc Envir-e men eteetien and Speeial Ce;ztrels, and Laws and Regtil4iens. 2. Do not use water when water may create hazardous or objectionable conditions such as icing, flooding, or pollution. 3. Clean adjacent structures, facilities,properties, and improvements of dust, dirt, and debris caused by demolition Work, in accordance with the General Conditions and Seet-ier 0174 nn (`leans,, C. Explosives: 1. Explosives are not allowed at the Site. Do not use explosives for demolition and removal Work. D. Comply with Seet-ien 0173 29 CtA4,, ^n P^t^> 4+g and NFPA 241. E. Finishing of Surfaces Exposed by Removals: Unless otherwise shown or indicated in the Contract Documents, surfaces of walls, floors, ceilings, and other areas exposed by removals, and that will remain as finished surfaces, shall be repaired and re-finished with materials that match existing adjacent surface, or as otherwise approved by Engineer. 3.3 STRUCTURAL REMOVALS A. Remove structures to lines and grades shown or indicated, unless otherwise directed by Engineer. Where limits are not shown or indicated, limits shall be four inches outside item to be installed. Removals beyond limits shown or indicated shall be at Contractor risk and expense and such excess removals shall be reconstructed to satisfaction of Engineer without additional cost to Owner. B. Recycling and Reuse of Demolition Materials: 1. All concrete, brick, tile, masonry, roofing materials, reinforcing steel, structural metals, miscellaneous metals,plaster, wire mesh, and other items contained in or upon building or structure to be demolished shall be removed, transported, and disposed of away from the Site, unless otherwise approved by Engineer. 2. Do not use demolished materials as fill or backfill adjacent to structures, in pipeline trenches, or as subbase under structures or pavement. Demolition Section 02 4100 Oso wRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble huprovernent September 2021 City Project No.20084A Page 5 of 11 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction C. After removing concrete and masonry walls or portions thereof, mats, slabs, and similar construction that ties in to the Work or to existing construction, neatly repair the junction point to leave exposed only finished edges and finished surfaces. D. Where parts of existing structures are to remain in service following demolition, remove the portions shown or indicated for removal, repair damage, and leave the building or structure in proper condition for the intended use. 1. Remove concrete and masonry to the lines shown or indicated by sawing, drilling, chipping, and other suitable methods. Leave the resulting surfaces true and even, with sharp, straight corners that will result in neat joints with new construction and be satisfactory for the purpose intended. 2. Do not damage reinforcing bars beyond the area of concrete and masonry removal. Do not saw-cut beyond the area to be removed. 3. Reinforcing bars that are exposed at surfaces of removed concrete and masonry that will not be covered with new concrete or masonry shall be removed to 1.5 IN below the final surface. Repair the resulting hole, with repair mortar for concrete and grout for masonry, to be flush with the surface. 4. Where existing reinforcing bars are shown or indicated to extend into new construction, remove existing concrete so that reinforcing bars are clean and undamaged. E. Removal of Anchorages and Protruding Metals: 1. Where equipment or material anchored to concrete or masonry are removed and anchors are not to be re-used, and where existing metals (and to be removed)protrude from concrete, remove the anchors and other metal to not less than 1.5 IN beneath surface of concrete or masonry member. Repair the resulting hole, using repair mortar for concrete and grout for masonry, to be flush with the surface. 2. Alternately, when the anchor is stainless steel, the anchor may be cut flush with the surface of the concrete or masonry, when so approved by Engineer. F. Jambs, sills and heads of windows,passageways, doors, or other openings (as applicable) cut-in to the Work or to existing construction shall be dressed with masonry, concrete, or metal to provide smooth, finished appearance. G. Where anchoring materials, including bolts, nuts, hangers, welds, and reinforcing steel, are required to attach the Work to existing construction, provide such materials under this Specifications section, unless specified elsewhere in the Contract Documents. Demolition Section 02 4100 Oso VTRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble huprovernent September 2021 City Project No.20084A Page 6 of 11 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 3.4 MECHANICAL REMOVALS A. Mechanical demolition and removal Work includes dismantling and removing existing: 1. Piping systems and ductwork systems. 2. Mechanical equipment and appurtenances. 3. Mechanical removals include cutting and capping as required, except that cutting of existing piping and ductwork to make connections is included under Seet-ien 01 73 29 GtA4 1g and Pate iftg Specifications sections in which requirements for coordination with owner's operations are indicated; and applicable Speei-fzeat-ions of Division 21 Fire S"pr-essien, Division 22 Pitimbing, Division 23 Hating, „te-,.,,,,neetions and others as applicable. 4. Mechanical removals as required herein apply to systems exposed to view, hidden from view, and Underground Facilities. Mechanical removals may require work in spaces that may be classified confined spaces. B. Life-Safety Systems: 1. Retain existing life-safety systems, including but not limited to fire suppression systems, in place for as long as possible prior to performing associated demolition and removals. 2. Where demolishing buildings or structures equipped with life-safety systems, remove or deactivate life-safety systems only in the area where active demolition operations are in progress. C. Demolition and Removals of Piping, Ductwork, and Similar Items: 1. Scope: a. Safety purge piping and tanks (as applicable) of chemicals, fuel, solids, liquids, and gases (as applicable) and make safe for removal and capping. Discharge contents of existing piping appropriately while avoiding damaging property; restricting access to or use of property; and cresting unsafe, unsanitary, nuisances, and noisome conditions. b. To the extent shown or indicated, remove existing piping conveying water(potable and non-potable), waste and vent, fuel (liquids and gases), heating fluids (such as water- glycol solutions), chemicals, solids and slurries, sludge, wastewater, other fluids, and processes gases, and other piping. C. Remove piping to the nearest piping support, and provide caps on ends of remaining piping. d. Where piping to be demolished passes through existing walls to remain, cut off and cap pipe on each side of the wall. Demolition Section 02 4100 Oso wRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble huprovernent September 2021 City Project No.20084A Page 7 of 11 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 2. Caps, Closures, Blind Flanges, and Plugs General (All Piping and Ducts): a. Provide closure pieces, such as blind flanges and caps, where shown or required to complete the Work. b. Where used in this Specifications s ans the appropriate type closure for the piping or ductwork being closed, including caps, blind flanges, and other closures. C. Caps shall be compatible with the piping or ductwork on which the cap is installed, fluid-tight and gastight, and appropriate for the fluid or gas conveyed in the pipe or duct. d. Unless otherwise shown or indicated, caps shall be mechanically fastened, fused, or welded to pipe or duct. Plug piping with means other than specified in this Specifications section only when expressly so shown or indicated in the Contractor Documents or when allowed by Engineer. 3. Underground Facilities: a. When Underground Facilities are altered or removed,properly cut and cap piping left in place, unless otherwise shown or indicated. 4. Waste and Vent Piping; Ductwork: a. Remove waste and vent piping, and ductwork to extent shown and cap as required. b. Where demolished vent piping, stacks, and ductwork passes through existing roofing,patch the roof with the same or similar materials as existing, and fully compatible with ensign materials. Completed patch shall be watertight and comply with roofing manufacturer's recommendations. 5. Potable Water Piping; Plumbing; Fire Suppression Piping and Systems; Heating Piping: a. Modifications to potable water piping, fire suppression systems, other plumbing piping, and heating system piping shall comply with Laws and Regulations. b. All portions of potable water systems that have been modified or opened shall be hydrostatically tested and disinfected in accordance with the Contract Documents, and Laws and Regulations. Hydrostatically test other, normally-pressurized, plumbing and fire suppression piping and heating piping systems. D. Equipment Demolition and Removals: 1. To the extent shown or indicated and as required for the Work, remove existing mechanical equipment, including (but not limited to): a. Facility equipment, such as food service equipment, laundry equipment, dumbwaiters, and similar facility items. b. Conveying equipment such as elevators, escalators, and similar general-use conveying systems. C. Fire suppression and plumbing equipment. d. Heating, ventilating, and air conditioning equipment. Demolition Section 02 4100 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble huprovernent September 2021 City Project No.20084A Page 8 of 11 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction e. Standby power generators. f. Security systems equipment. g. Transportation-related equipment. h. Flow control gates and valves. i. Hoisting equipment. j. Bulk materials conveying equipment. k. Process heating and cooling equipment. 1. Blowers, compressors, air filters, air dryers, and similar equipment. In. Pumps. n. Tanks. o. Process equipment, including purification equipment,pollution control and solid waste equipment, and treatment process equipment. p. Turbines. q. Appurtenances (including motors, drive systems, controls, cooling water and seal water systems) as shown, indicated, and required for completion of the Work. 2. Where required, disassemble equipment to avoid imposing excessive loading on supporting walls, floors, framing, facilities, and Underground Facilities. Disassemble equipment as required for access through and egress from building or structure. Disassembly and removal shall comply with Laws and Regulations. Provide required means to remove equipment from building or structure. 3. Remove control panels, operator stations, and instruments associated with equipment being removed, unless shown or indicated otherwise. 4. Tanks and Equipment Containing Process Material: a. Purge contents in accordance with Paragraph 3.5.A of this Specifications Section and other requirements of the Contract Documents, as applicable. b. When removing generators, remove associated fuel storage tanks unless otherwise indicated to remain. C. Where contents of tank or equipment item may pose a potential hazard, such as hydrocarbon fuels or chemicals,properly dispose of contents in accordance with Laws and Regulations and the Contract Documents. d. Where tank or equipment contains wastewater or liquid sludge, and the Site is a wastewater treatment facility, transport and dispose of stored contents onsite at location acceptable to Owner and facility manager(if other than Owner)unless otherwise indicated in the Contract Documents. If Site is other than a wastewater treatment facility, dispose of contents appropriately in accordance with Laws and Regulations. e. Where tank or equipment contains solid or slurry-type material, remove, handle, and transport the contents and appropriately dispose of the materials offsite in accordance with Laws and Demolition Section 02 4100 Oso wRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble huprovernent September 2021 City Project No.20084A Page 9 of 11 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction Regulations, unless otherwise indicated in the Contract Documents. 5. Remove equipment supports as applicable, anchorages, base, grout, and piping. Remove anchorage systems in accordance with the "Structural removals" Article in this Specifications section. 6. Remove small diameter piping back to header unless otherwise indicated. 7. Remove access platforms, ladders, and stairs related to equipment being removed, unless otherwise shown or indicated. 8. Instrumentation and Control Systems Removal: a. Remove instrumentation and controls equipment in accordance with this Specifications section's requirements for mechanical removals and electrical removals. 9. Reuse and Sale of Removed Equipment: a. Entities indicated below may be interested in acquiring removed equipment: 1) P.14. Gt4ffi* Gempa-fties Used REfttipme*t Sales , 3) Feder-a! E"ipfnen Gemp y Qey lerc*d, Ohio. 4) Phoen-i*Egzipfnen* rtien, Red ewjer-se�-. b. Comply with this Specifications section's "Disposal of Demolition Debris"Article for restrictions on sales of removed items. 3.5 DEMOLITION OF SITE IMPROVEMENTS A. Manholes, Vaults, Chambers, and Handholes: 1. Remove to the limits shown or indicated on the Drawings. 2. If not shown or indicated on the Drawings, remove to not less than three feet below finished grade indicated on the Drawings. B. Underground Facilities Other than Manholes, Vaults, Chambers, and Handholes: 1. Remove to the extent shown or indicated on the Drawings. 2. Unless otherwise shown or indicates, cap ends of piping to remain in place, in accordance with the "Mechanical Removals"Article in this Specifications section. C. Other Site Improvements: When the Contract Documents require removal of other site improvements not addressed above, copy with Contract requirements for removal of buildings or structures. Demolition Section 02 4100 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble huprovernent September 2021 City Project No.20084A Page 10 of 11 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 3.6 DISPOSAL OF DEMOLITION DEBRIS A. Disposal - General: 1. Promptly remove from the Site all debris, waste, rubbish, material, and equipment resulting from demolition and removal operations. Promptly upon completion of demolition and removal operations, remove from the Site construction equipment used in demolition Work. 2. Do not sell at the Site demolition materials or removed equipment. If materials, equipment or debris will be sold by Contractor, remove the items from the Site and perform the sale or transaction elsewhere, in accordance with Laws and Regulations. 3. Cleaning and Removal of Debris: Comply with the General Conditions, Supplementary Conditions, and Seet-ier 0174 nn C`Ie if B. Transportation and Disposal: 1. Non-Hazardous Materials, Equipment, and Debris: Properly transport and dispose of non- hazardous demolition materials, equipment, and debris at appropriate landfill or other suitable location, in accordance with Laws and Regulations. Non-hazardous material does not contain Constituents of Concern such as (but not limited to) asbestos, PCBs, petroleum, hazardous waste, radioactive material, or other material designated as hazardous in Laws or Regulations. 2. Hazardous Materials, Equipment, and Debris: When handling and disposal of items containing Constituents of Concern is included in the Work,properly transport and dispose of such items in accordance with the Contract Documents and Laws and Regulations. C. Submit to Engineer information required in this Specification Section on proposed facility(ies)where demolition materials, equipment, and debris will be recycled. Upon request, Engineer or Owner, shall be allowed to visit recycling facility(ies)to verify adequacy and compliance status. During such visits, recycling facility operator shall cooperate and assist Engineer and Owner. END OF SECTION Demolition Section 02 4100 Oso VTRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble huprovernent September 2021 City Project No.20084A Page 11 of 11 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS This page intentionally left blank. DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction SECTION 03 10 00 CONCRETE FORMING AND ACCESSORIES PARTI GENERAL 1.1 SUMMARY A. Section Includes: 1. Formwork for cast-in place concrete. 2. Shoring, bracing, and anchorage. 3. Form accessories. 4. Form stripping. B. Related Sections: 1. Section 03 20 00, Concrete Reinforcing. 2. Section 03 30 00, Cast-In-Place Concrete. 1.2 UNIT PRICE - MEASUREMENT AND PAYMENT A. Formwork (Vertical Structures): 1. Basis of Measurement: By the square foot. 2. Basis of Payment: Includes form materials,placement,placing accessories, stripping. B. Formwork (Horizontal Supported Structures): 1. Basis of Measurement: By the square foot. 2. Basis of Payment: Includes form materials,placement,placing accessories, stripping. 1.3 REFERENCES A. American Concrete Institute (ACI): 1. 117, Standard Specifications for Tolerances for Concrete Construction and Materials. 2. 301, Specifications for Structural Concrete. 3. 318, Building Code Requirements for Structural Concrete. 4. 347, Guide to Formwork for Concrete. B. American Forest and Paper Association: 1. AF&PA, National Design Specifications for Wood Construction. Concrete Forming and Accessories Section 03 10 00 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvement September 2021 City Project No.20084A Page 1 of 13 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction C. The Engineered Wood Association: 1. APA/EWA PS 1, Voluntary Product Standard for Construction and Industrial Plywood. D. American Society of Mechanical Engineers (ASME): 1. A17.1, Safety Code for Elevators and Escalators. E. ASTM International (ASTM): 1. D1751, Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types). 2. E96/E96M, Standard Test Methods for Water Vapor Transmission of Materials. F. West Coast Lumber Inspection Bureau(WCLIB): 1. Standard Grading Rules for West Coast Lumber. 1.4 DESIGN REQUIREMENTS A. Design, engineer and construct formwork, shoring and bracing in accordance with ACI 318 to conform to design and applicable code requirements to achieve concrete shape, line and dimension as indicated on Contract Drawings. B. Forms shall be designed with consideration of rate, method of placing concrete, and construction loads to be encountered, including vertical, horizontal, and impact loads. 1.5 SUBMITTALS A. Information on the Contractor's proposed forming system: Submit in such detail as the Engineer may require assuring himself that the intent of the specifications can be complied with by use of the proposed system. B. Approval by the Engineer shall in no way relieve the Contractor of his responsibility to provide forms adequate and satisfactory for the purpose required. 1.6 QUALITY ASSURANCE A. Perform Work in accordance with ACI 347, ACI 301, and ACI 318. B. For wood products furnished for work of this Section, comply with AF&PA. Concrete Forming and Accessories Section 03 10 00 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvement September 2021 City Project No.20084A Page 2 of 13 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction C. Install work in accordance with local, state, and federal regulations. D. Maintain one copy of each document on site. 1.7 QUALIFICATIONS A. Design formwork under direct supervision of Professional Engineer experienced in design of this Work and licensed in State of Texas. B. Qualifications of Formwork Manufacturers: Use only forming systems manufactured by manufacturers having minimum 5 years' experience, except as otherwise specified, or accepted in writing by the Engineer. 1.8 DELIVERY, STORAGE, AND HANDLING A. Deliver void forms and installation instructions in manufacturer's packaging. B. Store off ground in ventilated and protected manner to prevent deterioration from moisture. 1.9 COORDINATION A. Coordinate this Section with other sections of work requiring attachment of components to formwork. PART 2 PRODUCTS 2.1 WOOD FORM MATERIALS A. Lumber Forms: I. Application: Use for edge forms and unexposed finish concrete. 2. Boards: 6 inches or 8 inches in width, shiplapped or tongue and groove, "Standard" Grade Southern Yellow Pine, conforming to WCLIB Standard Grading Rules for West Coast Lumber. Surface boards on four sides. B. Plywood Forms: 1. Application: Use for exposed finish concrete. 2. Forms: Conform to PS l; five-ply plywood sheets made with 100 percent waterproof adhesive and having finish surface that is coated or overlaid with surface which is impervious to water and alkaline calcium and sodium hydroxide of cement; full size 4 x 8 feet panels; each panel labeled with grade trademark of APA/EWA. 3. Plywood for Surfaces to Receive Membrane Waterproofing: Minimum of 3/4 inch thick; APA/EWA "B-B Plyform Structural I Exterior" grade. Concrete Forming and Accessories Section 03 10 00 Oso wRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvement September 2021 City Project No.20084A Page 3 of 13 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 4. Plywood where "Smooth Finish" is required, as indicated on Contract Drawings: APA/EWA "HD Overlay Plyform Structural I Exterior" grade, minimum of 3/4 inch thick. 2.2 PREFABRICATED FORMS A. Preformed Steel Forms: Rigidly constructed matched, tight fitting, stiffened to support weight of concrete without deflection detrimental to tolerances and appearance of finished surfaces. B. Glass Fiber Fabric Reinforced Plastic Forms: Matched, tight fitting, stiffened to support weight of concrete without deflection detrimental to tolerances and appearance of finished concrete surfaces. C. Steel Forms: Sheet steel, suitably reinforced, and designed for particular use indicated on Contract Drawings. D. Form Liners: Smooth, durable, grainless and non-staining hardboard, unless otherwise indicated on Contract Drawings. E. Framing, Studding and Bracing: Southern Yellow Pine No. 2 with grade stamp clearly visible. 2.3 FORMWORK ACCESSORIES A. Form Ties: 1. General: a. Provide form ties for forming system selected that are manufactured by a recognized manufacturer of concrete forming equipment. b. Provide ties of type that accurately tie, lock and spread forms. C. Do not allow holes in forms for ties to allow leakage during placement of concrete. B. Cone-Snap or Flat Bar Form Ties: 1. Cone-snap ties shall form a cone shaped depression in the concrete with a minimum diameter of 1 inch at the surface of the concrete and 1- 1/2 inches deep. 2. Provide neoprene waterseal washer that is located near the center of the concrete. C. Taper Ties: 1. Neoprene Plugs for Taper Tie Holes: Size so that after they are driven, plugs are located in center third of wall thickness. Concrete Forming and Accessories Section 03 10 00 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvement September 2021 City Project No.20084A Page 4 of 13 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 2. Dry-Pack Mortar for Filling Taper Tie Holes: a. Consist of mix of 1 part of Portland cement to 1 part of plaster sand. b. Amount of water to be added to cement-sand mix is to be such that mortar can be driven into holes and be properly compacted. C. Admixtures or Additives: Are not to be used in dry-pack mortar. D. Spreaders: Standard, non-corrosive metal form clamp assembly, of type acting as spreaders and leaving no metal within 1-1/2 inches of concrete face. Wire ties, wood spreaders or through bolts are not permitted. E. Form Anchors and Hangers: 1. Do not use anchors and hangers exposed concrete leaving exposed metal at concrete surface. 2. Symmetrically arrange hangers supporting forms from structural steel members to minimize twisting or rotation of member. 3. Penetration of structural steel members is not permitted. F. Form Release Agent: Colorless mineral oil that will not stain concrete, or absorb moisture, or impair natural bonding or color characteristics of coating intended for use on concrete. G. Corners: Chamfer, rigid plastic or wood strip type; 3/4 inch bevel unless indicated otherwise on Contract Drawings; maximum possible lengths. Provide 1/4 inch bevel at expansion and construction joints. H. Keyways: Steel,plastic, or lumber treated with form coating, applied according to label directions. L Dovetail Anchor System: System consisting of dovetail slots cast into the concrete, dovetail anchors that tie the masonry veneer to dovetail slots, and continuous wires that are embedded in the masonry and connect to the dovetail anchors: 1. Dovetail Slot: 18-gauge, Type 304 stainless steel in accordance with ASTM A167, foam filled and in 10-foot lengths. a. Manufacturers: 1) Hohmann and Barnard, Inc.; Hauppauge, NY; Model No. 305. 2) Heckmann Building Products, Inc.; Chicago, IL; Model No. 100. b. Substitutions: Submit substitutions for approval. 2. Dovetail Anchors: 23 gage, 1 inch wide, Type 304 stainless steel in accordance with ASTM A 167, and with seismic notch for attachment to wire embedded in masonry. Concrete Forming and Accessories Section 03 10 00 Oso wRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvement September 2021 City Project No.20084A Page 5 of 13 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction a. Manufacturers: 1) Hohmann and Barnard, Inc.; Hauppauge, NY; Model No. 303SV. 2) Heckmann Building Products, Inc.; Chicago, IL; Model No. 361. 3) Substitutions: Submit substitutions for approval. 3. Wire Reinforcement: 9-gauge, Type 304 stainless steel wire in accordance with ASTM A580. a. Manufacturers: 1) Hohmann and Barnard, Inc.; Hauppauge, NY. 2) Heckmann Building Products, Inc.; Chicago, IL. J. Flashing Reglets: Galvanized steel or rigid PVC, 22-gauge thick, longest possible lengths, with alignment splines for joints, foam filled, release tape sealed slots, anchors for securing to concrete formwork. K. Bituminous Joint Filler: ASTM D1751. L. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages: Size, strength and character to maintain formwork in place while placing concrete. PART 3 EXECUTION 3.1 EXAMINATION A. Verify lines, levels, and centers before proceeding with formwork. Verify dimensions agree with Contract Drawings. B. When formwork is placed after reinforcement resulting in insufficient concrete cover over reinforcement before proceeding, request instructions from Engineer. C. Do not place any concrete until all forms have been thoroughly checked for alignment, level, strength, and to assure accurate location of all mechanical and electrical inserts or other embedded items. 3.2 INSTALLATION A. Earth Forms: 1. Trench earth forms neatly, accurately, and at least 2 inches wider than footing widths indicated on Contract Drawings. 2. Trim sides and bottom of earth forms. 3. Construct wood edge strips at top of each side of trench to secure reinforcing and prevent trench from sloughing. 4. Form sides of footings where earth sloughs. 5. Tamp earth forms firm and clean forms of debris and loose material before depositing concrete. Concrete Forming and Accessories Section 03 10 00 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvement September 2021 City Project No.20084A Page 6 of 13 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction B. Formwork - General: 1. Provide top form for sloped surfaces steeper than 1.5 horizontal to 1 vertical to hold shape of concrete during placement, unless it can be demonstrated that top forms can be omitted. 2. Construct forms to correct shape and dimensions, mortar-tight, braced, and of sufficient strength to maintain shape and position under imposed loads from construction operations. 3. Camber forms where necessary to produce level finished soffits unless otherwise shown on Contract Drawings. 4. Carefully verify horizontal and vertical positions of forms. Correct misaligned or misplaced forms before placing concrete. 5. Complete wedging and bracing before placing concrete. C. Forms for Smooth Finish Concrete: 1. Use steel,plywood or lined board forms. 2. Use clean and smooth plywood and form liners, uniform in size, and free from surface and edge damage capable of affecting resulting concrete finish. 3. Install form lining with close-fitting square joints between separate sheets without springing into place. 4. Use full size sheets of form lines and plywood wherever possible. 5. Tape joints to prevent protrusions in concrete. 6. Use care in forming and stripping wood forms to protect corners and edges. 7. Level and continue horizontal joints. 8. Keep wood forms wet until stripped. D. Forms for Surfaces to Receive Membrane Waterproofing: Use plywood or steel forms. After erection of forms, tape form joints to prevent protrusions in concrete. E. Framing, Studding and Bracing: 1. Space studs at 16 inches on center maximum for boards and 12 inches on center maximum for plywood. 2. Size framing, bracing, centering, and supporting members with sufficient strength to maintain shape and position under imposed loads from construction operations. 3. Construct beam soffits of material minimum of 2 inches thick. 4. Distribute bracing loads over base area on which bracing is erected. 5. When placed on ground, protect against undermining, settlement or accidental impact. F. Erect formwork, shoring, and bracing to achieve design requirements, in accordance with requirements of ACI 301 and ACI 318. Concrete Forming and Accessories Section 03 10 00 Oso wRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvement September 2021 City Project No.20084A Page 7 of 13 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction G. Arrange and assemble formwork to permit dismantling and stripping. Do not damage concrete during stripping. Permit removal of remaining principal shores. H. Obtain Engineer's approval before framing openings in structural members not indicated on Drawings. L Install chamfer strips on external corners of beams,joists, columns and slabs exposed to view. J. Do not reuse wood formwork more than 3 times for concrete surfaces to be exposed to view. Do not patch formwork. 3.3 APPLICATION - FORM RELEASE AGENT A. Apply form release agent on formwork in accordance with manufacturer's recommendations. B. Apply prior to placement of reinforcing steel, anchoring devices, and embedded items. C. Do not apply form release agent where concrete surfaces are indicated to receive special finishes or applied coverings that are affected by agent. Soak inside surfaces of untreated forms with clean water. Keep surfaces coated prior to placement of concrete. D. Reuse and Coating of Forms: Thoroughly clean forms and reapply form coating before each reuse. For exposed work, do not reuse forms with damaged faces or edges. Apply form coating to forms in accordance with manufacturer's specifications. Do not coat forms for concrete indicated to receive "scored finish". Apply form coatings before placing reinforcing steel. 3.4 INSTALLATION - INSERTS, EMBEDDED PARTS, AND OPENINGS A. Install formed openings for items to be embedded in or passing through concrete work. B. Locate and set in place items required to be cast directly into concrete. C. Coordinate with Work of other sections in forming and placing openings, slots, reglets, recesses, sleeves, bolts, anchors, other inserts, and components of other Work. D. Install accessories straight, level, and plumb. Ensure items are not disturbed during concrete placement. Concrete Forming and Accessories Section 03 10 00 Oso VTRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvement September 2021 City Project No.20084A Page 8 of 13 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction E. Provide temporary ports or openings in formwork where required to facilitate cleaning and inspection. Locate openings at bottom of forms to allow flushing water to drain. F. Close temporary openings with tight fitting panels, flush with inside face of forms, and neatly fitted so joints will not be apparent in exposed concrete surfaces. G. Form Ties: 1. Use sufficient strength and sufficient quantity to prevent spreading of forms. 2. Place ties at least 1 inch away from finished surface of concrete. 3. Leave inner rods in concrete when forms are stripped. 4. Space form ties equidistant, symmetrical and aligned vertically and horizontally unless otherwise shown on Contract Drawings. 5. Cone-Snap Rod and Bar Ties: Tie forms together at not more than 2- foot centers vertically and horizontally. After forms are removed from wall, fill tie holes as follows: a. Remove form ties from surfaces. b. Roughen cone shaped tie holes by heavy sandblasting before repair. C. Dry pack cone shaped tie holes with dry-pack mortar. 6. Taper Ties: a. After forms and taper ties are removed from wall,plug tie holes with neoprene plug as follows: 1) Heavy sandblast and then clean tie holes. 2) After cleaning, drive neoprene plug into each of taper tie holes with steel rod. Final location of neoprene plug shall be in center third of wall thickness. Bond neoprene plug to concrete with epoxy. 3) Locate steel rod in cylindrical recess, made in plug, during driving: a) At no time are plugs to be driven on flat area outside cylindrical recess. b. Dry-Pack of Taper Tie Holes: After installing plugs in tie holes: 1) Coat tie hole surface with epoxy bonding agent and fill with dry-pack mortar: 2) Dry-Pack Mortar: Place in holes in layers with thickness not exceeding tie hole diameter and heavily compact each layer. 3) Dry-pack the outside of the hole no sooner than 7 days after the inside of the hole has been dry packed. 4) Wall surfaces in area of dry-packed tie holes: On the water side of water containing structures and the outside of below grade walls: Concrete Forming and Accessories Section 03 10 00 Oso wRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvement September 2021 City Project No.20084A Page 9 of 13 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction a) Cover with minimum of 10 mils of epoxy gel. b) Provide epoxy gel coating on wall surfaces that extend minimum of 2 inches past dry-pack mortar filled tie holes. c) Provide finish surfaces that are free from sand streaks or other voids. H. Arrangement: Arrange formwork to allow proper erection sequence and to permit form removal without damage to concrete. L Construction Joints: 1. Install surfaced pouring strip where construction joints intersect exposed surfaces to provide straight line at joints. 2. Just prior to subsequent concrete placement, remove strip and tighten forms to conceal shrinkage. 3. Show no overlapping of construction joints. Construct joints to present same appearance as butted plywood joints. 4. Arrange joints in continuous line straight, true and sharp. J. Embedded Items: 1. Make provisions for pipes, sleeves, anchors, inserts, reglets, anchor slots, nailers, water stops, and other features. 2. Do not embed wood or uncoated aluminum in concrete. 3. Obtain installation and setting information for embedded items furnished under other Specification sections. 4. Securely anchor embedded items in correct location and alignment prior to placing concrete. 5. Verify conduits and pipes, including those made of coated aluminum, meet requirements of ACI 318 for size and location limitations. K. Openings for Items Passing Through Concrete: 1. Frame openings in concrete where indicated on Contract Drawings. Establish exact locations, sizes, and other conditions required for openings and attachment of work specified under other sections. 2. Coordinate work to avoid cutting and patching of concrete after placement. 3. Perform cutting and repairing of concrete required as result of failure to provide required openings. L. Screeds: 1. Set screeds and establish levels for tops of concrete slabs and levels for finish on slabs. 2. Slope slabs to drain where required or as shown on Contract Drawings. Concrete Forming and Accessories Section 03 10 00 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvement September 2021 City Project No.20084A Page 10 of 13 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 3. Before depositing concrete, remove debris from space to be occupied by concrete and thoroughly wet forms. Remove freestanding water. M. Screed Supports: 1. For concrete over waterproof membranes and vapor retarder membranes, use cradle,pad or base type screed supports which will not puncture membrane. 2. Staking through membrane is not permitted. N. Cleanouts and Access Panels: 1. Provide removable cleanout sections or access panels at bottoms of forms to permit inspection and effective cleaning of loose dirt, debris and waste material. 2. Clean forms and surfaces against which concrete is to be placed. Remove chips, saw dust and other debris. Thoroughly blow out forms with compressed air just before concrete is placed. 3.5 FORM CLEANING A. Clean forms as erection proceeds, to remove foreign matter within forms. B. Clean formed cavities of debris prior to placing concrete. C. Flush with water or use compressed air to remove remaining foreign matter. Ensure that water and debris drain to exterior through clean-out ports. D. During cold weather, remove ice and snow from within forms. Do not use de- icing salts. Do not use water to clean out forms, unless formwork and concrete construction proceed within heated enclosure. Use compressed air or other means to remove foreign matter. 3.6 FORM REMOVAL A. Do not remove forms or bracing until concrete has gained sufficient strength to carry its own weight and imposed loads and removal has been approved by Engineer. B. Loosen forms carefully. Do not wedge pry bars, hammers, or tools against finish concrete surfaces scheduled for exposure to view. C. Store removed forms in manner that surfaces to be in contact with fresh concrete will not be damaged. Discard damaged forms. Concrete Forming and Accessories Section 03 10 00 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvement September 2021 City Project No.20084A Page 11 of 13 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction D. Vertical Forms: 1. Remain in place minimum of 36 hours after concrete is placed. 2. If, after 36 hours, concrete has sufficient strength and hardness to resist surface or other damage, forms may be removed. E. Other Forms Supporting Concrete and Shoring: Remain in place as follows: 1. Sides of Footings: 24 hours minimum. 2. Vertical Sides of Beams, Girders, and Similar Members: 36 hours minimum. 3. Slabs, Beams, and Girders: Until concrete strength reaches specified strength f'c or until shoring is installed. 4. Shoring for Slabs, Beams, and Girders: Shore until concrete strength reaches specified strength. 5. Wall Bracing: Brace walls until concrete strength of beams and slabs laterally supporting wall reaches specified strength. F. Green Concrete: 1. No heavy loading on green concrete will be permitted. 2. Green concrete is defined as concrete with less than 100 percent of specified strength f'c. G. Immediately after forms are removed, carefully examine concrete surfaces, and repair any irregularities in surfaces and finishes as specified in Section 03 30 00, Cast-in-Place Concrete. 3.7 ERECTION TOLERANCES A. Tolerances: 1. Finish concrete shall conform to shapes, lines, grades, and dimensions indicated on the Drawings. 2. The maximum deviation from true line and grade shall not exceed tolerances listed below at time of acceptance of project. 3. Construct formwork to produce completed concrete surfaces within construction tolerances specified in ACI 117,paragraphs 2.1 through 2.2 and paragraphs 4.0 through 4.6, except as modified herein: a. Slabs: 1) Slope: Uniformly sloped to drain when slope is indicated on the Drawings. 2) Slabs Indicated to be Level: Have maximum deviation of 1/8-inch in 10 feet without any apparent changes in grade. b. On Circular Tank Walls: The Contractor may deviate from finish line indicated on the Drawings by use of forms with chord lengths not to exceed 2 feet. Concrete Forming and Accessories Section 03 10 00 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvement September 2021 City Project No.20084A Page 12 of 13 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction C. Inserts: Set inserts to tolerances required for proper installation and operation of equipment or systems to which insert pertains. d. Maximum Tolerances: As follows: Item Tolerance Sleeves and Inserts Plus 1/8 Minus 1/8 inches Projected Ends of Anchor Plus 1/4 Minus 0.0 inches Bolts Anchor Bolt Setting Plus 1/16 Minus 1/16 inches 3.8 FIELD QUALITY CONTROL A. Inspect erected formwork, shoring, and bracing to ensure that work is in accordance with formwork design, and that supports, fastenings, wedges, ties, and items are secure. B. Notify Engineer after placement of reinforcing steel in forms, but minimum 48 hours prior to placing concrete. C. Schedule concrete placement to permit formwork inspection before placing concrete. END OF SECTION Concrete Forming and Accessories Section 03 10 00 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvement September 2021 City Project No.20084A Page 13 of 13 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS This page intentionally left blank. DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction SECTION 03 20 00 CONCRETE REINFORCING PARTI GENERAL 1.1 SUMMARY A. Section Includes: 1. Reinforcing bars. 2. Reinforcement accessories. B. Related Sections: 1. Section 03 10 00, Concrete Forming and Accessories. 2. Section 03 30 00, Cast-In-Place Concrete. 3. Section 04 20 00, Unit Masonry. 1.2 REFERENCES A. American Concrete Institute (ACI): 1. 301, Specifications for Structural Concrete. 2. 318, Building Code Requirements for Structural Concrete. 3. 350, Environmental Structures: Code Requirements. 4. 530.1, Specifications for Masonry Structures. 5. SP-66, ACI Detailing Manual. B. ASTM International (ASTM): 1. A82/A82M, Standard Specification for Steel Wire, Plain, for Concrete Reinforcement. 2. A184/A184M, Standard Specification for Fabricated Deformed Steel Bar Mats for Concrete Reinforcement. 3. A185/A185M-07, Standard Specification for Steel Welded Wire Reinforcement, Plain, for Concrete. 4. A496/A496M, Standard Specification for Steel Wire, Deformed, for Concrete Reinforcement. 5. A497/A497M, Standard Specification for Steel Welded Wire Fabric, Deformed, for Concrete Reinforcement. 6. A615/A615M, Standard Specification for Deformed and Plain Billet- Steel Bars for Concrete Reinforcement. 7. A704/A704M, Standard Specification for Welded Steel Plain Bar or Rod Mats for Concrete Reinforcement. 8. A706/A706M, Standard Specification for Low-Alloy Steel Deformed and Plain Bars for Concrete Reinforcement. CONCRETE REINFORCING Section 03 20 00 Oso VW Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvement September 2021 City Project No.20084A Page 1 of 6 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 9. A767/A767M, Standard Specification for Zinc-Coated (Galvanized) Steel Bars for Concrete Reinforcement. 10. A775/A775M, Standard Specification for Epoxy-Coated Steel Reinforcing Bars. 11. A884/A884M, Standard Specification for Epoxy-Coated Steel Wire and Welded Wire Reinforcement. C. Concrete Reinforcing Steel Institute (CRSI): 1. CRSI-Manual of Standard Practice. 2. CRSI-Placing Reinforcing Bars. 1.3 SUBMITTALS A. Section 01 33 01, Submittal Register B. Shop Drawings: Prepare shop drawings according to ACI 315. Reproductions of Drawings are not acceptable. Do not scale dimensions from Drawings. Include bar sizes, spacings, locations, bends, assemblies, splices, mechanical connections, dimensions and quantities of reinforcing steel_ Include bending and cutting schedules and supporting and spacing devices. Submit shop drawings and obtain Engineer's approval prior to fabrication. C. Certificates: Submit AWS qualification certificate for welders employed on the Work. D. Manufacturer's Certificate: 1. Submit certified copies of mill test report of reinforcement materials analysis. 1.4 QUALITY ASSURANCE A. Perform Work in accordance with CRSI- Manual of Standard Practice, ACI 301 and/or ACI 318. B. Prepare shop drawings in accordance with ACI SP-66. C. Maintain one copy of each document on site. 1.5 COORDINATION A. Section 00 72 00, General Conditions: Coordination and project conditions. B. Coordinate with placement of formwork, formed openings and other Work. CONCRETE REINFORCING Section 03 20 00 Oso VW Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvement September 2021 City Project No.20084A Page 2 of 6 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction PART 2 PRODUCTS 2.1 REINFORCEMENT A. Reinforcing Steel: ASTM A615/A615M, 60 ksi yield grade, deformed steel bars,plain finish. B. In cases where the provisions of this specification are in conflict with the provisions of the ASTM Designation to which reference is made, the provisions of this specification shall govern. 2.2 ACCESSORY MATERIALS A. Tie Wire: Minimum 16-gauge annealed type, unfinished. B. Chairs, Bolsters, Bar Supports, and Spacers: Sized and shaped for strength and support of reinforcement during concrete placement conditions including load bearing pad on bottom to prevent vapor retarder puncture. C. Special Chairs, Bolsters, Bar Supports, Spacers Adjacent to Weather Exposed Concrete Surfaces: Plastic-coated steel hot-dip galvanized metal spacers with plastic tips, Stainless steel or plastic spacers type; size and shape to meet Project conditions. 2.3 FABRICATION A. Fabricate concrete reinforcement in accordance with CRSI Manual of Practice and ACI 318. B. Form standard hooks for 180-degree bends, 90-degree bend, stirrup and tie hooks, and seismic hooks as indicated on Drawings. C. Reinforcing shall be bent cold, true to the shapes indicated on the drawings. Bending shall preferably be done in the shop. D. Irregularities in bending shall be cause for rejection. E. Form reinforcement bends with minimum diameters in accordance with ACI 318. F. Fabricate column reinforcement with offset bends at reinforcement splices. G. Form spiral column reinforcement from minimum 3/8-inch diameter continuous deformed bar or wire. H. Form ties and stirrups from the following: 1. Bars No. 10 and Smaller: No. 3 deformed bars. 2. Bars No. 11 and Larger: No. 4 deformed bars. CONCRETE REINFORCING Section 03 20 00 Oso VW Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvement September 2021 City Project No.20084A Page 3 of 6 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction L Locate reinforcement splices not indicated on Drawings, at point of minimum stress. Submit location of splices to Engineer for review and approval. 1. Refer to TxDOT Standard Specification Item 440, Article 440.2.E for nomenclature. 2.4 DELIVERY/ STORAGE A. Bundles of reinforcing bars shall be delivered to the site with tags showing quantity, grade, size and suitable identification to allow checking, sorting, and placing. B. Store reinforcement of different sizes and shapes separately. Store all reinforcing steel off ground on protective cribbing, platforms, skids and/or other supports and protect from oil, grease, dirt, or other deleterious materials. Rusting of reinforcing steel is a basis for rejection. C. Reinforcement shall be free from injurious defects such as cracks and laminations. PART 3 EXECUTION 3.1 PLACEMENT A. Place, support and secure reinforcement against displacement. Do not deviate from required position beyond specified tolerance. 1. Do not weld crossing reinforcement bars for assembly. 2. Unless otherwise shown on the drawings, dimensions shown for reinforcing bars are out to out of steel. 3. All reinforcing steel shall be tied at all intersections. Where spacing is less than one foot in each direction, tie every other intersection. 4. Reinforcing steel shall be supported and tied in such a manner as to provide a sufficiently rigid cage of steel. 5. If the cage is not adequately supported to resist settlement or floating upward of the steel, over-turning of truss bars or movement in any direction during concrete placement,permission to continue concrete placement will be withheld until corrective measures are taken. 6. Sufficient measurements shall be made during concrete placement to ensure that the reinforcement remains in the proper position. B. Do not displace or damage vapor retarder. C. Accommodate placement of formed openings. Check drawing requirements (plans, sections and details) for additional reinforcing steel at all openings. D. Space reinforcement bars with minimum clear spacing in accordance with ACI 318 of one bar diameter, but not less than 1 inch. CONCRETE REINFORCING Section 03 20 00 Oso VW Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvement September 2021 City Project No.20084A Page 4 of 6 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 1. Where bars are indicated in multiple layers,place upper bars directly above lower bars. E. For cast-in-place concrete, maintain concrete cover around reinforcement in accordance with ACI 318 as follows: Reinforcement Location Minimum Concrete Cover Concrete cast against and permanently exposed to earth 3 inches Concrete exposed to earth or No. 6 bars and larger 2 inches weather No. 5 bars and smaller 1-1/2 inches Concrete not exposed to No. 14 bars and larger 1-1/2 inches weather or in contact with ground; slabs, walls &joists No. 11 bars and smaller 3/4 inches Beams and Columns 1-1/2 inches Shell and Folded Plate No. 6 bars and larger 3/4 inch Members No. 5 bars and smaller 1/2 inch F. Minimum concrete cover over reinforcement shall be as specified in the table above unless specifically noted otherwise on the "Issued for Construction" drawings. Splice reinforcing where indicated on Drawings and in accordance with splicing device manufacturer's instructions. G. Development and splices of reinforcing steel shall be in accordance with ACI 318. H. When placed in the work, reinforcement shall be free from dirt, grease, oil, concrete laitance or other foreign matter prior to concrete placement. I. Reinforcing shall be free from injurious defects such as cracks and laminations. J. Install additional top and bottom corner bars, same size and quantity as the beam, footing or wall reinforcing, shown on the Drawings and at all beam corners and interior/exterior beam, footing or wall intersections. K. Unless noted otherwise, corner or intersection bar lap lengths shall be a minimum of 40-bar diameters in both directions. CONCRETE REINFORCING Section 03 20 00 Oso VW Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvement September 2021 City Project No.20084A Page 5 of 6 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 3.2 ERECTION TOLERANCES A. Install reinforcement within the following tolerances for flexural members, walls, and compression members: Concrete Cover Reinforcement Depth Depth Tolerance Tolerance Greater than 8 inches plus or minus 3/8 inch minus 3/8 inch Less than 8 inches plus or minus 1/2 inch minus 1/2 inch B. Install reinforcement within the tolerances specified in ACI 530.1 for foundation walls. 3.3 FIELD QUALITY CONTROL A. The Contractor shall implement a quality control plan to ensure that the reinforcing size, type, finish, spacing, cover, splicing, material and placement are in accordance with the "Issued for Construction" drawings. B. If the project requires reinforcing inspections, no concrete shall be deposited until the engineer has inspected the reinforcing steel and has given permission to proceed with concrete placement. Notify the engineer a minimum of 48 hours prior to the planned concrete pour. C. The Contractor shall provide free access to Work and cooperate with the Engineer or Engineer's appointed inspector. END OF SECTION CONCRETE REINFORCING Section 03 20 00 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvement September 2021 City Project No.20084A Page 6 of 6 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction SECTION 03 30 00 CAST-IN-PLACE CONCRETE PARTI GENERAL 1.1 SUMMARY A. Section includes cast-in-place concrete for the following: 1. Supported slabs and slabs on grade. B. Related Sections: 1. Section 03 10 00, Concrete Forming and Accessories. 2. Section 03 20 00, Concrete Reinforcing. 1.2 REFERENCES A. American Concrete Institute (ACI): 1. CT, Concrete Terminology. 2. 301, Specifications for Structural Concrete. 3. 305, Hot Weather Concreting. 4. 306.1, Standard Specification for Cold Weather Concreting. 5. 308.1, Standard Specification for Curing Concrete. 6. 309R, Guide for Consolidation of Concrete. 7. 318, Building Code Requirements for Structural Concrete. 8. 347, Guide to Formwork for Concrete. B. ASTM International (ASTM): 1. B221, Standard Specification for Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes. 2. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field. 3. C33, Standard Specification for Concrete Aggregates. 4. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. 5. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. 6. C78, Standard Test Method for Flexural Strength of Concrete (Using Simple Beam with Third-Point Loading). 7. C94, Standard Specification for Ready-Mixed Concrete. 8. C109, Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-in. Cube Specimens). 9. C143, Standard Test Method for Slump of Hydraulic Cement Concrete. Cast-In-Place Concrete Section 03 30 00 Oso VTRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvement September 2021 City Project No.20084A Page 1 of 19 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 10. C15O, Standard Specification for Portland Cement. 11. C172, Standard Practice for Sampling Freshly Mixed Concrete. 12. C173, Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method. 13. C192, Standard Practice for Making and Curing Concrete Test Specimens in the Laboratory. 14. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. 15. C26O, Standard Specification for Air-Entraining Admixtures for Concrete. 16. C33O, Standard Specification for Lightweight Aggregates for Structural Concrete. 17. C494, Standard Specification for Chemical Admixtures for Concrete. 18. C496, Standard Test Method for Splitting Tensile Strength of Cylindrical Concrete Specimens. 19. C595, Standard Specification for Blended Hydraulic Cements. 20. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Concrete. 21. C685, Standard Specification for Concrete Made By Volumetric Batching and Continuous Mixing. 22. C845, Standard Specification for Expansive Hydraulic Cement. 23. C92O, Standard Specification for Elastomeric Joint Sealants. 24. C989, Standard Specification for Ground Granulated Blast-Furnace Slag for Use in Concrete and Mortars. 25. CIO 17, Standard Specification for Chemical Admixtures for Use in Producing Flowing Concrete. 26. C1O64, Standard Test Method for Temperature of Freshly Mixed Hydraulic-Cement Concrete. 27. Cl 107, Standard Specification for Packaged Dry, Hydraulic-Cement Grout(Nonshrink). 28. C1116, Standard Specification for Fiber-Reinforced Concrete and Shotcrete. 29. C1157, Standard Performance Specification for Hydraulic Cement. 30. C1218, Standard Test Method for Water-Soluble Chloride in Mortar and Concrete. 31. C124O, Standard Specification for Silica Fume Used in Cementitious Mixtures. 32. D994, Standard Specification for Preformed Expansion Joint Filler for Concrete (Bituminous Type). 33. D1751, Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types). 34. D1752, Standard Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction. 35. D669O, Standard Specification for Joint and Crack Sealants, Hot Applied, for Concrete and Asphalt Pavements. Cast-In-Place Concrete Section 03 30 00 Oso wRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvement September 2021 City Project No.20084A Page 2 of 19 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 36. E96, Standard Test Methods for Water Vapor Transmission of Materials. 37. El 19, Standard Test Methods for Fire Tests of Building Construction and Materials. 38. E154, Standard Test Methods for Water Vapor Retarders Used in Contact with Earth Under Concrete Slabs, on Walls, or as Ground Cover. 39. E1643, Standard Practice for Installation of Water Vapor Retarders Used in Contact with Earth or Granular Fill under Concrete Slabs. 40. E1745, Standard Specification for Plastic Water Vapor Retarders Used in Contact with Soil or Granular Fill under Concrete Slabs. C. Concrete Reinforcing Steel Institute (CRSI): 1. CRSI Design Handbook. 1.3 PERFORMANCE REQUIREMENTS A. Vapor Barrier Permeance: Maximum 0.01 Perms (grains/ft2 * hr * in.Hg) when tested in accordance with ASTM E96/E96M, desiccant method or water method. 1. Maintain permeance of less than 0.01 Perms (grains/ft2 * hr * in.Hg) after mandatory conditioning tests per ASTM E154 Sections 8, 11, 12, and 13. 1.4 SUBMITTALS A. Section 01 33 01, Submittal Register. B. Product Data: Submit data on manufactured products, admixtures and vapor barrier. C. Design Data: 1. Submit concrete mix design for each concrete strength/class indicated on Drawings a minimum of fifteen days prior to concrete placement. Submit separate mix designs when admixtures are required for the following: a. Hot and cold weather concrete work. b. Air entrained concrete work. 2. Identify mix ingredients, including type, brand, source and proportions of cement, fly ash, and admixtures, as well as aggregate gradation and chemical composition. Also include applicable reference specifications and copies of test reports showing that the mix has been successfully tested to produce concrete with the properties specified and will be suitable for job conditions. 3. Admixtures shall not contain chloride ions. Cast-In-Place Concrete Section 03 30 00 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvement September 2021 City Project No.20084A Page 3 of 19 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction D. Certificate of Compliance: Submit to the Engineer for approval for each strength/class of concrete indicated on Drawings: 1. Aggregates. 2. Admixtures. 3. Cement. 4. Fly Ash. 5. Epoxy Grout. E. Obtain approval by Engineer before concrete placement. F. Manufacturer's Installation Instructions: Submit installation procedures and interface required with adjacent Work. 1.5 CLOSEOUT SUBMITTALS A. Project Record Documents: Accurately record actual locations of embedded utilities and components concealed from view in finished construction. 1.6 QUALITY ASSURANCE A. Perform Work in accordance with ACI 301 and 318. B. Conform to ACI 305 when concreting during hot weather. C. Conform to ACI 306.1 when concreting during cold weather. D. Acquire cement and aggregate from one source for Work. E. Maintain one copy minimum of each document on site. 1.7 DELIVERY A. Do not deliver concrete until forms, reinforcement, embedded items, and chamfer strips are in place and ready for concrete placement and Engineer's inspection has been completed satisfactorily. B. Packing and Shipping: Deliver and store packaged materials in original containers until ready for use. 1.8 ENVIRONMENTAL CONDITIONS A. Maintain concrete temperature after installation at minimum 50 degrees F for minimum 7 days. B. Maintain high early strength concrete temperature after installation at minimum 50 degrees F for minimum 3 days. Cast-In-Place Concrete Section 03 30 00 Oso VTRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvement September 2021 City Project No.20084A Page 4 of 19 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction C. Concrete temperature at time of delivery shall not exceed 85 degrees F. Any temperature above this will not be accepted. Measures shall be taken to ensure proper temperature at time of placement. 1.9 COORDINATION A. Coordinate placement of joint devices, sleeves,penetrations, openings, conduits,piping, etc. with erection of concrete formwork and placement of form accessories. PART 2 PRODUCTS 2.1 CONCRETE A. Consistency of concrete mixtures shall be such that: 1. The mortar will cling to the coarse aggregate. 2. The aggregates will not segregate in the concrete when it is transported to the place of deposit. 3. The concrete, when dropped directly from the discharge chute of the mixer, will flatten out at the center of the pile, but the edge of the pile will stand and not flow. 4. The concrete and mortar will show no free water when removed from the mixer. 5. The concrete will slide and not flow into place when transported in metal chutes at an angle of thirty (30) degrees with the horizontal. 6. The surface of the finished concrete will be free of a surface film of "laitance". 2.2 CONCRETE MATERIALS A. Cement: ASTM C150, Normal weight concrete for all concrete shall be Type 11 and have a 28-day minimum compressive strength of 4,000 psi. Admixtures shall not contain chloride ions in any form. B. Site Mixed Cement 1. Cement used to make concrete shall be as indicated above. 2. Cement shall be of a standard brand manufactured by a reputable firm. 3. Only one brand of cement will be permitted unless otherwise authorized by the Engineer. 4. Each bag of cement shall be plainly marked with the name of the manufacturer and shall weigh no less than 94 pounds net. 5. Cement must be in good condition at the time it is delivered, and it shall be properly protected against dampness after delivery. 6. No cement will be accepted which has become caked. Cast-In-Place Concrete Section 03 30 00 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvement September 2021 City Project No.20084A Page 5 of 19 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction C. Normal Weight Aggregates: ASTM C33. 1. The source of supply of fine and coarse aggregates shall be approved by the Engineer before any material is delivered. If required, samples of the fine or coarse aggregates shall be submitted to the Engineer for approval. 2. Each sample shall be accompanied by complete information as to the source, name of producer, capacity and type of plant. 3. Aggregates shall conform to the "Specification for Concrete Aggregates", ASTM C33, except that with written permission of the Engineer, aggregates may be used which have shown by tests or actual service that they will produce concrete of the required strength, durability, water tightness, fire resistance and wearing qualities. 4. The nominal maximum size of the aggregate shall be no larger than 1 inch, unless otherwise indicated on the Drawings or approved by the Engineer. D. Lightweight Aggregate: ASTM C33O. 1. Coarse Aggregate Maximum Size: In accordance with ACI 318. E. Water: ACI 318;potable, without deleterious amounts of chloride ions, oils, acids, alkali, salts, organic material or other substances that may be deleterious to concrete or steel. 2.3 ADMIXTURES A. Manufacturers: 1. BASF Construction Chemicals - Building Systems. 2. Euclid Chemical Company (The); an RPM company. 3. Grace Construction Products; W.R. Grace & Co. -- Conn. 4. Sika Corporation. 5. Substitutions: Permitted. Contractor to submit substitutions to Engineer for review and approval. B. Air Entrainment: ASTM C26O. C. Chemical: ASTM C494. 1. Type A, Water Reducing. 2. Type D, Water Reducing and Retarding. 3. Type F, Water Reducing, High Range. 4. Type G, Water Reducing, High Range and Retarding. D. Fly Ash: ASTM C618; Class F; 25 percent of cementitious materials by weight, maximum. Cast-In-Place Concrete Section 03 30 00 Oso wRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvement September 2021 City Project No.20084A Page 6 of 19 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction E. Silica Fume: ASTM C1240. F. Prohibited admixtures include calcium chloride, thiocyanates, and all admixtures that contribute free chloride ion in excess of 0.1 percent by weight of cement. 2.4 ACCESSORIES A. Bonding Agent: Polymer resin emulsion, Polyvinyl Acetate, Latex emulsion, or two-component modified epoxy resin. 1. Manufacturers: a. Euclid Chemical Company (The); an RPM company. b. Meadows, W.R., Inc. C. QUIKRETE. d. Sika Corporation. e. Substitutions: Permitted. Contractor to submit substitutions to Engineer for review and approval. B. Vapor Barrier: ASTM E1745 Class A; 15 mil thick extruded polyolefin membrane; type recommended for below grade application. Furnish joint tape recommended by manufacturer. 1. Manufacturers: a. Stego Wrap by Stego Industries, LLC. b. VaporGuard by Griffolyn. C. Zero-Perm by Alumiseal. d. Substitutions: Not Permitted. C. Curing Compound: A curing compound, which may be sprayed on the surface of the concrete to prevent evaporation of moisture, may be used with the Engineer's prior approval. This curing compound must be compatible with the sealer. 2.5 JOINT DEVICES AND FILLER MATERIALS A. Construction Joint Devices: Not Applicable. B. Expansion Joint Devices: 1. Paving Joints: a. Manufacturers: 1) Greenstreak 4610 or 4628 by Greenstreak, Inc. 2) Substitutions: Permitted. Contractor to submit substitutions to Engineer for review and approval. Cast-In-Place Concrete Section 03 30 00 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvement September 2021 City Project No.20084A Page 7 of 19 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction C. Expansion Joint Filler Material: 1. Joint Filler Type A: ASTM D994; Asphalt impregnated fiberboard or felt; thickness as specified on Drawings; tongue and groove profile. 2. Joint Filler: Treated pine expansion board; thickness as specified on Drawings. D. Sealant: ASTM C920, elastomeric, self-leveling polyurethane sealant or as indicated on Drawings. 2.6 CONCRETE MIX A. Select proportions for concrete in accordance with ACI 318 trial mixtures or field experience. B. Provide structural concrete to the following criteria, unless indicated otherwise on Structural Series Drawings: Minimum Compressive Maximum Strength Max. Water- (f'c) Aggregate Slump Cement Cement 28-da (psi) 1 Size(in) I (in) Type I Ratio I Types of Structures 4500 1 4+/- 1 Type II 0.45 Channel walls,wall Normal ports,pipe penetrations 4000 1 4+/- 1 Type II 0.45 Concrete Caps Normal C. Slump Requirements: 1. The maximum slump may be increased as specified with the addition of an approved admixture provided that the water/cement ratio is not exceeded. The Contractor shall be held responsible for the concrete being within the permissible ranges of slump. 2. The maximum allowable slump may be increased to 5 inches for concrete utilizing fly ash for 25 percent of the total cementitious material, however, do not exceed the maximum slump specified herein. 3. Maximum slump for Concrete containing High-Range Water-Reducing Admixture (Superplasticizer): 8-inches after admixture is added to concrete with 3-to 5-inch slump. Approved superplasticizers are DARACEM 100 by Grace GCP or approved equal. Cast-In-Place Concrete Section 03 30 00 Oso wRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvement September 2021 City Project No.20084A Page 8 of 19 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 4. Allowable slump for foundations shall be within the following limits: Slump in Inches Element Minimum I Maximum Foundations, footings, walls and roofs 3 5 D. Admixtures: Include admixture types and quantities indicated in concrete mix designs only when approved by Engineer. 1. Use accelerating admixtures in cold weather. Use of admixtures will not relax cold weather placement requirements. 2. Do not use calcium chloride or admixtures containing calcium chloride. 3. Use set retarding admixtures during hot weather. 4. Add air entrainment admixture to concrete mix for work exposed to freezing and thawing or deicing chemicals. 5. For concrete exposed to deicing chemicals, limit fly ash,pozzolans, silica fume, and slag content as required by applicable code. E. Average Compressive Strength Reduction: Not permitted. F. Ready Mixed Concrete: Mix and deliver concrete in accordance with ASTM C94/C94M. 1. When a truck mixer is used for delivery of concrete, no water from the truck water system or elsewhere shall be added after the initial introduction of the mixing water, except when on arrival at the job site the slump of the concrete is less than that specified. 2. Certification: The manufacturer of the concrete shall furnish to the Contractor with each batch of concrete before unloading at the site, a delivery ticket on which is printed, stamped, or written the following information: a. Name of ready-mix batch plant. b. Serial number of ticket. C. Date and truck number. d. Name of Contractor. e. Designation of job. f. Class or designation of concrete. g. Amount of concrete (cubic yards). h. Time loaded. i. Water added by receiver of concrete and his initials. j. Type, name and amount of admixture. G. Site Mixed Concrete: Mix concrete in accordance with ACI 318. Cast-In-Place Concrete Section 03 30 00 Oso VTRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvement September 2021 City Project No.20084A Page 9 of 19 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction H. Mortar Mixes for Concrete Finishes: 1. Mortar Mix for F4 Finish: Consist of 1-part cement and 1-1/2 parts fine sand passing No. 100 screen, mixed with enough water and emulsified bonding agent to have consistency of thick cream. 2. Mortar Mix for F5 Finish: Consist of 1-part cement to 1-1/2 parts of sand which passes No. 16 screen. PART 3 EXECUTION 3.1 EXAMINATION A. Verify requirements for concrete cover over reinforcement. B. Verify anchors, seats,plates, reinforcement and other items to be cast into concrete are accurately placed,positioned securely, and will not interfere or move from position with placing concrete. 3.2 PREPARATION A. Prepare previously placed concrete by cleaning with steel brush and applying bonding agent. Remove laitance, coatings, and unsound materials. B. In locations where new concrete is doweled to existing work, drill holes in existing concrete, insert steel dowels and epoxy as indicated on Drawings. C. Remove debris and ice from formwork, reinforcement, and concrete substrates. D. Remove water from areas receiving concrete before concrete is placed. E. Before beginning work, the Contractor shall inform the Engineer fully on the methods of construction, which he proposes to follow, including the amount and character of the equipment which he plans to use on the work. F. Contractor is responsible for the safety and correctness of his method of construction, and for the adequacy of his equipment to carry out and complete the work in accordance with the Contract Documents. Concurrence on the part of the Engineer in any proposed method of construction, approval of equipment or the approval of concrete form plans shall not be considered as relieving the Contractor of his responsibility to provide for the safety of workers and the public. Cast-In-Place Concrete Section 03 30 00 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvement September 2021 City Project No.20084A Page 10 of 19 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 3.3 PLACING CONCRETE A. Place concrete in accordance with ACI 318. B. Notify testing laboratory and Engineer minimum 48 hours prior to commencement of operations. Engineer shall be permitted to inspect the forms, reinforcing steel placement and the preparations for placing the concrete with ample time for Contractor to correct any and all noted deficiencies before concrete arrives on site. C. The Contractor shall be responsible for the protection of all concrete placed under any and all-weather conditions. D. Ensure reinforcement, inserts, embedded parts, formed expansion and contraction joints, and other cast-in items are not disturbed during concrete placement. E. When it is necessary to continue mixing,placing and finishing concrete after daylight hours, the work area shall be brilliantly lighted so that all operations are plainly visible. F. In general, concrete placing shall be so regulated that all finishing will be completed during daylight hours. G. Install vapor barrier under interior slabs on grade in accordance with ASTM El 643. Lap joints and seal watertight in accordance with manufacturer's installation instructions. H. Repair vapor barrier damaged during placement of reinforcing steel. Repair with vapor barrier material; lap over damaged areas and seal watertight in accordance with manufacturer's installation instructions. L Deposit concrete as nearly as practical in its final position. Prevent segregation of mix. J. Concrete placed with a tremie pipe shall not be allowed to free fall more than 6 feet, with the exception of concrete piers. K. Place concrete in continuous operation for each panel or section determined by predetermined joints. L. Consolidate concrete immediately after placing by use of internal concrete vibrators supplemented by hand spading, rodding and tamping. 1. Air entrained concrete shall not be vibrated for more than 12 seconds. 2. Vibrators shall not be used to transport concrete inside forms. 3. The vibrating equipment shall at all times be adequate in number of units and power to properly consolidate all concrete. Cast-In-Place Concrete Section 03 30 00 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvement September 2021 City Project No.20084A Page 11 of 19 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 4. Duration of vibration shall be limited to time necessary to produce satisfactory consolidation without causing objectionable segregation. 5. Vibrators shall be applied at uniformly spaced points not farther apart than the visible effectiveness of the machine. 6. Where conditions make consolidation difficult or where reinforcement is congested, batches of mortar containing the same proportions of cement, sand, and water used in the concrete shall first be deposited in the forms to a depth of at least 1 inch. M. Maintain records of concrete placement. Record date, location, quantity, air temperature, and test samples taken. N. Place concrete continuously between predetermined expansion, control, and construction joints. O. Do not interrupt successive placement between planned/approved joint locations; do not permit cold joints to occur. 1. A cold joint, as defined by ACI CT, is a joint or discontinuity resulting from a delay in placement of sufficient duration to preclude intermingling and bonding of the material. P. Place floor slabs in saw-cut pattern as indicated on Drawings. Q. Contractor shall submit construction joint placement plans for Engineer approval prior to placing concrete. R. Saw cut joints within 8 hours after placing. Use 3/16-inch-thick blade, cut into 1/4 depth of slab thickness or 3/4-inch minimum, whichever is greater, or as specified on Drawings. S. Screed floors and slabs on grade level, maintaining surface flatness of maximum 1/8-inch in 10 feet. 3.4 TRANSPORTING REQUIREMENTS A. Concrete mixed in stationary mixers or paving mixers and transported by non-agitating equipment shall be placed in the forms within 45 minutes from the time ingredients are charged into the mixing drum. B. Concrete that is truck mixed or transported in truck mixers or truck agitators shall be delivered to the site of the work and discharge completed in the forms within the time specified in ASTM C94. C. Transit-mixed concrete that is completely mixed at the site of concrete placement or batched cement and aggregates transported to mixers shall be placed in forms within 90 minutes after cement has been added. Cast-In-Place Concrete Section 03 30 00 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvement September 2021 City Project No.20084A Page 12 of 19 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction D. Concrete shall be placed in forms within 15 minutes after discharge from the mixer at the job site. 3.5 CONCRETE FINISHING—DESCRIPTION A. Cement for Finishes: Addition of white cement may be required to produce finish which matches color of concrete to be finished. B. Vertical Concrete Surfaces: Use following finishes for vertical concrete surfaces as indicated in section "Concrete Finishing—Application": L Fl Finish: No special treatment other than repair defective work and fill depressions 1 inch or deeper and tie holes with mortar after removal of curing membrane. 2. F2 Finish: No special treatment other than repair defective work, remove fins, fill depressions 1/2-inch or deeper and tie holes with mortar after removal of curing membrane. 3. F3 Finish: Repair defective work, remove fins, offsets, and curing membrane, and grind projections smooth. Fill depressions 1/4 inch or larger in depth or width and tie holes with mortar after removal of curing membrane. 4. F4 Finish: a. Same as specified for F3 finish, and in addition fill depressions and holes 1/16-inch or larger in width with mortar. b. `Brush-Off' sandblast surfaces prior to filling holes to expose all holes near surface of the concrete. C. Thoroughly wet surfaces and commence filling of pits, holes, and depressions while surfaces are still damp. d. Perform filling by rubbing mortar over entire area with clean burlap, sponge rubber floats, or trowels. e. Do not let any material remain on surfaces, except that within pits and depressions. f. Wipe surfaces clean and moist cure. 5. F5 Finish: Receive same finish specified for F3 Finish, and in addition, receive special stoned finish in accordance with the following requirements: a. Remove forms and perform required repairs,patching, and pointing as specified in this Section. b. Wet surfaces thoroughly with brush and rub with hard wood float dipped in water containing 2 pounds of Portland cement per gallon. C. Rub surfaces until form marks and projections have been removed. d. Spread grindings from rubbing operations uniformly over surface with brush in such manner as to fill pits and small voids. e. Moist cure brushed surfaces and allow to harden for 3 days: Cast-In-Place Concrete Section 03 30 00 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvement September 2021 City Project No.20084A Page 13 of 19 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 1) After curing, obtain final finish by rubbing with carborundum stone of approximately No. 50 grit until entire surfaces have smooth texture and uniform color. 2) Continue curing for remainder of specified time. f. If any concrete surface is allowed to become too hard to finish in above specified manner, sandblast and wash related surfaces exposed to view, whether finished or not. 1) While still damp, rub over surface,plastic mortar, as specified for brushed surfaces and handstoned with No. 60 grit carborundum stone, using additional mortar for brushed surfaces until surface is evenly filled without excess of mortar. 2) Continue stoning until surface is hard. 3) After moist curing for 3 days, make surface smooth in texture and uniform in color by use of No. 50 or No. 60 carborundum stone. 4) After stoning, continue curing until 7 day curing period is completed. C. Horizontal Concrete: After proper and adequate vibration and tamping, use following finishes for horizontal concrete surfaces as indicates in section "Concrete Finishing—Application": 1. Sl Finish: Screed to grade and leave without special finish. 2. S2 Finish: Smooth steel trowel finish. 3. S3 Finish: Steel trowel finish free from trowel marks. Provide smooth finish free of all irregularities. 4. S4 Finish: Steel trowel finish, without local depressions or high points, followed by a light hairbroom finish. Do not use stiff bristle brooms or brushes. Perform brooming parallel to slab drainage. Provide resulting finish that is rough enough to provide nonskid finish. Finish shall be subject to review and acceptance by the Owner and/or Engineer. 5. S5 Finish: Nonslip abrasive: After concrete has been screeded level and hardened enough to support a man standing on a board, sprinkle abrasive from shake screen into surface at a uniform rate of 25 pounds for each 100 square feet of surface area, wood float into finish, then trowel abrasive into surface with steel trowel properly exposing abrasive in surface as required to provide non slip surface. 3.6 CONCRETE FINISHING - APPLICATION A. Finish concrete surfaces as indicated on the Drawings. Where not specified or indicated on the Drawings, finish surfaces as follows: L F4 Finish for Following Vertical Surfaces: a. Concrete surfaces specified or indicated to be painted. b. Concrete surfaces, interior or exterior, exposed to view. Cast-In-Place Concrete Section 03 30 00 Oso VTRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvement September 2021 City Project No.20084A Page 14 of 19 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 2. Surfaces in Open Channels, Basins, and Similar Structures: a. F3 Finish for vertical surfaces which are normally below water surface. b. F4 Finish for vertical surfaces located above normal water surface and exposed to view. C. Remove fins and fill tie holes from concrete surfaces located in closed boxes or channels where there is normally no access or passageway. 3. S4 Finish for Following Surfaces: a. Exterior walkways. b. Tops of exterior walls or beams which are to serve as walkways. C. Tops of exterior walls or beams which are to support gratings. 4. S3 Finish for Following surfaces: a. Building and machine room floors which are not covered with surfacing material: Provide floors that are free from trowel marks. 5. S2 Finish for Following Surfaces: a. Tops of corbels. b. Tops of walls and beams not covered above in S4 Finish. C. Tops of slabs not covered in SI Finish below. d. All other surfaces not specified to be finished otherwise. 6. SI Finish for Following Surfaces: a. Basin bottoms to which layer of grout is to be applied. b. Projecting footings which are to be covered with dirt. C. Slab surfaces which are to be covered with concrete fill. B. Concrete Floor Surfaces to which Surfacing Material is Applied: 1. Finish smooth with tolerance within 1/8-inch in 10 feet in any direction from lines indicated on the Drawings. a. Wood float surfaces receiving quarry tile, ceramic the or terrazzo with full bed setting system. b. Steel trowel surfaces receiving carpeting, resilient flooring, seamless flooring, thin set quarry tile, or thin set ceramic tile. C. In areas with floor drains, maintain floor elevation at walls; pitch surfaces uniformly to drains as indicated on Drawings. D. Defects: Concrete with excessive honeycomb (including exposed steel reinforcing, cold joints, entrapped debris, separated aggregate, or other defects)which affect the serviceability or structural strength will be rejected, unless correction of defects is approved. Obtain approval of corrective action prior to repair. The surface of the concrete shall not vary more than the allowable tolerances of ACI 347. Exposed surfaces shall be uniform in appearance and finished as specified above. Cast-In-Place Concrete Section 03 30 00 Oso wRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvement September 2021 City Project No.20084A Page 15 of 19 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 3.7 CURING AND PROTECTION A. Immediately after placement,protect concrete from premature drying, excessively hot or cold temperatures, and mechanical injury. 1. Protect concrete footings from freezing for minimum 5 days. B. Maintain concrete with minimal moisture loss at relatively constant temperature for period necessary for hydration of cement and hardening of concrete. Cure concrete in accordance with ACI 301, ACI 308.1 and ACI 318. C. Curing shall be continuous for a minimum of 7 days or until 70 percent of the specified compressive strength has been obtained. D. Contractor shall submit the curing method selected from those published in ACI 308.1 to the Engineer of Record for approval. 3.8 FIELD QUALITY CONTROL A. Field testing will be performed by an independent commercial testing laboratory, retained by the Owner at his expense, in accordance with ACI 318. 1. Two copies of all test reports shall be furnished directly to the Owner. B. Provide free access to Work and cooperate with appointed testing firm. C. Submit proposed mix design of each class of concrete to Engineer for review prior to commencement of Work. D. Concrete Inspections: 1. Continuous Placement Inspection: Inspect for proper installation procedures. 2. Periodic Curing Inspection: Inspect for specified curing temperature and procedures. E. Strength Test Samples: 1. Sampling Procedures: ASTM C172. 2. Cylinder Molding and Curing Procedures: ASTM C31, cylinder specimens, standard cured. 3. Sample concrete and make one set of four 6-inch diameter by 12-inch long test cylinders or five 4-inch diameter by 8-inch long test cylinders for every 50 cu yds or less of each class of concrete placed each day, or any fraction thereof. 4. When volume of concrete for any class of concrete would provide less than five sets of cylinders, take samples from five randomly selected batches, or from every batch when less than five batches are used. Cast-In-Place Concrete Section 03 30 00 Oso VTRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvement September 2021 City Project No.20084A Page 16 of 19 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 5. Make one additional cylinder during cold weather concreting and field cure. F. Field Testing: 1. Slump Test Method: ASTM C143. 2. Air Content Test Method: ASTM C173 or ASTM C231. 3. Temperature Test Method: ASTM C1064. 4. Measure slump and temperature at commencement of concrete placement, for each compressive strength concrete sample, and for each batch (minimum) or every 10 cubic yards (maximum) of concrete. 5. Measure air content in air entrained concrete at commencement of concrete placement, for each compressive strength concrete sample, and for each batch (minimum) or every 10 cubic yards (maximum) of concrete. G. Cylinder Compressive Strength Testing: 1. Test Method: ASTM C39. 2. Test one cylinder at 7 days. 3. Test two 6-inch diameter by 12-inch long cylinders or three 4-inch diameter by 8-inch long cylinders at 28 days. 4. Retain one cylinder for testing when requested by Engineer. 5. Dispose of remaining cylinders when testing is not required. H. Core Compressive Strength Testing: 1. Sampling and Testing Procedures: ASTM C42. 2. Test Acceptance: In accordance with ACI 318. 3. Drill three cores for each failed strength test from concrete represented by failed strength test. L Maintain records of concrete placement. Record date, location, quantity, air temperature and test samples taken. 3.9 DEFECTS A. Allow Engineer to inspect concrete surfaces immediately upon removal of forms. B. Concrete with honeycomb (including exposed steel reinforcing, cold joints, entrapped debris, separated aggregate, or other defects)which affects the serviceability or structural strength will be rejected, unless correction of defects is approved. Obtain approval of corrective action prior to repair. 1. As described in ACI 309R, honeycomb occurs when the mortar does not fill the space between the coarse aggregate particles and when it shows on a surface, it is necessary to chip out the area and make a repair. Cast-In-Place Concrete Section 03 30 00 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvement September 2021 City Project No.20084A Page 17 of 19 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction C. The surface of the concrete shall not vary in alignment more than the allowable tolerances of ACI 347. D. Exposed surfaces shall be uniform in appearance and finished as specified in the "Concrete Finishing"paragraphs above. E. Patch imperfections as directed by Engineer. 3.10 DEFECTIVE CONCRETE A. Defective Concrete: Concrete not conforming to required lines, details, dimensions, design strength, tolerances or specified requirements. B. Repair or replacement of defective concrete will be determined by Engineer. C. Do not patch, fill, touch-up, repair, or replace exposed concrete except upon express direction of Engineer for each individual area. D. Failure to Meet Strength Requirements: 1. The Engineer shall have the right to require changes in proportions, or to require additional curing on those portions of the structure represented by the test specimens, which failed. 2. If additional curing does not give the strength required, the Engineer shall have the right to require strengthening or removal and replacement of those portions which fail to develop required strength. 3. Specimens will be considered to have failed when average strength for any period of placing is less than values indicated in the following table: No. Days Consecutive Placing of Percent of Strength Any One Class of Concrete Specified 1 85 2 95 3 95 5 or more 100 4. When additional curing of portions of the structure is ordered by the Engineer, it shall be done at Contractor's expense and no claim for extra compensation for such additional curing shall be allowed. Cast-In-Place Concrete Section 03 30 00 Oso VTRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvement September 2021 City Project No.20084A Page 18 of 19 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 5. In no case shall the Contractor be required to provide such additional curing beyond a total of 21 days, except where average strength of specimens, representing concrete placed on any three consecutive days, fall below 80 percent of the value specified in the "Concrete Mix" section of this specification. In this case, curing shall be continued until cores drilled from portions of the structure involved show an average strength equal to that specified in the "Concrete Mix" section of this specification. Cores shall have a diameter of approximately three times the maximum size aggregate and shall be tested in accordance with ASTM C42. END OF SECTION Cast-In-Place Concrete Section 03 30 00 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvement September 2021 City Project No.20084A Page 19 of 19 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS This page intentionally left blank. DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction SECTION 04 05 14 MASONRY, MORTARING,AND GROUTING PARTI GENERAL 1.1 SECTION INCLUDES A. Mortar and grout for masonry. 1.2 RELATED SECTIONS A. Section 04 22 00, Concrete Unit Masonry. 1.3 REFERENCES A. American Concrete Institute (ACI): 1. 530, Building Code Requirements for Masonry Structures. 2. 530.1, Specifications for Masonry Structures. B. ASTM International (ASTM): 1. C94, Ready-Mixed Concrete. 2. C144, Aggregate for Masonry Mortar. 3. C150, Portland Cement. 4. C199, Test Method for Pier Test for Refractory Mortar. 5. C207, Hydrated Lime for Masonry Purposes. 6. C270, Mortar for Unit Masonry. 7. C404, Aggregates for Masonry Grout. 8. C476, Grout for Masonry. 9. C595, Blended Hydraulic Cement. 10. C780, Preconstruction and Construction Evaluation of Mortars for Plain and Reinforced Unit Masonry. 11. C1019, Method of Sampling and Testing Grout. 12. C1072, Method for Measurement of Masonry Flexural Bond Strength. 13. E447, Test Methods for Compressive Strength of Masonry Prisms. 14. E514, Water Permeance. 15. E518, Test Method for Flexural Bond Strength of Masonry. C. IMIAC (International Masonry Industry All-Weather Council): 1. Recommended Practices and Guide Specifications for Cold Weather Masonry Construction. 2. Recommended Practices and Guide Specifications for Hot Weather Masonry Construction. Masonry,Mortaring,and Grouting Section 04 05 14 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvement September 2021 City Project No.20084A Pagel of 5 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 1.4 SUBMITTALS A. Include design mix, indicate whether the Proportion or Property specification of ASTM C270 is to be used, required environmental conditions, and admixture limitations. B. Samples: Submit two samples of mortar, illustrating mortar color and color range. C. Reports: Submit reports on mortar indicating conformance of mortar to property requirements of ASTM C270 and test and evaluation reports to ASTM C780. D. Reports: Submit reports on grout indicating conformance of component grout materials to requirements of ASTM C476 and test and evaluation reports to ASTM C1019. Design shall be for flowable mix grout. E. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. 1.5 QUALITY ASSURANCE A. Perform Work in accordance with ACI 530 and ACI 530.1. B. Maintain one copy of each document on site. 1.6 DELIVERY, STORAGE, AND HANDLING A. Maintain packaged materials clean, dry, and protected against dampness, freezing, and foreign matter. 1.7 ENVIRONMENTAL REQUIREMENTS A. Maintain materials and surrounding air temperature to minimum 50 degrees F prior to, during, and 48 hours after completion of masonry work. PART 2 PRODUCTS 2.1 PREMIX MORTAR A. Premix mortar is not acceptable. 2.2 MATERIALS A. Portland Cement: ASTM C150, Type I, gray color. B. Masonry Cement: Masonry cement is not acceptable. C. Mortar Aggregate: ASTM C144, standard masonry type. Masonry,Mortaring,and Grouting Section 04 05 14 Oso wRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvement September 2021 City Project No.20084A Page 2 of 5 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction D. Hydrated Lime: ASTM C207, Type S. E. Grout Course Aggregate: ASTM C404. F. Water: Clean and potable. G. Bonding Agent: Latex type. 2.3 MORTAR COLOR A. Mortar Color: Match existing. Submit for Owner approval. 2.4 ADMIXTURES A. Plasticizer for Grout: Manufactured by W. R. Grace. B. Integral Water Repellent Admixture for Mortar- ASTM E514, Class E- Dry- Block Mortar Admixture by Forrer Industries. 2.5 MORTAR MIXES A. Mortar for Load Bearing Walls and Partitions: ASTM C270, Type S using the Proportion specification. B. Mortar for Non-Load Bearing Walls and Partitions: ASTM C270, Type S using the Proportion specification. C. Mortar for Engineered Masonry: ASTM C270, Type S using the Proportion specification. D. Pointing Mortar: ASTM C270, Type N using the Property specification with maximum 2 percent ammonium stearate or calcium stearate per cement weight. 2.6 MORTAR MIXING A. Thoroughly mix mortar ingredients in accordance with ASTM C270 in quantities needed for immediate use. B. Maintain sand uniformly damp immediately before the mixing process. C. Add admixtures in accordance with manufacturer's instructions. Provide uniformity of mix and coloration. Water repellent admixture required only for exterior wythes of exterior masonry walls. D. Do not use anti-freeze compounds to lower the freezing point of mortar. E. If water is lost by evaporation, re-temper only within two hours of mixing. Masonry,Mortaring,and Grouting Section 04 05 14 Oso wRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvement September 2021 City Project No.20084A Page 3 of 5 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction F. Use mortar within two hours after mixing at temperatures of 90 degrees F, or two-and-one-half hours at temperatures under 60 degrees F. 2.7 GROUT MIXES A. Bond Beams, Lintels: 3,000 psi strength at 28 days; 8 to 10 inches slump; mixed in accordance with ASTM C476 Fine grout. B. Engineered Masonry: 3,000 psi strength at 28 days; 8 to 10 inches slump; mixed in accordance with ASTM C476 Fine grout. 2.8 GROUT MIXING A. Thoroughly mix grout ingredients in quantities needed for immediate use in accordance with ASTM C476 fine grout. B. Add admixtures in accordance with manufacturer's instructions; mix uniformly. C. Do not use anti-freeze compounds to lower the freezing point of grout. 2.9 MIX TESTS A. Testing of Mortar Mix: In accordance with ASTM C780 for compressive strength, consistency. B. Testing of Grout Mix: In accordance with ASTM C 10 19 for compressive strength. PART 2 EXECUTION 3.1 EXAMINATION A. Request inspection of spaces to be grouted. 3.2 PREPARATION A. Apply bonding agent to existing concrete surfaces. Insure existing concrete surface is clean, dry and free of foreign matter. Follow Manufacturer's instructions for surface preparation. B. Plug clean-out holes with brick or block masonry units. Brace masonry for wet grout pressure. 3.3 INSTALLATION A. Install mortar in accordance with ASTM C270. Mortar with water repellent admixture is required at masonry walls. Install grout in accordance with ASTM C476. Masonry,Mortaring,and Grouting Section 04 05 14 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvement September 2021 City Project No.20084A Page 4 of 5 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction B. Work grout into masonry cores and cavities to eliminate voids. C. Do not install grout in lifts greater than 24 inches 3 CMU courses without consolidating grout by rodding. D. Do not displace reinforcement while placing grout. E. Remove excess mortar from grout spaces. 3.4 FIELD QUALITY CONTROL A. Field inspection and testing will be performed as required. B. Test and evaluate mortar in accordance with ASTM C109. C. Test and evaluate grout in accordance with ASTM C1019. D. Test mortar and masonry units to ASTM E447; test in conjunction with masonry unit sections specified. END OF SECTION Masonry,Mortaring,and Grouting Section 04 05 14 Oso VTRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvement September 2021 City Project No.20084A Page 5 of 5 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS This page intentionally left blank. DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction SECTION 04 22 00 CONCRETE UNIT MASONRY PARTI GENERAL 1.1 SECTION INCLUDES A. Concrete masonry units. B. Reinforcement, anchorage, and accessories. 1.2 PRODUCTS INSTALLED BUT NOT FURNISHED UNDER THIS SECTION A. Placement of fabricated steel items. 1.3 RELATED SECTIONS A. Section 04 05 14, Masonry, Mortaring, and Grouting: Mortar and grout. 1.4 REFERENCES A. American Concrete Institut(ACI): 1. 530, Building Code Requirements for Masonry Structures. 2. 530.1, Specifications for Masonry Structures. B. ASTM International (ASTM): 1. A82, Cold-Drawn Steel Wire for Concrete Reinforcement. 2. A123, Zinc (Hot Dipped Galvanized) Coatings on Iron and Steel Products. 3. A525, Steel Sheet, Zinc Coated, (Galvanized)by the Hot-Dip Process. 4. A615, Deformed and Plain Billet Steel Bars for Concrete Reinforcement. 5. A641, Zinc-Coated(Galvanized) Carbon Steel Wire. 6. C126, Ceramic Glazed Structural Clay Facing Tile, Facing Brick, and Solid Masonry Units. 7. C90, Load Bearing Concrete Masonry Units 8. C129, Non-Load Bearing Concrete Masonry Units. C. International Masonry Industry All-Weather Council (IMIAC): 1. Recommended Practices and Guide Specification for Cold Weather Masonry Construction. 2. Recommended Practices and Guide Specification for Hot Weather Masonry Construction. Concrete Unit Masonry Section 04 22 00 Oso VTRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvement September 2021 City Project No.20084A Page 1 of 8 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 1.5 QUALITY ASSURANCE A. Perform Work in accordance with ACI 530 and ACI 530.1. B. Installers: Company specializing in performing the work of this Section with minimum 5 years documented experience. 1.6 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum three years documented experience. 1.7 DELIVERY, STORAGE, AND HANDLING 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. 1.8 ENVIRONMENTAL REQUIREMENTS A. Maintain materials and surrounding air temperature to minimum 50 degrees F prior to, during, and 48 hours after completion of masonry work. B. Hot Weather Requirements: IMIAC - Recommended Practices and Guide Specifications for Hot Weather Masonry Construction. 1.9 COORDINATION A. Coordinate work under provisions of Section 00 72 00, General Conditions: Coordination and Project Conditions. Concrete Unit Masonry Section 04 22 00 Oso VTRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvement September 2021 City Project No.20084A Page 2 of 8 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction PART 2 PRODUCTS 2.1 MANUFACTURERS - CONCRETE MASONRY UNITS A. Texas Industries, Product CMU. B. Featherlite, Product CMU. C. Substitutions: Under provisions of Section 00 72 00, General Conditions, Substitutions. 2.2 CONCRETE MASONRY UNITS A. Hollow Load Bearing Block Units (CMU—2-cell): ASTM C90, Type I- Moisture Controlled; light weight at all 6-inch and 8-inch masonry. B. Exposed vertical corners shall be rounded CMU. 2.3 REINFORCEMENT AND ANCHORAGE A. Manufacturers of Joint Reinforcement and Anchors: 1. Blok-Lok Limited; �L.ww..:.bI o].. I rel .c cpm.. 2. Hohmann & Barnard, Inc. (including Dur-O-Wallran ); ww.,.:b::: b,com. ........................................ 3. Wire-Bond; v vw.w �: ileborid. oni. B. Reinforcing Steel: ASTM A615, 60 yield grade, deformed billet bars, uncoated finish. C. Single Wythe Joint Reinforcement: Truss type; ASTM A1064 steel wire, hot dip galvanized after fabrication to ASTM A153 Class B, 9-gauge side rods with 9-gauge cross rods; width as required to provide not more than 1 inch and not less than 1/2 inch of mortar coverage on each exposure. D. Multiple Wythe Joint Reinforcement: Truss type; fabricated with moisture drip; ASTM A1064 steel wire, hot dip galvanized after fabrication to ASTM A153, Class B, 9-gauge side rods with 9-gauge cross rods;width as required to provide not more than 1 inch and not less than 1/2 inch of mortar coverage on each exposure. E. Strap Anchors: Bent steel shapes configured as required for specific situations, 1-1/4 inch width, 0.105 inch thick, lengths as required to provide not more than 1 inch and not less than 1/2 inch of mortar coverage from masonry face, corrugated for embedment in masonry joint, hot dip galvanized to ASTM A123, Class B. Concrete Unit Masonry Section 04 22 00 Oso VTRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvement September 2021 City Project No.20084A Page 3 of 8 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction F. Flexible Anchors: 2-piece anchors that permit differential movement between masonry and building frame, sized to provide not more than 1 inch and not less than 1/2 inch of mortar coverage from masonry face. G. Two-Piece Wall Ties: Formed steel wire, 14-gauge, adjustable, eye and pintle type, hot dip galvanized to ASTM A153, Class B, sized to provide not more than 1 inch and not less than 1/2 inch of mortar coverage from masonry face and to allow vertical adjustment of up to 1-1/4 inch. H. Miscellaneous Masonry Accessories: As appropriate to the required function and as approved by the Engineer. 2.4 MORTAR AND GROUT A. Mortar and Grout: As specified in Section 04 05 14, Masonry, Mortaring, and Grouting. 2.5 ACCESSORIES A. Building Paper: No. 30 asphalt saturated felt. B. Nailing Strips: Softwood,preservative treated for moisture resistance, dovetail shape, sized to masonry joints. C. Centering Clips: Provide clips that prevent displacement of reinforcing bars during the course of construction. D. Cleaning Solution: Non-acidic, not harmful to masonry work or adjacent materials. PART 3 EXECUTION 3.1 EXAMINATION A. Verify that field conditions are acceptable and are ready to receive work. B. Verify items provided by other sections of work are properly sized and located. C. Verify that built-in items are in proper location, and ready for roughing into masonry work. 3.2 PREPARATION A. Direct and coordinate placement of metal anchors supplied to other sections. B. Provide temporary bracing during installation of masonry work. Maintain in place until building structure provides permanent bracing. Concrete Unit Masonry Section 04 22 00 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvement September 2021 City Project No.20084A Page 4 of 8 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 3.3 COURSING A. Establish lines, levels, and coursing indicated. Protect from displacement. B. Maintain masonry courses to uniform dimension. Form vertical and horizontal joints of uniform thickness. C. Concrete Masonry Units: 1. Bond: Running bond unless otherwise shown; stack bond at 8 by 8 by 8 decorative unit. 2. Coursing: One unit and one mortar joint to equal 8 inches. 3. Mortar Joints: Concave and uniform in appearance at interior wall surfaces; struck flush at exterior surfaces. 3.4 PLACING AND BONDING A. Lay solid masonry units in full bed of mortar, with full head joints, uniformly jointed with other work. B. Lay hollow masonry units with face shell bedding on head and bed joints. C. Buttering corners of joints or excessive furrowing of mortar joints are not permitted. D. Remove excess mortar as work progresses. E. Interlock intersections and external corners. F. Do not shift or tap masonry units after mortar has achieved initial set. Where adjustment must be made,remove mortar and replace. G. Perform job site cutting of masonry units with proper tools to provide straight, clean, unchipped edges. Prevent broken masonry unit corners or edges. H. Cut mortar joints flush where wall the is scheduled, resilient base is scheduled, cavity insulation adhesive is applied, or bitumen damp-proofing is applied. L Inside corner units. Provide 45-degree angle CMU corner filler at all inside 90-degree corners. 3.5 REINFORCEMENT AND ANCHORAGES - SINGLE WYTHE MASONRY A. Install horizontal joint reinforcement 16 inches o.c. in bed joints of CMU. B. Place masonry joint reinforcement in first and second horizontal joints above and below openings. Extend minimum 16 inches each side of opening. Concrete Unit Masonry Section 04 22 00 Oso wRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvement September 2021 City Project No.20084A Page 5 of 8 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction C. Place joint reinforcement continuous in first and second joint below top of walls. D. Lap joint reinforcement ends minimum 6 inches. E. Reinforce CMU unit joint corners and intersections with strap anchors 16 inches o.c. F. Reinforce CMU as indicated on plans. G. Exposed vertical corners of CMU shall be bull nosed. H. Install reinforced bond beam at tops of all CMU walls and where scheduled. Reinforce as indicated on plans. 3.6 LINTELS A. Install reinforced unit masonry lintels over openings. B. Do not splice reinforcing bars. C. Support and secure reinforcing bars from displacement. Maintain position within 1/2 inch of dimensioned position. D. Place and consolidate grout fill without displacing reinforcing. E. Allow masonry lintels to attain specified strength before removing temporary supports. F. Maintain minimum 4-inch bearing on each side of opening. 3.7 GROUTED COMPONENTS A. Reinforce bond beam as shown on plans. B. Reinforce bearing walls as shown on plans. C. Lap splices minimum 24-bar diameters. D. Support and secure reinforcing bars from displacement. Maintain position within 1/2 inch of dimensioned position. E. Place and consolidate grout fill without displacing reinforcing. F. At bearing locations, fill masonry cores with grout for a minimum 12 inches (two cores) either side of opening. Concrete Unit Masonry Section 04 22 00 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvement September 2021 City Project No.20084A Page 6 of 8 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 3.8 BUILT-IN WORK A. As work progresses, install built-in metal door frames, stainless steel access doors, (if required), wood nailing strips, anchor bolts,plates, and other items to be built-in the work and furnished by other sections. B. Install built-in items plumb and level. C. Bed anchors of metal door and frames in adjacent mortar joints. Fill frame voids solid with grout. Fill adjacent masonry cores with grout minimum 12 inches from framed openings. D. Do not build in organic materials subject to deterioration. 3.9 TOLERANCES A. Maximum Variation from Alignment of Columns: 1/4 inch. B. Maximum Variation from Unit to Adjacent Unit: 1/32 inch. C. Maximum Variation from Plane of Wall: 1/4 inch in 10 feet and 1/2 inch in 20 feet or more. D. Maximum Variation from Plumb: 1/4 inch per story non-cumulative; 1/2 inch in two stories or more. E. Maximum Variation from Level Coursing: 1/8 inch in 3 feet and 1/4 inch in 10 feet; 1/2 inch in 30 feet. F. Maximum Variation of Joint Thickness: 1/8 inch in 3 feet. G. Maximum Variation from Cross Sectional Thickness of Walls: 1/4 inch. 3.10 CUTTING AND FITTING A. Cut and fit for chases,pipes, conduit, sleeves, grounds, and other items. Coordinate with other sections of work to provide correct size, shape, and location. B. Obtain approval prior to cutting or fitting masonry work not indicated or where appearance or strength of masonry work may be impaired. 3.11 FIELD QUALITY CONTROL A. Field inspection and testing will be performed. B. Test all masonry work as indicated on Drawings. Concrete Unit Masonry Section 04 22 00 Oso wRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvement September 2021 City Project No.20084A Page 7 of 8 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 3.12 CLEANING A. Remove excess mortar and mortar smears as work progresses. B. Replace defective mortar. Match adjacent work. C. Clean soiled surfaces with cleaning solution. D. Use non-metallic tools in cleaning operations. 3.13 PROTECTION OF FINISHED WORK A. Without damaging completed work,provide protective boards at exposed external corners which may be damaged by construction activities. END OF SECTION Concrete Unit Masonry Section 04 22 00 Oso VTRP Process Upgrade and BPC Decommissioning:Aeration Coarse Bubble Improvement September 2021 City Project No.20084A Page 8 of 8 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction SECTION 26 05 01 ELECTRICAL PARTI GENERAL 1.1 DESCRIPTION OF THE WORK A. The City of Corpus Christi, Texas owns and operates the Oso Water Reclamation Plant(Oso). Throughout its history, the plant has grown incrementally. The most recent significant expansion included the construction of a new Headworks Facility and Lift Station. As major electrical loads have been added to the site, "Electrical Control Rooms" (ECRB) have been constructed to serve them. The new headworks and lift station are served from ECR-5. Generally, ECR-5 consists of two 1000kVA pad-mounted transformer(T-5A and T-513), 2400A 480-volt switchgear in a"main-tie- main" configuration, and two 2500A, 480-volt motor control centers (MCC- 5A and MCC-513), two 800kW standby generators and 480-volt synchronizing switchgear. A one-line diagram of the ECR-5 system is provided in Supplement 1 of this Section. The two standby generators and their synchronizing switchgear were moved to Oso from another City-owned pumping plant and put into service at ECR-5. All other ECR-5 equipment was provided new as part of the headworks and lift station project. B. Automatic control of the generators and associated ECR-5 distribution equipment has been unsatisfactory for the City. As presently installed, the control system does not correctly recognize an outage of the transformer- supplied systems ("normal" service) and it does not act to automatically start the standby generators. The synchronizing switchgear is connected to the MCC-5A bus through an unconventional arrangement of a circuit breaker and an automatic transfer switch. C. Generally, the Work required under this section will: 1. Allow the switchgear's PLC to recognize an outage on the normal service feeders and control the switchgear circuit breakers accordingly. a. All transfers are to be conducted as "open transition." 2. Allow the switchgear's PLC to control the startup and shutdown of the generators and connection to the MCC-5A bus (including control of the automatic transfer switch). 3. Provide automatic scheduled"exercise" operation of the generator system, with the generators used to serve the ECR-5 loads. 4. Eliminate the need for operator intervention in the operation of the standby system. Electrical Section 26 05 01 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 1 of 20 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 5. Provide operator-initiated "manual" control of the standby generation system, including: a. Startup and shutdown of one or both generators. 1) Operation of the synchronizing switchgear is to be automated and not under control of the operator. b. Connection of the standby generator system to the MCC-5A bus and separation of the generator system from the bus. 1) Provide protection against closing the generator system into a live MCC-5A bus. 6. Resolve discrepancies noted in readings of the digital power monitors at the 480-volt switchgear and observed plant loads. 7. Provide (or confirm their existence)the following connections from the Switchgear PLC to the Generator Control PLC: a. Generator"RUN" (Discrete Output) command. 8. Provide (or confirm their existence)the following connections between the Generator Control PLC to the ECR-5 PLC: a. Generator 1 On-Line (generator running and circuit breaker closed). b. Generator 2 On-Line (generator running and circuit breaker closed). 9. Provide (or confirm their existence)the following connections from the ECR-5 switchgear, MCC-5A and the generators to the ECR-5 PLC: a. Power monitor data from the digital power monitors at circuit breakers M-5A and M-513. b. M-5A "open" and "closed." C. M-513 "open" and"closed." d. Generator 1 terminal voltage and kW output. e. Generator 2 terminal voltage and kW output. 1.2 SEQUENCE OF OPERATION A. The desired sequence of operation for the standby power system is as follows: 1. "Normal" Operation: a. In the ECR-5 480-volt switchgear, the "preferred normal" main circuit breaker is closed, the "alternate normal" main circuit breaker is open, and the bus tie circuit breaker is closed. Connection to the standby generator system is open and the generators are offline. 1) The "preferred normal" and"alternate normal"main circuit breakers are to be selectable by means of a manual control switch on the face of the 480-volt switchgear. 2. Automatic Response to Loss of Preferred Normal Source: a. Loss of the preferred normal source is detected by the control system. b. The control system determines if the alternate normal source is available (energized). Electrical Section 26 05 01 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 2 of 20 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 1) If the alternate normal source is available, the control system starts a programmable timer(initial setting of 5 seconds). When the timer times out, and the alternate normal source is still available, the control system trips the preferred normal main circuit breaker and closes the alternate normal main circuit breaker. The bus tie circuit breaker status is not changed. The connection to the standby generator system remains open. 3. Automatic Response to Restoration of Preferred Normal Source: a. The control system detects restoration of the preferred normal source. 1) The control system starts a programmable timer(initial setting of 15 minutes). When the timer times out and the preferred normal source is still available, the control system trips the alternate normal main circuit breaker and closes the preferred normal main circuit breaker. The bus tie circuit breaker status is not changed. The connection to the standby generator system remains open. 4. Automatic response to loss of both normal sources: a. Loss of both normal sources is detected by the control system. 1) The control system starts a programmable timer(initial setting of 30 seconds). When the timer times out, the control system sends a"RUN" command to the generator control system. The generators go through their starting sequence. 2) When the control system detects that generator voltage and frequency is satisfactory, it starts a programmable timer (initial setting 5 seconds). When the timer times out, the control system sends trip commands to both normal main circuit breakers. When the control system confirms that both main circuit breakers are open, the connection between the generator system and MCC-5A closes and the generator system supports plant loads. When the generator system is connected to MCC-5A, the control system starts a programmable timer(initially set to 20 minutes). While the timer is running, re-transfer to either normal source is disabled. a) Provide two digital outputs (DO) from the switchgear control system for use by the plant automation system (SCADA). Each DO reports the on-line status of one of the two generators. Based on the status of the generators, SCADA will make plant loading decisions. 5. Generators are Carrying Load and Preferred or Alternate Normal Source is Restored: a. Restoration of one of the normal sources is detected by the control system. Electrical Section 26 05 01 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 3 of 20 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 1) The control system starts a programmable timer(initial setting 15 minutes). If both of the normal sources fail while the timer is running, the timer is reset. When the timer times out, and the "generator connected timer"times out, the control system opens the connection from the generator system to MCC-5A and closes the main circuit breaker with available power(preference given to the preferred normal main circuit breaker). a) When the generator system is disconnected from the MCC-5A bus, start a programmable timer(initially set for 10 minutes) for a generator cool-down cycle. When the timer times out, remove the "RUN" command from the generator control system. 6. Automatic Generator Exercise Sequence: a. On a programmable schedule (initially set to bi-weekly)perform a 1-hour exercise of the generator set. 1) Coordinate days and times of operation with plant staff. 2) Send a"RUN" command to the generator system. 3) When generator system voltage and frequency are satisfactory, start a programmable timer(initially set to 5 seconds). When the timer times out, trip both 480-volt switchgear main circuit breakers. When the control system confirms that both main circuit breakers are open, close the connection between the generator system and MCC-5A. The bus tie circuit breaker status remains unchanged. a) With the generator connected to MCC-5A, start a programmable timer(initially set to 60 minutes). When the timer times out, and at least one of the normal sources is available, open the connection between the generator and MCC-5A and close one of the 480V-switchgear main circuit breakers (preference given to the preferred normal source). (1) When the generator system is disconnected from the MCC-5A bus, start a programmable timer (initially set for 10 minutes) for a generator cool-down cycle. When the timer times out, remove the "RUN" command from the generator control system. 1.3 REFERENCES A. The following is a list of standards which may be referenced in this section: 1. Electronic Industries Association (EIA/TIA): 569, Commercial Building Standard for Telecommunications Pathways and Spaces. Electrical Section 26 05 01 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 4 of 20 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 2. International Electrical Testing Association (NETA): ATS, Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems. 3. National Electrical Contractors' Association, Inc. (NECA): 1, Standard Practices for Good Workmanship in Electrical Contracting. 4. National Electrical Manufacturers Association (NEMA): a. C80.1, Rigid Steel Conduit-Zinc Coated. b. 250, Enclosures for Electrical Equipment(1,000 Volts Maximum). C. ICS 1, Industrial Control and Systems: General Requirements. d. WC 55, Instrumentation Cables and Thermocouple Wire. e. WC 70, Standard for Non-Shielded Power Cables Rated 2000 V or Less for the Distribution of Electrical Energy. f. WD 1, General Color Requirements for Wiring Devices. 5. National Fire Protection Association (NFPA): 70, National Electrical Code (NEC). 6. Underwriters Laboratories, Inc. (UL): a. 13, Power-Limited Circuit Cables. b. 44, Thermoset Insulated Wires and Cables. C. 360, Liquid-Tight Flexible Steel Conduit. d. 508, Industrial Control Equipment. e. 510, Polyvinyl Chloride, Polyethylene and Rubber Insulating Tape. f. 514B, Fittings for Cable and Conduit. g. 1059, Terminal Blocks. h. 1277, Electrical Power and Control Tray Cables with Optional Optical-Fiber Members. i. 1449, Transient Voltage Surge Suppressors. 1.4 DEFINITIONS A. AHJ: Authority Having Jurisdiction. 1.5 SUBMITTALS A. Action Submittals: 1. Calculations of generator load-carrying capability: a. Two generators available. b. One generator available. 2. Control devices, terminal blocks, and relays. 3. Nameplates and nameplate schedule. 4. Conductors, cable, and accessories. 5. Local Control Panels: Arrangement drawings, schematic and wiring diagrams, bill of materials, nameplate schedule, manufacturer information on components. Electrical Section 26 05 01 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 5 of 20 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 6. Motor Controls (MCC-5A and MCC-513): Schematic and wiring diagrams, bill of material, nameplate schedule, manufacturer information on components. 7. Standby Generation System (To include generators,paralleling switchgear and motor control centers (MCC-5A and MCC-513): Detailed sequence of operations for the generator control system. B. Informational Submittals: 1. Field test reports. 2. Signed permits indicating Work is acceptable to regulatory authorities having jurisdiction. 3. Operation and Maintenance Data: a. Provide for all equipment, as well as each device having features that can require adjustment, configuration, or maintenance. b. Minimum information shall include manufacturer's preprinted instruction manual, one copy of the approved submittal information for the item, tabulation of any settings, and copies of any test reports. 1.6 APPROVAL BY AUTHORITY HAVING JURISDICTION A. Provide the Work in accordance with NFPA 70, National Electrical Code (NEC). Where required by the Authority Having Jurisdiction (AHJ), material and equipment shall be labeled or listed by a nationally recognized testing laboratory or other organization acceptable to the AHJ, in order to provide a basis for approval under the NEC. B. Materials and equipment manufactured within the scope of standards published by Underwriters Laboratories, Inc., shall conform to those standards and shall have an applied UL listing mark or label. PART 2 PRODUCTS 2.1 GENERAL A. Products shall comply with all applicable provisions of NFPA 70. B. Like Items of Equipment: End products of one manufacturer in order to achieve standardization for appearance, operation, maintenance, spare parts, and manufacturer's service. 2.2 MANUFACTURERS A. Work on the low-voltage switchgear and its control system, MCC-5A and MCC-513 shall be performed by Schneider Electric, no substitutes. Electrical Section 26 05 01 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 6 of 20 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 1. Work on the ASCO Automatic Transfer Switch in MCC-5A may be performed by representatives of ASCO at the direction of Schneider Electric staff. B. Work on the generators, their control systems and the generator synchronizing switchgear shall be performed by Cummins (San Antonio, TX), no substitutes. 2.3 CALCULATIONS OF GENERATOR LOAD-CARRYING CAPABILITY A. Assumptions and Limitations: 1. Calculations to be based on the "as-installed" Cummins generators. 2. Use Cummins Power Suite to perform calculations. No substitutions. 3. Site elevation: 0 feet above sea level. 4. Maximum ambient temperature: 110 degrees F (43 degrees Q. 5. Minimum generator rated load: 30 percent. 6. Maximum generator rated load: 100 percent. 7. Maximum allowable voltage dip for any load step: 35 percent. 8. Maximum allowable frequency dip for any load step: 10 percent. 9. AC drives used for adjustable-speed loads use six-pulse rectifiers with line-side reactors. B. In performing calculations of generator load-carrying capability, take into consideration: 1. Site conditions including elevation (20 feet above sea level) and maximum temperature (100 degrees F). C. Demonstrate the ability of two generators operating in parallel to carry the following steps and loads: 1. Step 1: Miscellaneous loads totaling 100 kVA at 0.8 power factor. 100 kVA starting inrush. 2. Step 2: a. Four 175 hp lift station pumps, with drives, inrush current limited to 400 percent of rated current. Six-pulse drives with line-side reactor. b. Two 30 hp odor control biotower fans, across-the-line starting. C. Two 25 hp odor control biofilter fans, across-the-line starting. d. Four 5 hp grit dewatering presses, across-the-line starting. e. Four 3 hp step screens, across-the-line starting. 3. Step 3: a. Three 175 hp lift station pumps, with drives, inrush current limited to 400 percent of rated current. Six-pulse drives with line- side reactor. b. One 175 hp lift station pump, across-the-line starting. Electrical Section 26 05 01 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 7 of 20 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction C. Four 15 hp grit pumps, across-the-line starting. d. Two 1 hp screening/grit hoppers, across-the-line starting. D. Evaluate the capability of a single generator to carry plant loads from the list of loads above. Suggest limitations for application of plant loads if only generator is available. Consult with City staff to prioritize the loads to be supported by a single generator Determine the maximum quantity of plant process equipment that can be carried by a single generator. E. Conduct a half-day workshop with City staff to present the results of the generator load-carrying capability calculations. Based on City staff recommendations, adjust the loads to be supported. Discuss: 1. Generator loading. 2. Voltage and frequency dip and its effect on plant systems. 3. Harmonic distortion (both current and voltage distortion) and its effect on the generators and on plant systems. 4. Changes that may be necessary in either the generator/switchgear system or in the plant process systems to ensure satisfactory operation. 2.4 PUSHBUTTONS, INDICATING LIGHTS, AND SELECTOR SWITCHES A. Type: Heavy-duty, oiltight. Provide contact arrangements, colors, inscriptions, and functions as shown. B. Contact Rating: NEMA ICS 2, Type A600. C. Unless otherwise shown,provide the following features: 1. Selector Switch Operating Lever: Standard. 2. Indicating Lights: Push-to-test, transformer-type. 3. Pushbutton Color: a. ON or START: Black. b. OFF or STOP: Red. 4. Pushbuttons and selector switches lockable in OFF position where indicated. D. Legend Plate: 1. Material: Aluminum. 2. Engraving: Indicating specific function, or as shown. 3. Letter Height: 7/64 inch. E. Manufacturers and Products: 1. General Electric Co.; Type CR 104P. 2. Square D Co.; Type T. 3. Eaton; Type 10250T. Electrical Section 26 05 01 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 8 of 20 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 2.5 TERMINAL BLOCKS A. Type: UL 1059, compression screw clamp, with current bar providing direct contact with wire and yoke, with individual rail mounted terminals. Marking system shall permit use of preprinted or field-marked tags. B. Yokes and Clamping Screws: Zinc-plated, hardened steel. C. Manufacturers: 1. Weidmuller, Inc. 2. Ideal. 2.6 NAMEPLATES A. Material: Laminated plastic. B. Attachment: Adhesive. C. Color: White, engraved to a black core, or as shown. D. Engraving: 1. Devices and Equipment: Name or tag shown, or as required. 2. Panelboards: a. Designation. b. Service voltage. C. Phases. 3. Minimum Requirement: Label metering and power distribution equipment, local control panels,junction boxes, motor controls, and transformers. E. Letter Height: 1. Pushbuttons, Selector Switches, and Other Devices: 1/8 inch. 2. Equipment and Panelboards: 1/4 inch. 2.7 CONDUIT AND FITTINGS A. Rigid Aluminum. 2.8 CONDUCTORS AND CABLES A. Conductors 600 Volts and Below: 1. Conform to applicable requirements of NEMA WC 71, WC 72, and WC 74. Electrical Section 26 05 01 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 9 of 20 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 2. Conductor Type: Stranded copper. 3. Insulation: Type THHN/THWN. B. 600-Volt Rated Cable: 1. General: a. Type TC, meeting requirements of UL 1277, including Vertical Tray Flame Test at 20,000 Btu per hour, and NFPA 70, Article 340, or UL 13 meeting requirements of NFPA 70, Article 725. b. Permanently and legibly marked with manufacturer's name, maximum working voltage for which cable was tested, type of cable, and UL listing mark. C. Suitable for installation in open air, in cable trays, or conduit. d. Minimum Temperature Rating: 90 degrees C dry locations, 75 degrees C wet locations. e. Overall Outer Jacket: PVC, flame-retardant, sunlight- and oil- resistant. 2. Type TSP, No. 16 AWG, Twisted, Shielded Pair, Instrumentation Cable: Single pair, designed for noise rejection for process control, computer, or data log applications meeting NEMA WC 55 requirements. a. Outer Jacket: 45 mils nominal thickness. b. Individual Pair Shield: 1.35 mils, double-faced aluminum/synthetic polymer overlapped to provide 100 percent coverage. C. Dimension: 0.31-inch nominal outside diameter. d. Conductors: 1) Bare soft annealed copper, Class B, seven-strand concentric, meeting requirements of ASTM B8. 2) 20 AWG, seven-strand tinned copper drain wire. 3) Insulation: 15 mils nominal PVC. 4) Jacket: 4 mils nominal nylon. 5) Color Code: Pair conductors black and red. e. Manufacturers: 1) General Cable. 2) Okonite. 3) Southwire. C. Accessories: 1. Tape: a. General Purpose, Flame Retardant: 7 mils, vinyl plastic, Scotch Brand 33, rated for 90 degrees C minimum, meeting requirements of UL 510. b. Flame Retardant, Cold and Weather Resistant: 8.5 mils, vinyl plastic, Scotch Brand 88. Electrical Section 26 05 01 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 10 of 20 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction C. Arc and Fireproofing: 1) 30 mils, elastomer. 2) Manufacturers and Products: a) 3M; Scotch Brand 77, with Scotch Brand 69 glass cloth tapebinder. b) Plymount; Plyarc 53, with Plyglas 77 glass cloth tapebinder. 2. Identification Devices: a. Sleeve-type,permanent, PVC, yellow or white, with legible machine-printed black markings. b. Manufacturer and Products: Raychem; Type D-SCE or ZH-SCE. 3. Connectors and Terminations: a. Nylon, Self-Insulated Crimp Connectors: 1) Manufacturers and Products: a) Thomas & Betts; Sta-Kon. b) Burndy; Insulug. c) ILSCO. 4. Cable Ties: a. Nylon, adjustable, self-locking, and reusable. b. Manufacturer and Product: Thomas & Betts; TY-RAP. 2.9 LOCAL CONTROL PANELS A. Enclosure: 1. NEMA 250, Type 12, or as shown. 2. Minimum Metal Thickness: 14 gauge. 3. Doors: Rubber gasketed with continuous hinge. 4. Finish: Gray. 5. Size panels to adequately dissipate heat generated by equipment mounted in or on panel. 6. Mount internal and door-mounted devices as shown. 7. Manufacturer: a. Hoffman. b. H. F. Cox. B. Functions: As shown on schematic diagram(s). C. Wiring: 1. Power and Control Wiring: a. 600-volt class, insulated, stranded copper. b. Size: Minimum 14 AWG enclosed in either sheet metal raceway or plastic wiring duct. 2. Signal Circuit Wiring: Twisted shielded pairs minimum No. 16 AWG, separated at least 6 inches from power wiring. Electrical Section 26 05 01 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 11 of 20 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 3. Device Identification: Provide engraved plastic nameplates, adhesive attachment, white letters on black background. PART 3 EXECUTION 3.1 GENERAL A. Install materials and equipment in accordance with manufacturer's instructions and recommendations. B. Work shall comply with all applicable provisions of NECA 1. C. Install materials and equipment in hazardous areas in a manner acceptable to regulatory authority having jurisdiction for the class, division, and group of hazardous areas shown. 3.2 DEMOLITION A. General Demolition: 1. Where shown or where necessary, de-energize and disconnect nonelectrical equipment for removal by others. 2. Where shown or where necessary, de-energize, disconnect, and remove electrical equipment. 3. Remove affected circuits and raceways back to serving panelboard or control panel. Where affected circuits are consolidated with others, remove raceways back to first shared condulet or box. Where underground or embedded raceways are to be abandoned, remove raceway to 1 inch below surface of structure or 12 inches belowgrade and restore existing surface. 3.3 PROTECTION FOLLOWING INSTALLATION A. Protect materials and equipment from corrosion,physical damage, and effects of moisture on insulation. B. Cap conduit runs during construction with manufactured seals. C. Close openings in boxes or equipment during construction. D. Energize space heaters furnished with equipment. 3.4 JUNCTION AND PULL BOXES A. Install where shown and where necessary to terminate, tap-off, or redirect multiple conduit runs. B. Install pull boxes where necessary in raceway system to facilitate conductor installation. Electrical Section 26 05 01 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 12 of 20 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction C. Install in conduit runs at least every 150 feet or after the equivalent of three right-angle bends. D. Use outlet boxes as junction and pull boxes wherever possible and allowed by applicable codes. E. Use conduit bodies as junction and pull boxes where no splices are required and their use is allowed by applicable codes. F. Installed boxes shall be accessible. G. Do not install on finished surfaces. H. Install plumb and level. L Support boxes independently of conduit by attachment to building structure or structural member. J. Mounting Hardware: 1. Noncorrosive Indoor Dry Areas: Galvanized. 2. Outdoor Areas: Stainless steel. K. Location/Type: 1. Indoor, Dry: NEMA 250, Type 1. 2. Indoor and Outdoor, Wet: NEMA 250, Type 4X, 316 stainless steel. 3. Industrial Use in Areas Not Otherwise Classified: NEMA 250, Type 12, unless otherwise shown. L. Install drain/breather fittings in NEMA 250, Type 4 and Type 4X enclosures. 3.5 TERMINAL BLOCKS A. Install for termination of control circuits entering or leaving equipment and local control panels. 3.6 NAMEPLATES A. Provide identifying nameplate on all equipment. 3.7 CONDUIT AND FITTINGS A. General: 1. Crushed or deformed raceways not permitted. 2. Maintain raceway entirely free of obstructions and moisture. 3. Immediately after installation,plug or cap raceway ends with watertight and dust-tight seals until time for pulling in conductors. Electrical Section 26 05 01 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 13 of 20 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 4. Avoid moisture traps where possible. When unavoidable in exposed conduit runs,provide junction box and drain fitting at conduit low point. 5. Group raceways installed in same area. 6. Follow structural surface contours when installing exposed raceways. Avoid obstruction of passageways. 7. Run exposed raceways parallel or perpendicular to walls, structural members, or intersections of vertical planes. 8. Block Walls: Do not install raceways in same horizontal course with reinforcing steel. 9. Install watertight fittings in outdoor, underground, or wet locations. 10. Paint threads and cut ends, before assembly of fittings, galvanized conduit, PVC-coated galvanized conduit, or IMC installed in exposed or damp locations with zinc-rich paint or liquid galvanizing compound. 11. Metal conduit to be reamed, burrs removed, and cleaned before installation of conductors, wires, or cables. 12. Do not install raceways in concrete equipment pads, foundations, or beams. 13. Horizontal raceways installed under floor slabs shall lie completely under slab, with no part embedded within slab. 14. Install concealed, embedded, and buried raceways so that they emerge at right angles to surface and have no curved portion exposed. 15. Install conduits for fiber optic cables, telephone cables, and Category 5 data cables in strict conformance with the requirements of EIA/TIA 569. B. Conduit Application: 1. Diameter: a. Minimum: 3/4 inch. 2. Outdoor, Exposed: PVC-coated rigid aluminum. 3. Indoor, Exposed: Rigid aluminum steel. C. Penetrations: 1. Make at right angles, unless otherwise shown. 2. Notching or penetration of structural members, including footings and beams, not permitted. D. Support: 1. Support from structural members only, at intervals not exceeding NFPA 70 requirements, and in any case not exceeding 10 feet. Do not support from piping,pipe supports, or other raceways. 2. Multiple Adjacent Raceways: Provide ceiling trapeze. 3. Application/Type of Conduit Strap: a. Steel Conduit: Zinc-coated steel,pregalvanized steel, or malleable iron. Electrical Section 26 05 01 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 14 of 20 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction b. PVC-Coated Rigid Steel Conduit: PVC-coated metal. C. Nonmetallic Conduit: Nonmetallic or PVC-coated metal. 4. Provide and attach wall brackets, strap hangers, or ceiling trapeze as follows: a. Steelwork: Machine screws. b. Location/Type of Hardware: 1) Dry, Noncorrosive Areas: Galvanized. 2) Wet, Noncorrosive Areas: Stainless steel. 3) Corrosive Areas: Stainless steel. E. Bends: 1. Install concealed raceways with a minimum of bends in the shortest practical distance. 2. Make bends and offsets of longest practical radius. Bends in conduits and ducts being installed for fiber optic cables shall be not less than 20 times cable diameter, 15 inches minimum. 3. Install with symmetrical bends or cast metal fittings. 4. Avoid field-made bends and offsets, but where necessary, make with acceptable hickey or bending machine. Do not heat metal raceways to facilitate bending. 5. Make bends in parallel or banked runs from same center or centerline with same radius so that bends are parallel. 6. Factory elbows may be installed in parallel or banked raceways if there is change in plane of run and raceways are same size. 7. Flexible Conduit: Do not make bends that exceed allowable conductor bending radius of cable to be installed or that significantly restricts conduit flexibility. F. Expansion and Deflection Fittings: Provide on all raceways at structural expansion joints and in long tangential runs. G. Termination at Enclosures: a. Rigid Aluminum Conduit: 1) Provide one lock nut each on inside and outside of enclosure. 2) Install grounding bushing. 3) Provide bonding jumper from grounding bushing to equipment ground bus or ground pad; if neither ground bus nor pad exists, connect jumper to lag bolt attached to metal enclosure. 4) Install insulated bushing on ends of conduit where grounding is not required. 5) Provide insulated throat when conduit terminates in sheet metal boxes having threaded hubs. Electrical Section 26 05 01 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 15 of 20 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 6) Terminate conduits with threaded conduit hubs at NEMA 4 and 4X boxes and enclosures. 2. Free-Standing Enclosures: a. Terminate metal conduit entering bottom with grounding bushing; provide a grounding jumper extending to equipment ground bus or grounding pad. b. Terminate PVC conduit entering bottom with bell end fittings. H. Identification Devices: 1. Raceway Tags: a. Identify origin and destination. b. Install at each terminus, near midpoint, and at minimum intervals of every 50 feet of exposed raceway, whether in ceiling space or surface mounted. C. Provide corrosion-resistant wire for attachment. 3.8 CONDUCTORS AND CABLES A. Conductor storage, handling, and installation shall be in accordance with manufacturer's recommendations. B. Do not exceed manufacturer's recommendations for maximum pulling tensions and minimum bending radii. C. Conduit system shall be complete prior to drawing conductors. Lubricate prior to pulling into conduit. Lubrication type shall be as approved by conductor manufacturer. D. Terminate all conductors and cables, unless otherwise shown. E. Do not splice conductors. F. Bundling: Where single conductors and cables in manholes, handholes, vaults, cable trays, and other indicated locations are not wrapped together by some other means, bundle conductors from each conduit throughout their exposed length with cable ties placed at intervals not exceeding 12 inches. G. Wiring within Equipment and Local Control Panels: Remove surplus wire, dress, bundle, and secure. H. Power Conductor Color Coding: 1. No. 6 AWG and Larger: Apply general purpose, flame retardant tape at each end, and at accessible locations wrapped at least six full overlapping turns, covering an area 1-1/2 inches to 2 inches wide. 2. No. 8 AWG and Smaller: Provide colored conductors. Electrical Section 26 05 01 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 16 of 20 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 3. Colors: a. Neutral Wire: White. b. Live Wires, 120/240-Volt, Single-Phase System: Black, red. C. Live Wires, 120/208-Volt, Three-Phase System: Black, red, or blue. d. Live Wires, 277/480-Volt, Three-Phase System: Brown, orange, or yellow. e. Ground Wire: Green. L Circuit Identification: 1. Circuits Appearing in Circuit Schedules: Identify power, instrumentation, and control conductor circuits, using circuit schedule designations, at each termination and in accessible locations such as manholes, handholes,panels, switchboards, motor control centers,pull boxes, and terminal boxes. 2. Circuits Not Appearing in Circuit Schedules: Assign circuit name based on device or equipment at load end of circuit. Where this would result in same name being assigned to more than one circuit, add number or letter to each otherwise identical circuit name to make it unique. 3. Method: Identify with sleeves. Taped-on markers or tags relying on adhesives not permitted. J. Connections and Terminations: 1. Install wire nuts only on solid conductors. 2. Install nylon self-insulated crimp connectors and terminators for instrumentation and control circuit conductors. 3. Tape insulate all uninsulated connections. 4. Install crimp connectors and compression lugs with tools approved by connector manufacturer. 3.9 GROUNDING A. Grounding shall be in compliance with NFPA 70. B. Shielded Instrumentation Cables: 1. Ground shield to ground bus at power supply for analog signal. 2. Expose shield minimum 1 inch at termination to field instrument and apply heat shrink tube. 3. Do not ground instrumentation cable shield at more than one point. C. Equipment Grounding Conductors: Provide in all conduits containing power conductors and control circuits above 50 volts. Electrical Section 26 05 01 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 17 of 20 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 3.10 FIELD QUALITY CONTROL A. Tests shall be performed in accordance with the requirements of Section 01 91 14, Equipment Testing and Facility Startup. B. General: 1. Test equipment shall have an operating accuracy equal to, or greater than, requirements established by NETA ATS. 2. Test instrument calibration shall be in accordance with NETA ATS. 3. Perform inspection and electrical tests after equipment has been installed. 4. Perform tests with apparatus de-energized whenever feasible. 5. Inspection and electrical tests on energized equipment are to be: a. Scheduled with Owner prior to de-energization. b. Minimized to avoid extended period of interruption to the operating plant equipment. C. Tests and inspection shall establish that: 1. Electrical equipment is operational within industry and manufacturer's tolerances. 2. Installation operates properly. 3. Equipment is suitable for energization. 4. Installation conforms to requirements of Contract Documents and NFPA 70. D. Perform inspection and testing in accordance with NETA ATS, industry standards, and manufacturer's recommendations. E. Adjust mechanisms and moving parts for free mechanical movement. F. Adjust adjustable relays and sensors to correspond to operating conditions, or as recommended by manufacturer. G. Verify nameplate data for conformance to Contract Documents. H. Tighten accessible bolted connections, including wiring connections, with calibrated torque wrench to manufacturer's recommendations, or as otherwise specified. L Clean contaminated surfaces with cleaning solvents as recommended by manufacturer. Electrical Section 26 05 01 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 18 of 20 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction J. Investigate and Repair or Replace: 1. Electrical items that fail tests. 2. Active components not operating in accordance with manufacturer's instructions. 3. Damaged electrical equipment. K. Electrical Enclosures: 1. Remove foreign material and moisture from enclosure interior. 2. Vacuum and wipe clean enclosure interior. 3. Remove corrosion found on metal surfaces. 4. Repair or replace, as determined by Engineer, door and panel sections having damaged surfaces. 5. Replace missing or damaged hardware. L. Provide certified test report(s) documenting the successful completion of specified testing. Include field test measurement data. M. Test the following equipment and materials: N. Controls: 1. Test control and signal wiring for proper termination and function. 2. Test local control panels and other control devices for proper terminations, configuration and settings, and functions. 3. Demonstrate control, monitoring, and indication functions in presence of Owner and Engineer. 3.11 ADDITIONAL INFORMATION A. Manufacturers' detailed information for the operation and maintenance (O&M) is available for the equipment listed below. Those files are available in electronic form (PDF)upon request. 1. Generator and Synchronizing Switchgear O&M Information. 2. Low-Voltage Switchgear O&M Information. 3. Motor Control Center O&M Information. Electrical Section 26 05 01 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 19 of 20 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 3.12 SUPPLEMENTS A. The supplements listed below, following "End of Section," are a part of this Specification. Information in the supplements has not been field verified. 1. Power Switchover Change Order. 2. One-Line Diagram and ECR-5 Plan. 3. SCADA System Integration Considerations Technical Memorandum. END OF SECTION Electrical Section 26 05 01 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 20 of 20 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS CSA CONSTRUCTION, INC. OCTOBER 7, 2020 OSO WRP HEADWORKS & LIFT STATION CHANGE ORDER GENERATOR SWITCHOVER PER RFI 49/49A GENERAL SUMMARY TAXABLE EXEMPT ITEM DESCRIPTION LABOR SUB/MATR SUB/MATR TOTAL VENDOR ------ -------------------------------------------------- ------------------- ------------------- ------------------- ------------------- ------------------- 1 SCl/VENDOR CHANGES 0 0 132,997 132,997 0 0 0 0 0 0 0 ------ -------------------------------------------------- ------------------- ------------------- ------------------- ------------------- CHECK 0 0 132,997 132,997 132,997 SUBTOTAL 132,997 DIRECT JOB COSTS LABOR BURDEN 40.00% 0 SALES TAX 8.25% 0 BLDRS. RISK 1 months 0.0100% 0 OWNERS LIABILITY INSURANCE 0 NO BUILDING PERMIT 0.00% 0 NONE TX WIN 0 NO BOND 1.00 1,330 2 YEAR MAINTENANCE BOND 0 NO 2 YEAR WARRANTY 0.00% 0 NO WARRANTY START @ FINAL 0.00% 0 NO SUBTOTAL 134,327 OH&P 5.00% 6,716 SUBTOTAL 141,043 TOTAL 141,043 COMMENTS -60 DAYS REQUESTED -REFERENCE RFI #49A DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS This page intentionally left blank. DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS R System Control & Instrumentation 5404 FM 1044 New Braunfels, TX 78130 Sr$TER CONTROLS&INSTRUMENTATION 830-420-3392 (Office) 830-420-3395 (Fax) PROPOSAL SUBMITTED TO: CSA Construction, Inc. CONTACT: George Craig 2314 McAllister Road PHONE: Houston, TX 77092 FAX: PROJECT NAME: OSO Change Order 014 ATS Power Switchover SCOPE OF Provide and incorporate materials and programming as stated in Schneider WORK: Electric Scope of Work, attached. Sequence of Operation will be as determined by Schneider Electric. Documentation will be provided following implementation of this work. TOTAL $132,997.71 Additional Days: 45 additional days are required for this work from the date a CSA signed Change Order and Notice to Proceed with this work is received, subject to availability of personnel when signed Change Order is received, to the extent personnel are unavailable, the time extension will/must be extended to the extent necessary to allow personnel availablity for this work and arrival of the equipment and materials. EXCLUSIONS: 1. Sales tax. 2. Any other materials or equipment not specifically listed on this Proposal NOTE: This Proposal is following directions provided in the RFI 49A Response and as determined by Scheider Electric, ASCO and Cummin SP collaboration. Further interpretation or changes to the scope of work, as currently provided in this Proposal could result in additional monetary amount(s) required to incorporate the This Proposal may expire in 30 days or upon written retraction by SCI. If you have any questions regarding this Proposal, please give me a call. SUBMITTED BY: System Control & Instrumentation, Ltd Dennis Trammell 9/22/2020 Project Manager Date DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS This page intentionally left blank. DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS System Controls&Instrumentation,Ltd. 5404 FM 1044 New Braunfels,TX 78130 ATS Power Switchover PAGE 1 Phone:(830)420-3392 Fax:(830)420-3395 Description Ref Ref Amount op Rate Amount Material Total= Mat Total 112,726.48 x 1.00 112,726.48 Instrumentation&Controls Mat Total x 1.00 0.00 Subtotal Misc.Expenses= Lodging Calc/Days x 100.00 0.00 Meals Calc/Days x 45.00 0.00 Shipping Costs 0.00 Submittals&O&M Manuals Calc 0.00 x 33.00 0.00 Testing Calc 0.00 x 45.00 0.00 Training Calc 0.00 x 45.00 0.00 Drawings Calc 0.00 x 33.00 0.00 Purchase Agent Calc 0.00 x 40.00 0.00 Procurement Calc 0.00 x 20.00 0.00 Project Manager Calc 0.00 x 95.00 0.00 Subtotal Direct Labor= Electrician Lab Total 36.00 x 45.00 1,620.00 Foreman Calc 3.60 x 65.00 234.00 Instrument tech Lab Total 0.00 x 75.00 0.00 Programmer Calc 0.00 x 90.00 0.00 Estimator Calc 0.00 x 60.00 0.00 Hrs.Total 39.60 Subtotal Direct Job Exp=Labor Burden Labor Total 1,854.00 % 45.00 834.30 Labor Adjustment, Elevated Work 10'-20' 0.00 Lifting Equipment 0.00 Equipment Fuel 0.00 Tools Expendable Mat+Labor Total 114,580.48 % 0.00 0.00 Prcurement Vechicle Fuel 25.00 per day 0.00 25.00 0.00 Procurement Truck Expence 35 per day 0.00 35.00 0.00 Electrician/Supervisor/IC Tech Vechicle Fuel 25.00 per day 0.00 25.00 0.00 Electrician/Supervisor/IC Tech Truck Expence 35 per day 0.00 35.00 0.00 Programmer Vechicle Fuel 25.00 per day 0.00 25.00 0.00 Programmer Truck Expence 35 per day 0.00 35.00 0.00 Ancle 13.01 CA Allowances 235.40 Subtotal Liability&Builters Risk Insurance 115,650.18 % 0.00 0.00 115,650.18 Job Subtotal OVERHEAD+Profit Job Subtotal 115,650.18 % 1 15.00 17.347.53 132,997.71 TOTAL $132,997.71 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS yst6rn Controls&Instrument'atio' n 5404,FM 1044 New Braunfels,TX 781;30 ATS Power Switchover Page 3, Material Material Material Labor Labor Labor Item QTY Unit Adj Extended Unit Adj Extended Graybar 1 $106,858.00 1.00 $106,3;18 00 4.000 1.00 4,00 ASCO 1 $1,360.00 1.00 $1,260.00 2.000 1.00 2,00 Cummins 1 $1,250.00 1.00 $1,250.00 2.000 1.00 2,00 Feeder CableRelocate/Terminate Lot 1 $0.00 1.00 $000 8.000 1.00 3.00 MiscAdd'I Conduit and Wiring Lot 1 1 $500.00 1.00 $500 00 16.000 1.00 12.00 Documentation 1 $0.00 1.00 $000 4.000 1.00 2.00 Article 13.01 C 4.b. Lot 1 $550.00 1.00 $550 00 0.000 1.00 0.00 Article 13.01 C 4.c. Lot 1 $75.00 1.00 $75 00 0.000 1.00 0.00 Article 13.01 C 4.h. Lot 1 $35.00 1.00 $35 00 0.000 1.00 0.00 Article 13.01 C 4.i. Lot 1 $35.00 1.00 $35 00 0.000 1.00 0.00 Article 13.01 C 4.j. 1 $2,063.48 1.00 $2,063,18 0.000 1.00 0.00 1.00 $000 0.000 1.00 0.00 1.00 $000 0.000 1.00 2.00 1.00 $000 0.000 1.00 0.00 1.00 Cao 00 0.000 1.00 0.00 1.00 $000 0.000 1.00 0.00 1.00 $000 1 0.000 1.00 1 0.00 [Total Materials. $112,726:48 Total Labor: 2 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS if""ill"w It Ih m PAGE 1 OF 2 Quotation Q2C Number: 40197496 Quote Number: 1 Change Order Rev Number: 63 Project Name: OSO WATER RECLAMATION Project Location: Corpus Christi, TX Quote Name: MTMG CONFIGURATION Consultant/Specifier: JACOBS ENGINEERING GROUP, INC. - SA Contractor/ Installer: SYSTEM CONTROLS & INSTRUMENTATION Sales Representative: NATHAN MAPLES Conditions of Sale This Quotation is subject to Coordinated Project Terms. Payment Terms: SPECIAL TERMS: Discount 0% 0/Net 30th Currency: US DOLLARS Quote Markings SCOPE OF WORK After receipt of Purchase Order,drawings will be provided for review. Since a formal Sequence of Operations was not provided after several requests; any and all changes after the drawings are formally approved will incur additional charges and possible schedule impacts. QUOTATION PRINTED 9/21/2020 5:08:00 PM DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS PAGE 2 OF 2 Q2C Number: 40197496 Quote Number: 1 Change Order Rev Number:53 Project Name: OSO WATER RECLAMATION Quote Name: MTMG CONFIGURATION Item No. Qty. Catalog Number/Details 077- 1 Field Modifications to Convert SWGR 5A/5B 00 to M-T-M-G Scope of work for the physical installation of components include adding the necessary items in order to bring MTMG functionality to the system. The NW breaker will have to be field modified to include the MX, XF, and MCH accessories. The control power `seek any source' system will also have to be modified by adding the contactor and associated transformer and fuses to enable the generator to supply control power in the event of a total utility loss. The breaker inputs/outputs and 27/47/59/81 contacts will also have to be wired back to the input/output cards on the PLC to enable ATO control. The off-line wired interlock circuit will be updated to included the gen breaker within the interlock scheme. Finally, regarding mounting space, depending on what mounting room is available with the ASCO enclosure will determine where all these components are to be installed. Square D Services will provide wiring within the provided gear QUOTATION PRINTED 9/21/2020 5:08:00 PM DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A t:ulvrUKIVIED DOCU�TS GrmvbaR,. wo 4503 PERRIN CREEK SAN ANTONIO TX 78217-3703 Phone: 210-248-3100 Fax: 210-248-3190 To: SYSTEM CONTROLS & INSTRUMENTATION, LLCDate: 09/21/2020 5404 FM 1044 Proj Name: SCI: OSO FIELD MOD NEW BRAUNFELS TX 78130 GB Project Qte#: 0236274798 Attn: Dennis Trammell Release Nbr: Phone: 830-420-3392 Purchase Order Nbr: Fax: 830-420-3395 Additional Ref# Email: JOEL.DELACRUZ@GRAYBAR.COM Valid From: 09/21/2020 Valid To: 10/21/2020 Contact: JOEL DE LA CRUZ Email: joel.delacruz@graybar.com Proposal We Appreciate Your Request and Take Pleasure in Responding As Follows Item Item/Type Quantity Supplier Catalog Nbr Description Price Unit Ext.Price 100 1 EA SQUARE D CO. LOT SQUARE D FIELD $106,858.00 1 $106,858.00 FIELD MODS MODIFICATIONS TO CONVERT SWGR 5A/513 TO M-T-M-G FIELD MODIFICATIONS TO CONVERT SWGR 5A/513 TO M-T-M-G Total in USD (Tax not included): $106,858.00 This equipment and associated installation charges may be financed for a low 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.com 24-Hour Emergency Phone#: 1-800-GRAYBAR Subject to the standard terms and conditions set forth in this document. Unless otherwise noted,freight terms are F.O.B.shipping point prepaid and bill. Unless noted the estimated ship date will be determined at the time of order placement. Page 1 of 2 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1FE37A9A V. V1V1L 1 VVIII%V uII-I I%V VI \:vwr VK4ff ftCUMENTS 09/21/2020 5404 FM 1044 Proj Name: SCI: OSO FIELD MOD NEW BRAUNFELS TX 78130 GB Project Qte#: 0236274798 Attn: Dennis Trammell Proposal We Appreciate Your Request and Take Pleasure in Responding As Follows TERMS AND ELECTRIC OF SALE C p y I ACCEPTANCE credit of the OFeORDhe ORDER:TERMINATION becomeslunsatdisfactoryto to aybar credit approval r reserves the light to tediminate upon noticet o Company, and without liabit )tonGravbail applicable,Graybar's 2. PRICES AND SHIPMENTS-Unless otherwise quoted,prices for goods shall be those in effect at time of shipment,which shall be made F.O.B.shippping point,prepud and ill.Unless otherwise indicated in.the applicable quotation or statement of work,prices for services shat[be those in effect at the time of completion.The contract price for goods and or services shall be increased by the amount of any applicable tariff,excise, Tee,assessment,levy,charge or duty of all kind whatsoever,unposed,assessed or collected by any governmental body,whether or not reflected in the costs charged to Graybar,and Graybar may increase its cost for nods and or services appropriately to take into account such increases in Graybar's costs. - RETURN OF GOODS-Credit may be allowed for goods retuned with prior approval.A deduction may be made from credits issued to cover cost of handling.Returns will not be accepted for services or any material which has been modified at the resist of or by Buyer. In addition,no custom orders may be returned. 4. TAXES-Prices shown do not include sales or other taxes unposed on the sale of goods or services.Taxes now or hereafter imposed upon sales,shipments or services will be added to the purchase price.Buyer agrees to reinzburse Graybar for any such tax or provide Graybar with acceptable tax exemption certificate. 5. DELAY IN DELIVERY-Graybar is not to be accountable for delays in delivery of goods or services occasioned by acts of God failure of its suppliers to ship or deliver on time or other circurmstaunces beyond Gra ybar's reasonable control,including,but not limited to,sourcing shipment or delivery issues caused by,related to or resuttnng from COVID-19 or other similar national or global health situations.Factory shipment or delivery dates are best estimates and in no case sluff Graybar be liable for arty consequential or special damages arising from un del m provision of services,shipment or dehveiyy�� 6.. LIMITED WARRANTIES-Graybar warrants that all goods sold are free of awry security interest and will make available to 13iryer all transferable warranties(including wrfhout limitation warranties with respect to intellectual property infringement)made to Graybar by the manufacturer of the goods.Buyer acknowledges that the performance of any service which atters the manufacturer provided goods as indicated in the statement of work may vordthe gmanufacturer's warranty.Gra bar shall use the same care and skill a smulafl situated rovnder of Like services would exercise following commonl accepfed indusit practices in the performance of TO THE IMPLIED WAl�RA1VTIES O MERCHANTABIILITY AND FITNESS FOR PURPOSH�UNLE(SS OTHERWISE GREEDIIN DISCLAIMS SG BY ANPAUTHORIZED N REPRESENTATI�VE OF RAYBART(ED� A HEALTHCAREDAPPL CATION,WHERE THE GOODS HAVESPOTENTIAL FOR DIRE�PATIENT CONTACT OR WHERE A SIX(6 F OOT CLLEARANCE FROM A PA IT ENT CANNFACILITY, T BE MAPNTAI2NED AT ALL TIMES. 7. LIMITATION OF LIABILITtYy-Bu en's remedies under this agreement are sub ect tog�un linrirations contained in nnmufacturer's terms and conditions to Graybar,a copy,of which will be fluurished a on written GRAYBA BeE LIrA$LE 1'OR INCIDENTAILy SPECIAL R CONSEQUENTIAL DAMTAGES.ttIsi adcit on,claims for shortagessother than loss in transit, ust lie made n w tirig not moredth n NO O daysa8e�i receipt of stirpmeat Unless otherwise meed u}the applicable statement of work,acceptance of services will occurt not more than five(5)days after completion of performance. 8. WAIVER-The failuue of Gray ar to unsrst upon the erfonnunce of any of the terms or conditions of this agreement or to exercise any right hereunder shall not be deemed to be a waiver of such terms,conditions, or rights m the fiuhue nor sluff it be deemed to be a waiver ofpany other terns,condrhoni or right under this agreement. 9. MODIFICATION OF TERMS AND CONDITIONS-These terms and conditioins,and ury associated statement of work,supersede all other conmtimications negotiations,and prior oral or written.statements regarding the subject nutter of these terms and conditionns.No chargge,modification,rescrssmn,discharge,abandoumzent,or waiver of these terms and conditions shall be binding ap.on Graybar un ess nude in writing and signed on its behalf by a duly authorized representative of Graybar,No conditions usage of bade course of dealing or performance,urrderstanding or agreement,ptuporting to modnfy,vary,explanu,or.supplement these terms and conditionns shall be binding unless hereafrer made m writing and sr sed by the puTy to he bound.Any proposed modifications or additional terms are spectitically re ected and deemeda nnternal allteration hereof. If this docmnent sluff be deemed un acceptance of a prior offer by Buyer,sic accepptance rs expressly conditiounl upon Buyer's assent to any additiornl or different terms set'forth herein. 10. REELS-When Graybar ships returnable reels a reel deposit may be mduded.in the urvorce.The Buyer should contact the nearest Graybar service location to return reels. 11. CERTIFICATION-Graybar herebyy certifies that these goods were produced m compliance.with all applicable.requuaements of Sections 6,7,and 12 of the Fair Labor Standards Act,as amended,and of regulations and orders of the United States lle artment of Labor issued under Section 14 thereof.This a reement ns subject to Executive Order 11246,as amended,the Rehabilitation Act of 1973 as amended,the Vietnam Veterans'Readjustment Assistance Act of 1974,as amended,E.O.13496,29 CFR Part 471,Appendix to Subpart A,and the corresponding regulations,to the extant required by law.41 CFR d0-1.4,60-741.5,and 60-250.5FOREIGN COeRRUPT P1iACTICES'ACT-Buyer legally comply with applicable laws and re ulatiorus relating to anti-connption,.including,without limitation,(i)the United States Foreign Corrupt Practices Act �gCPA)(15 U.S.C.Wggdd-1 et.seg.)urespective of the place of performance and(u)laws and reguatnons umgLementing the Organization for Economic Cooperation and Development's Convention on Combating Bribery of Foreign Pit tic Of icnals in International Business Transactions,the J.N.Convention Against Corruption,and tine Inter-American Convention Against Corruption in Buyer's country or any country where performance of this agreement or delivery of goods will occur. 13. ASSIGNMENT-Buyer shall not assign its rights or delegate its duties hereunder or any interest herein without the prior written consent of Graybar,and any such assigmnent without such consent,shall be void. 14. GENERAL PROVISIONS-All typofraph ica or clerical errors made by Graybar in any quotahoin,acknowledgment or publication are subject Yo corection.Thus agreement s6tt be governed by the laws of the State of Missmui a licable to contracts to 6e onned and fully performed within the State of Mrssmui,without givingg effect to the choice or conflicts of law provisions thereof.All suits arising from or concerting this agreement shall be 2rled in the Circuit Corot of St.Lours County,Mnssouri or the United States Distinct Court for the Eastern District of Missouri and no other place unless otherwise determined m Graybar's sole discretion.Buyer hereb uievocably connsents to the urnsdiction of such court or courts and a Tees to appear in any such action a on written notice thereof. 15. PAYMENT TIYRMS-Payment terms shall�e as stated on Graybar's invoice or as oherwrse mutually a reed.As a condition of the sales agreement,a monthly service charge of the lesser of 1-U2%or the nnximmI penmtted by law nny be added to all accounts not pard by net due date.Visa,MasterCard,American Express,and Discover credit cards are accepted at point of purchase only. 16. EXPORTING-Buyer acknowledges tint this order and the performance thereof are subect to compliance with any and all appplicable United States laws,regulations,or ordel s.Buyer a rees to cornpLy with all such Laws,regulations,and orders,including,if applicable,all requirements of the IntemahonnL Z�raffic in.Syms Regulations and/or theY,xport Administration Act,as may be amended.Buyer fill agrees that of the export Laws are applicable,rat w' not disclose or re-export any technical data received under this order to any countries for which the United States govemrnent reqtines an export License or other supporting documentation at Phe time of e�uort or hansfer unless Buyer has obtained rmr written authorization from the United States Office of Export Control or other authority responnsrbfe for such nutters. ge such date ane su ject to Gi2yhuH�NeE I'OR SpplI Royal i GBuyyyeal's soleaandlabsolute discret on.Buyereshall pay to Graybar amountsu ecessary to cover cancellation,restocking fees and other charges cancellations to after cancelled goods or servnces including those incurred or commrtfebd to by Graybar. Signed: This equipment and associated installation charges may be financed for a low 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.com 24-Hour Emergency Phone#: 1-800-GRAYBAR Subject to the standard terms and conditions set forth in this document. Unless otherwise noted,freight terms are F.O.B.shipping point prepaid and bill. Unless noted the estimated ship date will be determined at the time of order placement. Page 2 of 2 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS From: Todd Maples To: Dennis Trammell;Jeffrey Hernandez Subject: RE: Oso ATS Changes,Start-up and Testing Date: Tuesday,September 22,2020 3:19:39 PM Dennis, Figure $1360 for this other trip. TM Todd Maples Sr. Field Sales Engineering ASCO Power Technologies 12025 C.R. 411 1 Pontotoc) TX 176869 T (281) 829-29001 M (210) 861-7829 1 TF 1-800-800-ASCO www.ascQpower.com I www.ascoapu.com DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS This page intentionally left blank. DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F�VIVrVKIAED DOCUMENTS IIII� u . ,r U �µ llllf IIIIII��I IIIIII�I�I IIIIII�I uuuuuuuu I�IIIIIIIIIII IIIIIII��IIII�II uuiuu� ilii September 24, 2020 RE: OSO Start Up Thank you for allowing Cummins Sales and Service to provide a proposal for this project. Below you will find a summary with pricing. If there are any questions please don't hesitate to call. Equipment: • Cummins to be on site for one day to monitor startup Grand Total: $1,250.00 ment covered by this proposal will be accepted on a"Hold For Release"basis. Your order will not be released and scheduled for production until written approval to proceed is received in our office. TERMS AND CONDITIONS FOR SALE OF POWER GENERATION EQUIPMENT These Terms and Conditions for Sale of Power Generation Equipment,together with the Quote,Sales Order,and/or Credit Application on the front side or attached hereto,are hereinafter referred to as this"Agreement"and shall constitute the entire agreement between the customer identified in the quote("Customer")and Cummins Southern Plains LLC("Cummins')and supersede any previous representation,statements, agreements or understanding(oral or written)between the parties with respect to the subject matter of this Agreement. No prior inconsistent course of dealing, course of performance, or usage of trade, if any, constitutes a waiver of, or serves to explain or interpret,the Terms and Conditions set forth in this Agreement. Electronic transactions between Customer and Cummins will be solely governed by the Terms and Conditions of this Agreement,and any terms and conditions on Customer's website or other internet site will be null and void and of no legal effect on Cummins. In the event Customer delivers, references,incorporates by reference,or produces any purchase order or document,any terms and conditions related thereto shall be null and void and of no legal effect on Cummins. SCOPE. Cummins shall supply power generation equipment and any related parts, materials and/or services expressly identified in this Agreement (collectively, "Equipment"). No additional services, parts or materials are included in this Agreement unless agreed upon by the parties in writing. Any Quote is valid for 60 days. The price is firm provided drawings are approved and returned within 60 days after submission and ship date is not extended beyond published lead times. Any delays may result in escalation charges. A Sales Order for Equipment is accepted on hold for release basis. The Sales Order will not be released and scheduled for production until written approval to proceed is received. A Quote is limited to plans and specifications section set forth in the Quote. No other sections shall apply. Additional requirements for administrative items may require additional costs. The Quote does not include off unit wiring,off unit plumbing,offloading, rigging,installation,exhaust insulation or fuel,unless otherwise stated. SHIPPING;DELIVERY;DELAYS. Unless otherwise agreed in writing by the parties, Equipment shall be delivered FOB origin,freight prepaid to first destination. For consumer and mobile products,freight will be charged to Customer. Unless otherwise agreed to in writing by the parties, packaging method,shipping documents and manner, route and carrier and delivery shall be as Cummins deems appropriate. Cummins may deliver in installments. A reasonable storage fee, as determined by Cummins, may be assessed if delivery of the Equipment is delayed, deferred,or refused by Customer. Offloading,handling,and placement of Equipment and crane services are the responsibility of Customer and not included unless otherwise stated. All shipments are made within normal business hours, Monday through Friday. Any delivery,shipping, installation, or performance dates indicated in this Agreement are estimated and not guaranteed. Further, delivery time is subject to confirmation at time of order and will be in effect after engineering drawings have been approved for production. Cummins shall use best efforts to meet estimated dates, but shall not be liable to customer or any third party for any delay in delivery, shipping, installation, or performance, however occasioned, including any delays in performance that result directly or indirectly from acts of Customer or any DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS unforeseen event, circumstance,or condition beyond Cummins' reasonable control including, but not limited to, acts of God, actions by any government authority, civil strife, fires, floods, windstorms, explosions, riots, natural disasters, embargos, wars, strikes or other labor disturbances,civil commotion,terrorism, sabotage,late delivery by Cummins'suppliers,fuel or other energy shortages,or an inability to obtain necessary labor,materials,supplies,equipment or manufacturing facilities. PAYMENT TERMS; CREDIT; RETAINAGE. Unless otherwise agreed to by the parties in writing and subject to credit approval by Cummins, payments are due thirty(30)days from the date of the invoice. If Customer does not have approved credit with Cummins,as solely determined by Cummins,payments are due in advance or at the time of supply of the Equipment. If payment is not received when due,in addition to any rights Cummins may have at law,Cummins may charge Customer eighteen percent(18%)interest annually on late payments,or the maximum amount allowed by law. Customer agrees to pay Cummins' costs and expenses (including reasonable attorneys' fees) related to Cummins' enforcement and collection of unpaid invoices, or any other enforcement of this Agreement by Cummins. Retainage is not acceptable nor binding,unless required by statute or accepted and confirmed in writing by Cummins prior to shipment. TAXES;EXEMPTIONS. Unless otherwise stated,the Quote excludes all applicable local,state and federal sales and/or use taxes, permits and licensing. Customer must provide a valid resale or exemption certificate prior to shipment of Equipment or applicable taxes will be added to the invoice. TITLE;RISK OF LOSS. Unless otherwise agreed in writing by the parties,title and risk of loss for the Equipment shall pass to Customer upon delivery of the Equipment by Cummins to freight carrier or to Customer at pickup at Cummins'facility. INSPECTION AND ACCEPTANCE. Customer shall inspect the Equipment upon delivery, before offloading,for damage, defects, and shortage. Any and all claims which could have been discovered by such inspection shall be deemed absolutely and unconditionally waived unless noted by Customer on the bill of lading. Where Equipment is alleged to be non-conforming or defective,written notice of defect must be given to Cummins within three (3) days from date of delivery after which time Equipment shall be deemed accepted. Cummins shall have a commercially reasonable period of time in which to correct such non-conformity or defect. If non-conformity or defect is not eliminated to Customer's satisfaction, Customer may reject the Equipment(but shall protect the Equipment until returned to Cummins)or allow Cummins another opportunity to undertake corrective action. In the event startup of the Equipment is included in the services, acceptance shall be deemed to have occurred upon successful startup. LIEN;SECURITY AGREEMENT.Customer agrees that Cummins retains all statutory lien rights.To secure payment,Customer grants Cummins a Purchase Money Security Interest in the Equipment. If any portion of the balance is due to be paid following delivery, Customer agrees to execute and deliver such security agreement,financing statements, deed of trust and such other documents as Cummins may request from time to time in order to permit Cummins to obtain and maintain a perfected security interest in the Equipment;or in the alternative,Customer grants Cummins a power of attorney to execute and file all financing statements and other documents needed to perfect this security interest. Cummins may record this Agreement, bearing Customer's signature, or copy of this Agreement in lieu of a UCC-1, provided that it shall not constitute an admission by Cummins of the applicability or non-applicability of the UCC nor shall the failure to file this form or a UCC-1 in any way affect, alter, or invalidate any term, provision, obligation or liability under this Agreement. The security interest shall be superseded if Customer and Cummins enter into a separate security agreement for the Equipment. Prior to full payment of the balance due,Equipment will be kept at Customer's location noted in this Agreement,will not be moved without prior notice to Cummins,and is subject to inspection by Cummins at all reasonable times. CANCELLATION;CHARGES.Orders placed with and accepted by Cummins may not be cancelled except with Cummins'prior written consent.If Customer seeks to cancel all or a portion of an order placed pursuant to this Agreement,and Cummins accepts such cancellation in whole or in part,Customer shall be assessed cancellation charges as follows:(i)10%of total order price if cancellation is received in Cummins'office after Cummins has provided submittals and prior to releasing equipment to be manufactured;(ii)25%of total order price if cancellation is received in Cummins'office after receipt of submittal release to order,receipt of a purchase order for a generator already on order with the factory,or is asked to make any hardware changes to the equipment already on order with the factory; (iii) 50% of total order price if cancellation is received in Cummins'office 60 or fewer days before the scheduled shipping date on the order;or(iv)100%of total order price if cancellation is received in Cummins'office after the equipment has shipped from the manufacturing plant. MANUALS. Unless otherwise stated, electronic submittals and electronic operation and maintenance manuals will be provided, and print copies may be available upon Customer's request at an additional cost. TRAINING; START UP SERVICES; INSTALLATION. Startup services, load bank testing, and owner training are not provided unless otherwise stated. Site startup will be subject to the account being current and will be performed during regular Cummins business hours, Monday to Friday. Additional charges may be added for work requested to be done outside standard business hours,on weekends,or holidays. One visit is allowed unless specified otherwise in the Quote. A minimum of two-week prior notice is required to schedule site startups and will be subject to prior commitments and equipment and travel availability. A signed site check sheet confirming readiness will be required, and Cummins personnel may perform an installation audit prior to the startup being completed. Any issues identified by the installation audit shall be corrected at the Customer's expense prior to the start-up. Portable load banks for site test(if offered in the Quote)are equipped with only 100 feet of cable.Additional lengths may be arranged at an extra cost. Cummins is not responsible for any labor or materials charged by others associated with start-up and installation of Equipment,unless previously agreed upon in writing. Supply of fuel for start-up and/or testing,fill- up of tank after start up,or change of oil is not included unless specified in the Quote. All installation/execution work at the site including,but not limited to: civil, mechanical, electrical,supply of wall thimbles, exhaust extension pipe, elbows, hangers, expansion joints, insulation and cladding materials, fuel/oil/cooling system piping, air ducts, and louvers/dampers is not included unless specified in the Quote. When an enclosure or sub-base fuel tank(or both)are supplied,the openings provided for power cable and fuel piping entries,commonly referred to as "stub-ups",must be sealed at the site by others before commissioning. All applications,inspections and/or approvals by authorities are to be arranged by Customer. DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS MANUFACTURER'S WARRANTY. Equipment purchased hereunder is accompanied by an express written manufacturer's warranty ("Warranty")and,except as expressly provided in this Agreement,is the only warranty offered on the Equipment. A copy of the Warranty is available upon request. While this Agreement and the Warranty are intended to be read and applied in conjunction,where this Agreement and the Warranty conflict,the terms of the Warranty shall prevail. WARRANTY PROCEDURE. Prior to the expiration of the Warranty,Customer must give notice of a warrantable failure to Cummins and deliver the defective Equipment to a Cummins location or other location authorized and designated by Cummins to make the repairs during regular business hours. Cummins shall not be liable for towing charges, maintenance items such as oil filters, belts, hoses, etc., communication expenses,meals,lodging,and incidental expenses incurred by Customer or employees of Customer,"downtime"expenses,overtime expenses, cargo damages and any business costs and losses of revenue resulting from a warrantable failure. LIMITATIONS ON WARRANTIES THE REMEDIES PROVIDED IN THE WARRANTY AND THIS AGREEMENT ARE THE SOLE AND EXCLUSIVE WARRANTIES AND REMEDIES PROVIDED BY CUMMINS TO THE CUSTOMER UNDER THIS AGREEMENT. EXCEPT AS SET OUT IN THE WARRANTY AND THIS AGREEMENT, AND TO THE EXTENT PERMITTED BY LAW, CUMMINS EXPRESSLY DISCLAIMS ALL OTHER REPRESENTATIONS, WARRANTIES, ENDORSEMENTS, AND CONDITIONS OF ANY KIND, EXPRESS OR IMPLIED, INCLUDING, WITHOUT LIMITATION, ANY STATUTORY OR COMMON LAW IMPLIED REPRESENTATIONS,WARRANTIES AND CONDITIONS OF FITNESS FOR A PURPOSE OR MERCHANTABILITY. The limited warranty does not cover Equipment failures resulting from: (a) inappropriate use relative to designated power rating; (b) inappropriate use relative to application guidelines; (c) inappropriate use of an EPA-SE application generator set relative to EPA's standards; (d) normal wear and tear; (e) improper and/or unauthorized installation; (f) negligence, accidents, or misuse; (g) lack of maintenance or unauthorized or improper repair; (h) noncompliance with any Cummins published guideline or policy; (i) use of improper or contaminated fuels,coolants,or lubricants; Q)improper storage before and after commissioning; (k) owner's delay in making Equipment available after notification of potential Equipment problem; (1) replacement parts and accessories not authorized by Cummins; (m) use of battle short mode; (n) owner or operator abuse or neglect such as:operation without adequate coolant,fuel,or lubricants;over fueling;over speeding; lack of maintenance to lubricating, fueling, cooling, or air intake systems; late servicing and maintenance; improper storage, starting, warm-up, running, or shutdown practices, or for progressive damage resulting from a defective shutdown or warning device; or (o) damage to parts, fixtures, housings, attachments and accessory items that are not part of the generating set. INDEMNITY. Customer shall indemnify, defend and hold harmless Cummins from and against any and all claims, actions, costs, expenses, damages and liabilities, including reasonable attorneys' fees, brought against or incurred by Cummins related to or arising out of this Agreement or the Equipment supplied under this Agreement(collectively,the"Claims"),where such Claims were caused or contributed to by, in whole or in part,the acts,omissions,fault or negligence of the Customer.Customer shall present any Claims covered by this indemnity to its insurance carrier unless Cummins directs that the defense will be handled by Cummins'legal counsel at Customer's expense. LIMITATION OF LIABILITY NOTWITHSTANDING ANY OTHER TERM OF THIS AGREEMENT, IN NO EVENT SHALL CUMMINS, ITS OFFICERS, DIRECTORS, EMPLOYEES, OR AGENTS BE LIABLE TO CUSTOMER OR ANY THIRD PARTY FOR ANY INDIRECT, INCIDENTAL, SPECIAL, PUNITIVE, OR CONSEQUENTIAL DAMAGES OF ANY KIND(INCLUDING WITHOUT LIMITATION DOWNTIME, LOSS OF PROFIT OR REVENUE, LOSS OF DATA, LOSS OF OPPORTUNITY, DAMAGE TO GOODWILL, ENHANCED DAMAGES, MONETARY REQUESTS RELATING TO RECALL EXPENSES AND REPAIRS TO PROPERTY,AND/OR DAMAGES CAUSED BY DELAY)IN ANY WAY RELATED TO OR ARISING FROM CUMMINS' SUPPLY OF EQUIPMENT UNDER THIS AGREEMENT OR THE USE OR PERFORMANCE OF EQUIPMENT SUPPLIED UNDER THIS AGREEMENT. IN NO EVENT SHALL CUMMINS' LIABILITY TO CUSTOMER OR ANY THIRD PARTY CLAIMING DIRECTLY THROUGH CUSTOMER OR ON CUSTOMER'S BEHALF UNDER THIS AGREEMENT EXCEED THE TOTAL COST OF EQUIPMENT SUPPLIED BY CUMMINS UNDER THIS AGREEMENT GIVING RISE TO THE CLAIM. BY ACCEPTANCE OF THIS AGREEMENT, CUSTOMER ACKNOWLEDGES CUSTOMER'S SOLE REMEDY AGAINST CUMMINS FOR ANY LOSS SHALL BE THE REMEDY PROVIDED HEREIN EVEN IF THE EXCLUSIVE REMEDY UNDER THE WARRANTY IS DEEMED TO HAVE FAILED OF ITS ESSENTIAL PURPOSE. DEFAULT;REMEDIES. Customer shall be in breach and default if: (a)any of the payments or amounts due under this Agreement are not paid; (b)Customer fails to comply, perform, or makes any misrepresentation relating to any of the Customer's obligations or covenants under this Agreement;or(c) prior to full payment of the balance due,Customer ceases to do business, becomes insolvent, makes an assignment for the benefit of its creditors,appoints a receiver,commences an action for dissolution or liquidation,or becomes subject to bankruptcy proceedings, or the Equipment is attached,levied upon,seized under legal process,is subjected to a lien or encumbrance,or transferred by operation of law or otherwise to anyone other than Cummins. Upon the occurrence of any event of Customer's default, Cummins, at its sole option and without notice, shall have the right to exercise concurrently or separately any one or all of the following remedies,which shall be cumulative and not alternative:(a)to declare all sums due, and to become due, under this Agreement immediately due and payable;(b)to commence legal proceedings,including collection actions and DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS specific performance proceedings, to enforce performance by Customer of any and all provisions of this Agreement, and to be awarded damages or injunctive relief for the Customer's breach;(c)to require the Customer to deliver the Equipment to Cummins' branch specified on the face of this Agreement;(d)to exercise one or more of the rights and remedies available to a secured party under applicable law;and(e)to enter,without notice or liability or legal process,onto any premises where the Equipment may be located, using force permitted by law,and there to disconnect, remove and repossess the Equipment,the Customer having waived further right to possession after default. A waiver of any event of default by Cummins shall not be a waiver as to any other or subsequent default. CUSTOMER REPRESENTATIONS;RELIANCE. Customer is responsible for obtaining, at its cost, permits, import licenses, and other consents in relation to the Equipment,and if requested by Cummins,Customer shall make these permits,licenses,and consents available to Cummins prior to shipment. Customer represents that it is familiar with the Equipment and understands operating instructions and agrees to perform routine maintenance services. Until the balance is paid in full,Customer shall care for the Equipment properly,maintain it in good operating condition, repair and appearance;and Customer shall use it safely and within its rated capacity and only for purpose it was designed. Even if Customer's purchase of Equipment from Cummins under this Agreement is based,in whole or in part,on specifications,technical information,drawings,or written or verbal advice of any type from third parties,Customer has sole responsibility for the accuracy,correctness and completeness of such specifications, technical information, drawings, or advice. Cummins make no warranties or representations respecting the accuracy, correctness and completeness of any specifications, technical information, drawings, advice or other information provided by Cummins. Cummins makes no warranties or representations respecting the suitability,fitness for intended use,compatibility,integration or installation of any Equipment supplied under this Agreement. Customer has sole responsibility for intended use,for installation and design and performance where it is part of a power, propulsion,or other system. Limitation of warranties and remedies and all disclaimers apply to all such technical information,drawings,or advice. Customer acknowledges and agrees by accepting delivery of the Equipment that the Equipment purchased is of the size,design,capacity and manufacture selected by the Customer,and that Customer has relied solely on its own judgment in selecting the Equipment. CONFIDENTIALITY.Each party shall keep confidential any information received from the other that is not generally known to the public and at the time of disclosure, would reasonably be understood by the receiving party to be proprietary or confidential, whether disclosed in oral, written,visual,electronic,or other form,and which the receiving party(or agents)learns in connection with this Agreement including,but not limited to: (a) business plans, strategies, sales, projects and analyses; (b) financial information, pricing, and fee structures; (c) business processes,methods,and models;(d)employee and supplier information;(e)specifications;and(f)the terms and conditions of this Agreement. Each party shall take necessary steps to ensure compliance with this provision by its employees and agents. GOVERNING LAW AND JURISDICTION.This Agreement and all matters arising hereunder shall be governed by and construed in accordance with the laws of the State of Indiana without giving effect to any choice or conflict of law provision. The parties agree that the courts of the State of Indiana shall have exclusive jurisdiction to settle any dispute or claim arising in connection with this Agreement. INSURANCE. Upon Customer's request,Cummins will provide to Customer a Certificate of Insurance evidencing Cummins'relevant insurance coverage. ASSIGNMENT. This Agreement shall be binding on the parties and their successors and assigns. Customer shall not assign this Agreement without the prior written consent of Cummins. INTELLECTUAL PROPERTY. Any intellectual property rights created by either party, whether independently or jointly, in the course of the performance of this Agreement or otherwise related to Cummins pre-existing intellectual property or subject matter related thereto,shall be Cummins' property.Customer agrees to assign,and does hereby assign,all right,title,and interest to such intellectual property to Cummins. Any Cummins pre-existing intellectual property shall remain Cummins' property. Nothing in this Agreement shall be deemed to have given Customer a licence or any other rights to use any of the intellectual property rights of Cummins. MISCELLANEOUS.Cummins shall be an independent contractor under this Agreement. All notices under this Agreement shall be in writing and be delivered personally,mailed via first class certified or registered mail,or sent by a nationally recognized express courier service to the addresses set forth in this Agreement. No amendment of this Agreement shall be valid unless it is writing and signed by the parties hereto. Failure of either party to require performance by the other party of any provision hereof shall in no way affect the right to require such performance at any time thereafter,nor shall the waiver by a party of a breach of any of the provisions hereof constitute a waiver of any succeeding breach. Any provision of this Agreement that is invalid or unenforceable shall not affect the validity or enforceability of the remaining terms hereof. These terms are exclusive and constitute entire agreement. Customer acknowledges that the provisions were freely negotiated and bargained for and Customer has agreed to purchase of the Equipment pursuant to these terms and conditions. Acceptance of this Agreement is expressly conditioned on Customer's assent to all such terms and conditions. Neither party has relied on any statement, representation, agreement,understanding,or promise made by the other except as expressly set out in this Agreement. In the event of a conflict in the terms of this Agreement with any Customer terms or conditions or agreement(whether referenced in an order submitted by Customer as the terms that govern the purchase of the Equipment or otherwise)or any terms set forth in any other documentation of Customer with respect to the Equipment,the terms of this Agreement shall govern. Cummins may incur additional charges which will be passed on to the Customer,as applicable. COMPLIANCE. Customer shall comply with all laws applicable to its activities under this Agreement, including,without limitation,any and all applicable federal,state,and local anti-bribery,environmental,health,and safety laws and regulations then in effect.Customer acknowledges that the Equipment, and any related technology that are sold or otherwise provided hereunder may be subject to export and other trade controls restricting the sale, export, re-export and/or transfer, directly or indirectly, of such Equipment or technology to certain countries or parties, including, but not limited to, licensing requirements under applicable laws and regulations of the United States,the United Kingdom and other jurisdictions. It is the intention of Cummins to comply with these laws,rules,and regulations. Any other provision of this Agreement DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F�VIVrVKIAED DOCUMENTS to the contrary notwithstanding, Customer shall comply with all such applicable all laws relating to the cross-border movement of goods or technology, and all related orders in effect from time to time, and equivalent measures. Customer shall act as the importer of record with respect to the Equipment and shall not resell,export,re-export,distribute,transfer,or dispose of the Equipment or related technology,directly or indirectly, without first obtaining all necessary written permits, consents, and authorizations and completing such formalities as may be required under such laws, rules, and regulations. In addition, Cummins has in place policies not to distribute its products for use in certain countries based on applicable laws and regulations including but not limited to UN, U.S., UK, and European Union regulations. Customer undertakes to perform its obligations under this Agreement with due regard to these policies. Strict compliance with this provision and all laws of the territory pertaining to the importation, distribution, sales, promotion and marketing of the Equipment is a material consideration for Cummins entering into this Agreement with Customer and continuing this Agreement for its term. Customer represents and warrants that it has not and shall not,directly or through any intermediary,pay,give,promise to give or offer to give anything of value to a government official or representative,a political party official,a candidate for political office, an officer or employee of a public international organization or any other person, individual or entity at the suggestion, request or direction or for the benefit of any of the above-described persons and entities for the purposes of inducing such person to use his influence to assist Cummins in obtaining or retaining business or to benefit Cummins or any other person in any way, and will not otherwise breach any applicable laws relating to anti-bribery.Any failure by Customer to comply with these provisions will constitute a default giving Cummins the right to immediate termination of this Agreement and/or the right to elect not to recognize the warranties associated with the Equipment.Customer shall accept full responsibility for any and all civil or criminal liabilities and costs arising from any breaches of those laws and regulations and will defend,indemnify,and hold Cummins harmless from and against any and all fines, penalties, claim, damages, liabilities, judgments, costs, fees, and expenses incurred by Cummins or its affiliates as a result of Customer's breach. Authorization: I, (printed name)accept the above terms and conditions on behalf of (printed company name)and authorize Cummins Southern Plains LLC to order the equipment detailed in this Proposal as per approved submittals and as described in the above Proposal. Accepted By: Authorized Signature Date Printed Name&Title Purchase Order#or Job Name Reference Thank you for considering Cummins Power Generation products. We appreciate the opportunity to work with you on this project. If any additional information or assistance is desired,please do not hesitate to contact me. Thank you, Parker Hutchins Power Systems Representative Cummins Southern Plains, LLC 210-287-3246 parker.hutchins@cummins.com DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS This page intentionally left blank. DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS CSA Construction, Inc. /General Contractors 713/686-8868 Phone 2314 McAllister Road 713/686-8889 Fax Houston,Texas 77092 REQUEST FOR INFORMATION DESCRIPTION: POWER SWITCHOVER RFI #: # 49A DATE: August 24, 2020 Project: OSO WRP Headworks & Lift Station Specification: Owners Project#: E12206 Plan Sheet#: 150 Engineer: LNV, Inc. Submittal Reference: Contractor: CSA Construction, Inc. Submitted By: George Craig QUESTION FOR CLARIFICATION This is a response to the engineers comments issued in RFI # 49. Original RFI 49 and response is included here for reference. ENGINEER'S REPLY Schneider will need to supply the necessary software & programming to allow the ATS, generators, and electrical switchgear to function as a system. A copy of ECR 3's switchover detailed narrative can be obtained from the Oso WRP operations staff. Engineers Name: e4 Mh Date:August 26, 2020 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS This page intentionally left blank. DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS �r System Controls & Instrumentation, Ltd 5404 FM 1044 New Braunfels, TX 78130 Phone: 830.420.3392 Fax: 830.420.3395 Request for Information TO CSA Construction DATE 78/24/20 ATTN George Craig PROJECT Oso Water Reclamation Plant Headworks and Lift Station E12206 RFI 032 A RFI 049 Reply to Response Auxiliary Power Switchover The three manufacturers of the power equipment related to switching to auxiliary power when utility power is lost, Schneider Electric (ECR 5 switchgear), Cummins Southern Plains (generators and generator switchgear) and ASCO (ATS), have provided the followoing replies to the initial response sent by the Engineer:. Cummins Southern Plains (Bill Gatlin, Switchgear Specialist) - "Yes, we can change some programming in the DMC that will prevent the operator from selecting "Test With Load" & t IIII iN "....c t litlhWt Load" a `oad I��I°�� uN,( modes from the DMC operator panel. The Load Add/Transfer Inhibit signal from the DMC should only change state if the DMC is in Auto, receiving a system start signal from the ATC, & Genset(s) online. My understanding from the RFI is, during a loss of power of both utility sources the ATC will be responsible for sending the start signal to the DMC, then receive the Load Add/Transfer Inhibit signal from the DMC, then the ATC makes the decision to allow the ASCO switch to transfer to emergency dependent on the position of the utility breakers. When power returns, the ATC will be responsible for sending a signal to the ASCO switch to open from emergency position, & remove the start signal to the DMC, confirm the ASCO switch is open, then close the utility with power restored. The only exception to the RFI for the Cummins system is, the operator will not be required to remove the system from test without load or load bank mode if both utility sources fail should occur while in test. The DMC will automatically remove/abort the test modes if a start signal is received from the ATC & respond to the sequence for loss of both utility sources." DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS • Page 2 August 24,2020 ASCO (Todd Maples, Sr. Field Sales Engineering) - Asco offers a load shed relay initiated by a dry contact from ATC. When that contact opens, the ATS will return to the "dead Normal" position. It will remain in this position as long the contact remains open. If the contact closes, the ATS will return to Emergency if it is available. Emergency power must be available to utilize this accessory in order to power the control panel. There is also a standard feature on the ATS which is "inhibit transfer" already located on the ATS and pre-wired to customer terminal block. Another customer supplied dry contact (ATC) could also be utilized to prevent transfer of this switch , if desired . Initiation of this contact would mean that the ATS will not transfer under any circumstances while that contact is active. This too, would require Emergency power to be available. Schneider Electric - The Automatic Transfer Control (ATC) is not currently an included feature in the switchgear from SQD at this time. The PLC is the actual communication and control device, not the ASCO ATS. The PLC currently lacks the input/output(s) for this communication to signal the Cummins Generator to start/stop. 26 13 13 : reference Spec Section for "ATC". A detailed narrative of the ECR 3 sequence of operation with its generator will be needed. The PZ4 system currently does not have visibility to the generator, this is due to a lack of hardware allowing the generator equipment to be controlled by the Switchgear, ATS, and PLC. The majority of the work in our new proposal will be programming related, allowing the PLC to see and control the generator as intended. Following your review of this information on this matter, please advise how to proceed to ensure the connections and operation are as the design engineer requires. All parties are available for a conference call, if the design engineer chooses, to help resolve this as quickly as possible. Thank you, Dennis Trammell System Controls & Instrumentation LLC DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1FE37A9A I w P V E CSA Construction, Inc. /General Contractors 713/686-8868 Phone 2314 McAllister Road 713/686-8889 Fax Houston,Texas 77092 REQUEST FOR INFORMATION DESCRIPTION: POWER SWITCHOVER RFI #: #49 DATE: July 8, 2020 Project: OSO WRP Headworks & Lift Station Specification: Owners Project#: E12206 Plan Sheet#: 150 Engineer: LNV, Inc. Submittal Reference: Contractor: CSA Construction, Inc. Submitted By: George Craig QUESTION FOR CLARIFICATION Please reference the below RFI from SCI, which includes comments from Cummins, Asco and Square D regarding the switchover to temporary power. ENGINEER'S REPLY Please see following pages for response. Engineers Name: Michael Molinari I Date: Aug 7, 2020 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS ENGINEERS REPLY OSO RFI 49 Response The generator system should be connected to the ECR 5 buss in the same manner as ECR 3. The Automatic Transfer Control(ATC) included in the switchgear will handle the power loss transfer functions. A contact is provided to call for generator start and control of the backup power breaker, in the case of ECR 5 this is the ASCO switch. OSO Personnel Description of Operation: Per the OSO generator testing description provided by Medardo Ayala of the City of Corpus Christi they exercise Generator with a separate load bank at least once a year. There is no mention of an automatic switch back from generator in test to supplying power to the ECR buss. I suggest we inhibit auto transfer while in test which Cummins has indicated is a function already in their system. Oso Personnel also schedule a generator exercise with a full load transfer once a week. Whenever there is an issue a biweekly full transfer exercise with a load is performed. The following week will be performed without a load. Although not specifically said, the initialization must be from manually manipulating the ATC to simulate a power loss. A power loss, defined as both M1 (buss A) and M2 (buss B) have lost power will initiate a call power back up power. The ATC will trip both main breakers (Utilities) M1 and M2 and energize the generators. There is a delay before closing the breaker, in the case of ECR 5, the ASCO switch, to energize MCC buss. If tie breaker was in use used it will remain closed. In general, they set the ATC to have buss A as the preferred source and buss B as alternate source. When power returns to either buss for more than 15 minutes the normal procedure is to disconnect the generator power via the generator buss breaker, again the ECR 5 ASCO switch, and close the breaker which has had power return. Generator then goes into cool down for an estimated 5 minutes. Per the ATC operation, if the preferred source returns; the alternate main will remain open. If the alternate source is only available, the alternate breaker will close and supply power until the preferred source returns when the ATC will switch back to the preferred buss. ASCO has stated that as connected per the one line, with the load side of the switch connected to the ECR buss, the switch can remain in the open position (there is no source power connection in this position) such that the generators are not connected to the ECR buss. This will allow generator testing without the concern for having the generators connect to a live buss which was the issue brought up by Cummins. If a power loss occurs during testing the operator would cease the test and put the generators in stand-by. DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS ENGINEERS REPLY When not in test and the generators are not running the ASCO electronics will not be active due to lack of power at either the normal or generator buss. During test the electronics would see power from the generator. The ASCO switch needs a contact indication to have it switch from the normal position to generator position. In order to assure that the ASCO will not transfer, the ATC contact that requests transfer should have an additional generator contact indicating the generators are in stand-by. Once both contacts are closed, a switch to generator power can be initiated. Again, per the OSO description, the ATC contact does not close until both main buss breakers have been tripped open. In summation: The ATC should have all the transfer logic required to determine a power loss and send a signal to the generators to start and once started, coupled with the generator in standby logic and up to speed initiate an ASCO switch closure. Upon a return to power, the ATC will remove the call for generator contact closure telling the ACSO switch to switch from the generator position to normal power position. The ATC will close the appropriate main buss breakers to restore buss power. The removal of the ATC signal will also put the generators back to stand-by mode. The Cummins system will open the generator breakers and will initiate the cool down sequence. 1. ACSO needs to configure the switch such that the switch will default to the normal power position when the ATC or generator inhibit are absent. Once power is supplied to the generator side the switch will become active and switch to the generator source once the generators send the signal to close the ASCO switch. 2. Cummins will configure the generator logic such that when I test the generators cannot switch onto the normal buss. This can be accomplished by utilizing the Cummins logic to act as a permissive to the ASCO switch in series with the ATC call for generators contact. 3. Schneider will implement the switchgear ATC logic to match the description provided by the OSO personnel. The switchgear will supply the call for generators (stand-by power) per the OSO description utilizing delays as necessary to assure the ASCO switch is back to normal position before energizing the ECR buss. DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS This page intentionally left blank. DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS �r System Controls & Instrumentation, Ltd 5404 FM 1044 New Braunfels, TX 78130 Phone: 830.420.3392 Fax: 830.420.3395 Request for Information TO CSA Construction DATE 7/8/20 ATTN George Craig PROJECT Oso Water Reclamation Plant Headworks and Lift Station E12206 RFI 032 Auxiliary Power Switchover The three manufacturers of the power equipment related to switching to auxiliary power when utility power is lost, Schneider Electric (ECR 5 switchgear), Cummins Southern Plains (generators and generator switchgear) and ASCO (ATS), have presented concerns which they are requesting help from the design engineer to identify the resolution. Cummins Southern Plains concern for safety as related to their verbiage below is a paramount concern. The following are direct verbiage copied from each manufacturer regarding their concerns and perspectives on this matter: Cummins Southern Plains (Bill Gatlin, Switchgear Specialist) - "We are concerned there is a potential to connect the emergency power to the utility power through the ATS contacts if for instance the gensets are exercised or tested while utility power is available & Bus 2 is energized from UM1 through the Tie breaker or UM2. The ASCO ATS in this application does not normally have utility power available to it, but is waiting for a signal from the Schneider plc to send a utility fail signal to start the gensets. However, if the gensets are started & gen breakers closed for testing, then emergency power would be available to the ASCO ats & typically most acs's would transfer to emergency if normal utility power is not available. We need to confirm the ats is interlocked to prevent the ASCO ats transfer to emergency unless the utility source is not available on Bus 2. We are also concerned for the sequence of operation to retransfer back to utility while the gensets are supplying load through the ATS. The ATS must be opened & confirmed status is open prior to allowing either utility source from connecting to the load bus(s). I have attached the one-line dwgs for Resaca & OSO for reference." DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS • Page 2 July 8,2020 Schneider Electric (Adam Dugan, P.E.) - "ATS has two source inputs and one load output. Not how the one line has it shown... On the one-line, there is a control panel at the generator board that looks like it is supposed to have control of the mains and ties but I don't have enough information to determine the design intent and if it's adequate. See attached for the ATS block close hard-wired circuit they would need to add to prevent the ATS closing the generator to the utility. Since the ATS is fed from the right M2 load bus, use the bottom circuit on the attached. There shouldn't need to be any programming changes to the PLC as long as it was programmed to open the main breakers in the event of both utilities lost. The ATO has an Auto Retransfer Setting that can be turned off either via the HMI or switch. Just turn it off and it won't retransfer back to utility... Better yet, might be good to get two dry aux contacts from the ATS to shunt trip M2 and the Tie breaker... A third dry aux contact from the ATS can be a PLC input to basically send it to manual mode to disable it... The ATS is being blocked when the tie is closed per my drawing I sent" ASCO (Todd Maples, Sr. Field Sales Engineering) - 1) There is no Normal power to the ATS which means the control panel is "asleep" at all times except when gensets are started. The logic and functionality of the ATS are not being used. The ATS is in effect, an expensive contactor that doesn't fit the application. Automatic transfer switches are designed to switch between 2 sources of power. In this case, there is only one source available. 2) ASCO cannot recommend a sequence of operations which provides for all aspects of physical safety and functionality utilizing the present scheme and the Asco ATS. 3) ASCO recommends the electrical designer alter the present design. Following your review of this information on this matter, please advise how to proceed to ensure the connections and operation are as the design engineer requires. All parties are available for a conference call, if the design engineer chooses, to help resolve this as quickly as possible. Thank you, Dennis Trammell System Controls & Instrumentation LLC � saarnrag Bwlaaur6u3 ao }uaw��oda� 1N3W1abd3Q W�`NO'11a 3N1�-3N0 N g 6a a31CM31svm ^~ o z s V31 " ! Ca o sao�oea�uoo saaa3lyoaa� saaaul6ua �� o q us+aHo Xsnaaoo 6002 9aIJdfi N011t�1S o a 30 1io Mill vovSSa NOI1dIt19539 A8 31V9 'oN NOISirM N91L+IN9539 Aa 31tl9 'oN NOISIh3l1 o Lid 01-jug jt 0 qqT$� ffi -- - o Zings LL LM s � o m IM V Liu s d � L------ --- a w g zw L—'I I c o� , W o I. � §a U�> o ^% (J _r---oae INI 0-1 j I rc Ho a ��0000 vxt Eil ! n N I � � I s z z W � v U O � o L W v � v O LL z O U 16 a w w U m LLl cl W 0 w` o cl saoin�as 6uuaauibu3 �o auawauodap 11191 33H )? V9 33H M3N g o saoFenans I sloaliyae0fel saaaui6ua SVX31 _ � WdNOdIQ INII—INO 7VO Nl3111 N � CN w W o„n 3,e. �N7 IlSlaHJ SnJaOJ � � S1N3W3AOadW1 ONV of z I Il v j0 ,lllo NOI1tl11118tlH3M 3un.Lonm.LSVHAN1 1NVld NOI1tlWV133H V31tlM OSO III#111INIIRZ 11-1-", ,Sgo:)Vr saNae au saNa _________ _ —Ho11M5 Nlw 01� �, m _ 0 I J , ^ I 1 a� N 3 rc o w � 01 a 1 IB —— m---- wwa ^ �� I a3m0 a O �'u I z l l -�z- a � L rliAr1oH ran � aoao � 1 e 5 r o � � �� 9 m�e8enne ^ o r��r� ,�,✓1 z z�Q zea � F-e��� l�'tl15 nm3N $ LJ LJ w W JOU o>ao F ��-❑ S 31 33S rvd� o e ' biSdNdadm3N 2 oN 5 dd `d ^--� sna3liaa LLIdIdI Ild 1fdm3N _ wuo Zf N3- 8 3 o j 'vR"dm Sg a w J I��o J0Na31Laa Iw= ^ oaaH �� I H311 � O � N33a0S 'oz o—i,�,,�\UdNnd tla d315 Y SS $o onooA aa, ' iU." � u Ig� M o o 21I . o � y^ LJ LJ FH #'tlls S4od�xdidrvnd ll m3N `cJ� 6 LJ LJ sraeNeYeNne b1m3N £'oN I— 553L'd 1 1 w p . V '� f�N33da05 11�1dM3N 1E pro m N O ® _ xg p aOw 9�'N33a05 Qy £J dN dd La� aoao a3xaoole 1 1 p z a & rc zl L�o ® Q oao � Q O O J� LL— -----_�� -- -- z z W � v U O � o L W v � v O LL z O U 16 a w w U m LLl cl W 0 w` o cl DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A Sent by Adam M r4cMPFIRtric ell Oa 1 . T IE c 1w Al _. f DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS This page intentionally left blank. 000uSignEnvelope ID: EF945o8E-oc76-4375-8E6Fe68F1FE37A9A 1,U[Mr-UKnAED DOCUMENTS SEQL.JENCE FOR EX�STHNG@ OSO WR�P PROVHDBD �BY C�7Y OF COR�PLJS C[-IR��Sll 1. General Sequence ofOperation: MI or M2 Preffered Normal feeder to be Close (Energized) selectable with a switch. Standby Main Breaker tobeOpened (De'ener8ized) selectable M1orMZ. Generator Main Breaker Open. Tie Main Breaker Close. Z. Automatic sequence: Power loss (PrefferedSource) If Prerrered Normal Feed power loss is detected. Prefferred Breaker will trip open after a determine time 3 to 6 sec. Standby Breaker to close (energized) if normal alternate power source is available. Tie Breaker toremain close and Generator Breaker toremain Open. Stanby Breaker to remain close after normal (Preffered source) is available for at least 10 to 20 min. 3. Automatic sequence: Power loss (Both Source M1and MZ) If Both Main Normal Feeder and Alternate Feeder power are cleenergize for a determine time . Both Main Breakers MI and M2 to trip open,Tie Breaker to remain closed. ATC to send signal to Generator master control to run Generators. ATC toClose Generator main Breaker after Generator voltage and Generator status isnormal. Generator power toremain energize for at least ZU minutes, after normal power source or alternate power source is detected back to normal. 4. Automatic sequence: Preffered source Return back to normal After normal Preffered source is detected for at least 10 to ZU minutes ATC to open Alternate source Main Breaker. Main Tie Breaker toremain closed and PrefferedSource Breaker toClose. 5. Automatic sequence: Preffered or Alternate Source return back to normal. After normal Preffered source orAlternate source is available for at least 10 to ZU minutes. Generator main Breaker totrip open (de'ener8ized), Close alternate Main source Breaker ifMain Preffersouceisnot available. Close Main prefferedsource ifboth return back tonormal . Alternate source M2 to remain Open (De-energize). 6. Automatic sequence: Generator automatic Exercise ATC to initiate Biweekly full transfer Generator load test. Both Main Breakers M1 and MZ to trip open (de'ener8ized) . Tie Main Breaker toremain close. Generator Main Breaker toclose after voltage and Generator status isnormal. One hour tobeexercise. Every two weeks. DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS 7. Manual operation of Generator: To be performed only by E&I group. saoin�as 6uuaauibu3 �o auawauodap 11191 33H )? V9 33H M3N g o saoFenans I sloaliyae0fel saaaui6ua SVX31 _ � WdNOdIQ INII—INO 7VO Nl3111 N � CN w W o„n 3,e. �N7 IlSlaHJ SnJaOJ � � S1N3W3AOadW1 ONV of z I Il v j0 ,lllo NOI1tl11118tlH3M 3un.Lonm.LSVHAN1 1NVld NOI1tlWV133H V31tlM OSO III#111INIIRZ 11-1-", ,Sgo:)Vr saNae au saNa _________ _ —Ho11M5 Nlw 01� �, m _ 0 I J , ^ I 1 a� N 3 rc o w � 01 a 1 IB —— m---- wwa ^ �� I a3m0 a O �'u I z l l -�z- a � L rliAr1oH ran � aoao � 1 e 5 r o � � �� 9 m�e8enne ^ o r��r� ,�,✓1 z z�Q zea � F-e��� l�'tl15 nm3N $ LJ LJ w W JOU o>ao F ��-❑ S 31 33S rvd� o e ' biSdNdadm3N 2 oN 5 dd `d ^--� sna3liaa LLIdIdI Ild 1fdm3N _ wuo Zf N3- 8 3 o j 'vR"dm Sg a w J I��o J0Na31Laa Iw= ^ oaaH �� I H311 � O � N33a0S 'oz o—i,�,,�\UdNnd tla d315 Y SS $o onooA aa, ' iU." � u Ig� M o o 21I . o � y^ LJ LJ FH #'tlls S4od�xdidrvnd ll m3N `cJ� 6 LJ LJ sraeNeYeNne b1m3N £'oN I— 553L'd 1 1 w p . V '� f�N33da05 11�1dM3N 1E pro m N O ® _ xg p aOw 9�'N33a05 Qy £J dN dd La� aoao a3xaoole 1 1 p z a & rc zl L�o ® Q oao � Q O O J� LL— -----_�� -- -- z z W � v U O � o L W v � v O LL z O U 16 a w w U m LLl cl W 0 w` o cl o saoin�as 6uuaauibu3 �o auawauoda4 L-99 �? [—d5 d O M3 N SVX31 = = VNV?IOVKI INII—INO 7VOIN10111 w o s3olIanans I s1na1Rlo3ef l saaeuibue a W o IISIaHJ Snd,�oo S1N3W3AOadW1 ONV o w AMI 3o ,filo NOI1tl11119tlH3M 321f1 onv.Lsvvjp 1 1NVld NOI1tlWV133H V31tlM OSO e III.N—111, 1—"6 .8903vr FqQ I I r�� %OBf 1 INN 31YJ 30115 I V L J NI _ uv� z� rc�o �n L L LJ o L�� r� w � LJ O — U r l 31M 30115 Ll_ b1513n N ^ r��31VJ 30n5 E ^ � F5 err rT1 n 111I/ L J��.J ❑' ❑ ^ �� Oo®OD Oo z z W � v U O � o L W v � v O LL z O U 16 a w w U m LLl cl W 0 w` o cl saan�as 6w�aaw6u3 �o luaw�oda4 N V7 d 7 VO I�li=l SVX31 =_ _ ��� �� c\ o sioleNns sloel!yoie63I siesuioua - ��� I1SI�fHO S!]d2100 � S1N3W3AOMdW1ONV o n 30 .1110 NOI1tl11118tlH321321f11f121 � 1Stl21dN1 w J LNVld NOI1tlWV133H V31tlM OSO —j 1—N—trill t—N31"6 .990:) rr _ o ��p�t��ttaa �p pN a 43 Q LU 4 J J O U O U d� E O O O u, i�woo� a� rco F-re�ma�Fpi�oa O Qy ?zY �z�5zrcwopoa O o N<�o�popGao�o � o %a Nolo 2- e KE KY o o Z .a z L` "c 3�Hvavn� L L Z g I minim_= o_ _ � J U F -- L CIN Q o J W al � z z W � v U O � o L W v � v O LL z O U 16 a w w U m LLl cl W 0 w` o cl DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction SCADA SYSTEM INTEGRATION CONSIDERATIONS TECHNICAL MEMORANDUM Oso WRF —ECR 5 Automatic Switchover to Emergency Generator Operations Operations and Back to Site Utility Power Refer to Section 26 05 01, Electrical, Supplement 2 and One-Line Diagram. List of Applicable PLCs and Overview of required connectivity. These PLCs should all have UPS power to accommodate the power blip that will occur on transfer of power. 1. Switchgear PLC. 2. Generator PLC. 3. Existing Plant PLC in ECR-5. 4. Headworks Packaged Systems: a. Step Feed and Dewatering Press 1, 2, 3, and 4. b. Grit System Control Panels 1 and 2. c. Odor Control Systems 1 and 2. 5. Switchgear PLC to Generator PLC: a. Add a Start Request(Discrete Output) from the Switchgear PLC to the Generator PLC. 6. Generator PLC to ECR-5: Add Run Confirmation from Generator PLC to ECR-5 PLC. One Discrete Output for each generator. This tells Plant SCADA how much generator capacity exists (800 kw or 1600 kw). This allows Plant SCADA to evaluated how many lift pumps can be started. The vendor supplied PLC in the switchgear will initiate all transfer of power from Utility to Generators and Back to Utility. This will happen without operator intervention and will occur without warning. It is highly recommended that this PLC be networked with Plant SCADA so that the needed information can be sent to Plant SCADA. There is also a PLC for each of the generators, these will need to communicate with the Switchgear PLC via Hardwired UO. UPS for the plant SCADA PLC should be sufficient to prevent the power blip upon transfer to and from utility power from interfering with the PLC execution. Plant SCADA PLC that are needed for restoration of plant loads will need uninterrupted power whether from UPS or from the generators (while on Gen power). The following information is highly recommended to be made available to the Plant SCADA system to orderly respond to a power transfer. • Power Monitor data from each Power Monitor shown at M5A and M513. • Breaker status for M-513 and M-5A. • ATC Position. • Breaker status for Main Generator Breaker and each individual Generator. • Generator KW & Voltage for each Generator. • Generator running confirmation for each generator(confirmation that each generator has started and is capable of carrying load). Electrical Section 26 05 01 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Supplement 3 Page 1 of 5 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction A. TRANSFER OF POWER FROM UTILITY TO EMERGENCY GENERATORS This will occur without warning and it is assumed SCADA will automatically take all required actions to restore flow to and through the plant as required. All required equipment that can be supported on the generators shall be restarted in an orderly manner by SCADA without operator intervention. 1. Confirmation of Loss of Utility Power: a. SCADA will need to confirm M-5A and M-513 are both open and both power monitors indicate a dead bus. b. Upon confirmation of loss of Utility Power, SCADA shall reset/unlatch all applicable Start Commands to Off for all SCADA controlled loads. This will prevent uncontrolled restart of equipment. 2. Confirmation of Transfer to Emergency Generators: a. SCADA needs to receive confirmation that generators have started and Breaker Closed. A minimum of two hardwired Discrete Outputs should be wired from the Generator PLC to ECR-5 Plant PLC. One Output means one generator is confirmed and ready to be loaded, two means both generators are confirmed running and ready to be loaded. b. Switchgear PLC needs confirmation of normal voltage from the generators. 3. Plant is now supported by one or both Generators. a. If both generators are available, KW capacity is approximately 1600 KW. b. If only one generator is available, KW capacity is approximately 800 KW. c. The Generator availability will limit how much process equipment can be restarted. 4. Note: A table with equipment KW and Current draw for each required process equipment should be part of this procedure. The table should list what equipment can be started if one or both Generators are available. This will allow calculation of which equipment can be restarted while on Emergency generators. Starting surge for each piece should be part of this table. 5. SCADA will stagger restart the following equipment: a. Plant Lift Pumps. There are six 175 hp (128 KW) VFD driven Lift Pumps. SCADA should restart the same number of Lift Pumps that were running prior to the loss of utility power. SCADA will allow 5 seconds to 10 seconds between pump starts to allow starting surge to normalize before starting the next pump. If all six pumps are restarted, that would be approximately 772 KW. 6. Note: Lift Pumps have a bypass that would allow them to start across the line. This would be a significantly bigger surge than starting on a drive (essentially no surge) and should be allowed for during restart on the generator. a. Headworks: There are two trains. Both trains will be restarted. Train 1 Equipment Ta Description HP KW DWP-FP-101 STEP SCREEN 3 2.238 Electrical Section 26 05 01 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Supplement 3 Page 2 of 5 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction Train 1 Equipment Ta Description HP KW DWP-FP-101 DEWATERING PRESS 5 3.73 DWP-FP-102 STEP SCREEN 3 2.238 DWP-FP-102 DEWATERING PRESS 5 3.73 GRIT SYSTEM 41 GRIT PUMP 41 15 11.2 GRIT SYSTEM 41 GRIT PUMP 42 15 11.2 GRIT SYSTEM 41 HYDRO GRITTER 1 5 3.73 GRIT SYSTEM 41 SCREENING HOPPER 1 .746 GRIT SYSTEM 41 PNV 201-01 1 .746 GRIT SYSTEM 41 PNV 201-02 1 .746 GRIT SYSTEM 41 PNV 202-01 1 .746 GRIT SYSTEM 41 PNV 202-01 1 .746 GRIT SYSTEM 41 SG-1-4 1 .746 GRIT SYSTEM 41 SG-2-4 1 .746 ODOR CONTROL 1 30 22.4 NEW SCREEN SLIDE SG 1-1 1 .746 GATE NEW SCREEN SLIDE SG 1-2 1 .746 GATE NEW SCREEN SLIDE SG 1-3 1 .746 GATE NEW SCREEN SLIDE SG 2-1 1 .746 GATE NEW SCREEN SLIDE SG 2-2 1 .746 GATE NEW SCREEN SLIDE SG 2-3 1 .746 GATE NEW SCREEN SLIDE SG 501 1 .746 GATE NEW WEIR GATES WG 601 1 .746 NEW WEIR GATES WG 604 1 1 .746 INF SLIDE GATE SG 301 1 .746 Electrical Section 26 05 01 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Supplement 3 Page 3 of 5 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction Train 1 Equipment Ta Description HP KW TOTAL KW 73 KW Train 2 Equipment Ta Description HP KW DWP-FP-103 STEP SCREEN 3 2.238 DWP-FP-103 DEWATERING PRESS 5 3.73 DWP-FP-104 STEP SCREEN 3 2.238 DWP-FP-104 DEWATERING PRESS 5 3.73 GRIT SYSTEM 42 GRIT PUMP 43 15 11.2 GRIT SYSTEM 42 GRIT PUMP 44 15 11.2 GRIT SYSTEM 42 HYDRO GRITTER 2 5 3.73 GRIT SYSTEM 42 SCREENING HOPPER 1 .746 GRIT SYSTEM 42 PNV 203-01 1 .746 GRIT SYSTEM 42 PNV 203-02 1 .746 GRIT SYSTEM 42 PNV 204-01 1 .746 GRIT SYSTEM 42 PNV 204-01 1 .746 GRIT SYSTEM 42 SG-3-5 1 .746 GRIT SYSTEM 42 SG-4-4 1 .746 ODOR CONTROL 2 30 22.4 NEW SCREEN SG 3-1 1 .746 SLIDE GATE NEW SCREEN SG 3-2 1 .746 SLIDE GATE NEW SCREEN SG 3-3 1 .746 SLIDE GATE NEW SCREEN SG 3-4 1 .746 SLIDE GATE NEW SCREEN SG 4-1 1 .746 SLIDE GATE NEW SCREEN SG 4-2 1 .746 SLIDE GATE Electrical Section 26 05 01 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Supplement 3 Page 4 of 5 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction Train 2 Equipment Ta Description HP KW NEW SCREEN SG 4-3 1 .746 SLIDE GATE NEW SCREEN SG 302 1 .746 SLIDE GATE NEW SCREEN SG 303 1 .746 SLIDE GATE TOTAL KW 73 KW This is a total of 146 KW of Non-Lift Pump Load. If one generator starts, this leaves 654 KW for Lift Pumps. At 128 KW each means a max of 5 would max out one generator. B. TRANSFER OF POWER FROM EMERGENCY GENERATORS BACK TO SITE POWER TO AND THROUGHOUT THE PLANT AS REQUIRED All required equipment shall be restarted in an orderly manner by SCADA without operator intervention. It is assumed there will be no power limitation when plant is supported by Utility Power. 1. Confirmation of Transfer Back to Utility Power: a. The generator breakers (both individual and main) should open. b. SCADA will need to confirm these breakers are open and generator power monitors indicate a dead bus. c. All major process loads not supported by UPS should indicate either loss of power of Failure to start on loss of generator power. d. Upon confirmation of Items a and b above, SCADA shall reset/unlatch all applicable Start Commands to Off for all SCADA controlled loads. This will prevent uncontrolled restart of equipment. 2. Confirmation of Transfer to Utility Power: a. M-5A or M-513 breaker closed. b. Power monitor associated with M5A or M513 as applicable will indicate the presence of available voltage. 3. Plant is now supported by Utility power. A controlled restart of required process equipment can commence. During this period, the appropriate Power monitor mentioned above will be monitored by Plant SCADA to confirm loading. C. PERIODIC TESTING OF EMERGENCY GENERATORS This is recommended to ensure proper operation of the generators and switchgear. The SCADA system should respond to this evolution as outlined in Items A and B above. Electrical Section 26 05 01 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Supplement 3 Page 5 of 5 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS This page intentionally left blank. DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction SECTION 26 08 00 COMMISSIONING OF ELECTRICAL SYSTEMS PARTI GENERAL 1.1 REFERENCES A. The following is a list of standards which may be referenced in this section: L InterNational Electrical Testing Association (NETA): ATS, Acceptance Testing Specifications for Electrical Power Equipment and Systems. 2. National Institute for Certification in Engineering Technologies (NICET). 3. Occupational Safety and Health Administration (OSHA): CFR 29, Part 1910, Occupational Safety and Health Standards. 1.2 SUBMITTALS A. Informational Submittals: 1. Submit 60 days prior to performing inspections or tests: a. Testing firm qualifications. b. Schedule for performing inspection and tests. C. List of references to be used for each test. d. Sample copy of equipment and materials inspection form(s). e. Sample copy of individual device test form. f. Sample copy of individual system test form. 2. Submit test or inspection reports and certificates for each system tested within 30 days after completion of test. 3. Programmable Settings: At completion of Performance Demonstration Test, submit final hardcopy printout and electronic files on compact disc of as-left setpoints,programs, and device configuration files for: a. PLCs. b. Power metering devices. 1.3 QUALITY ASSURANCE A. Testing Firm Qualifications: 1. Corporately and financially independent organization functioning as an unbiased testing authority. 2. Professionally independent of manufacturers, suppliers, and installers of electrical equipment and systems being tested. 3. Employer of engineers and technicians regularly engaged in testing and inspecting of electrical equipment, installations, and systems. Commissioning of Electrical Systems Section 26 08 00 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 1 of 4 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 4. Supervising engineer accredited as Certified Electrical Test Technologist by NICET or NETA and having a minimum of 5 years' testing experience on similar projects. 5. Technicians certified by NICET or NETA. 6. Assistants and apprentices assigned to Project at ratio not to exceed two certified to one noncertified assistant or apprentice. 7. Registered Professional Engineer to provide comprehensive Project report outlining services performed, results of such services, recommendations, actions taken, and opinions. 8. In compliance with OSHA CFR 29, Part 1910.7 criteria for accreditation of testing laboratories or a full member company of NETA. B. Test equipment shall have an operating accuracy equal to or greater than requirements established by NETA ATS. C. Test Instrument Calibration: In accordance with NETA ATS. 1.4 SEQUENCING AND SCHEDULING A. Perform inspection and electrical tests after equipment listed herein has been installed. B. Perform tests with apparatus de-energized whenever feasible. 1. Scheduled with Owner prior to de-energization. 2. Minimized to avoid extended period of interruption to the operating plant equipment. C. Notify Owner at least 24 hours prior to performing tests on energized electrical equipment. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.1 GENERAL A. Perform tests in accordance with requirements of Section 01 91 14, Equipment Testing and Facility Startup. B. Tests and inspections shall establish: 1. Electrical equipment is operational within industry and manufacturer's tolerances and standards. 2. Installation operates properly. 3. Equipment is suitable for use. Commissioning of Electrical Systems Section 26 08 00 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 2 of 4 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 4. Installation conforms to requirements of Contract Documents and NFPA 70, NFPA 70E, NFPA 101, and IEEE C2. C. Perform inspection and testing in accordance with NETA ATS, industry standards, and manufacturer's recommendations. D. Set, test, and calibrate power monitoring meters, and other applicable devices. E. Adjust mechanisms and moving parts of equipment for free mechanical movement. F. Investigate and Repair or Replace: 1. Electrical items that fail tests. 2. Active components not operating in accordance with manufacturer's instructions. 3. Damaged electrical equipment. 3.2 SWITCHGEAR AND SWITCHBOARD ASSEMBLIES 1. Verify performance of each control device and feature. 2. Control Wiring: a. Compare wiring to local and remote control and protective devices with elementary diagrams. b. Proper conductor lacing and bundling. C. Proper conductor identification. d. Proper conductor lugs and connections. 3. Exercise active components. 3.3 METERING A. Visual Inspection: 1. Verify meter connections in accordance with appropriate diagrams. 2. Verify meter multipliers. 3. Check calibration of meters at cardinal points. Use digital multimeter (DMM)to verify displayed current and voltage values. 3.4 AUTOMATIC TRANSFER CONTROL SYSTEMS A. Visual Inspection: 1. Check switchgear HMI to verify that relevant portions of the standby generation system are visible and controllable. 2. Check positive electrical interlock between normal and alternate sources. Commissioning of Electrical Systems Section 26 08 00 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 3 of 4 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 3. Check for proper operation: a. Manual transfer function switch. b. Generator under load and nonload conditions. C. Auto-exerciser of generator under load and no-load conditions. 4. Verify settings and operation of control devices. B. Electrical Tests: 1. Set and calibrate in accordance with Specifications and manufacturer's recommendations. a. Voltage and frequency sensing devices. b. Time delay relays. C. Engine start and shutdown relays. 2. Perform automatic transfer tests by: a. Simulating loss of preferred and alternate normal power sources. b. Return to normal power. C. Simulating loss of preferred normal power and transfer to alternate normal power. d. Simulating loss of preferred and alternate normal power. e. Simulating single-phase conditions for normal and alternate sources. 3. Monitor and verify operation and timing of: a. Normal and alternate voltage sensing relays. b. Engine-start sequence. C. Timing delay upon transfer and retransfer. d. Engine cool down and shutdown. e. Interlocks and limit switch functions. f. Engine cool down and shutdown feature. END OF SECTION Commissioning of Electrical Systems Section 26 08 00 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 4 of 4 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction SECTION 35 20 16.25 FABRICATED SLIDE GATES AND STOP LOGS PARTI GENERAL 1.1 REFERENCES A. The following is a list of standards which may be referenced in this section: 1. American Water Works Association (AWWA): C561, Fabricated Stainless Steel Slide Gates. 2. American Water Works Association (AWWA): C562, Fabricated Aluminum Slide Gates. 3. ASTM International (ASTM): a. A193/A193M, Alloy-Steel and Stainless Steel Bolting Materials for High Temperature or High Pressure Service and Other Special Purpose Applications. b. A240/A240M, Standard Specification for Chromium and Chromium-Nickel Stainless Steel Plate, Sheet, and Strip for Pressure Vessels and General Applications. C. A276, Standard Specification for Stainless Steel Bars and Shapes. d. A380, Standard Practice for Cleaning, Descaling, and Passivation of Stainless Steel Parts, Equipment, and Systems. e. B209, Standard Specification for Aluminum and Aluminum Alloy Sheet and Plate. f. B308/B308M, Standard Specification for Aluminum-Alloy 6061-T6 Standard Structural Profiles. 4. National Electrical Manufacturers Association (NEMA): 250, Enclosures for Electrical Equipment(1,000 Volts Maximum). 5. NSF International (NSF): a. NSF/ANSI 61, Drinking Water System Components - Health Effects. b. NSF/ANSI 372, Drinking Water System Components - Lead Content. 1.2 DEFINITIONS A. Self-Contained: The arrangement of gate operator, supported by gate frame, such that operating thrust loads are not applied external to the assembly. B. Slenderness Ratio: The ratio of the maximum unsupported stem length to the stem cross-section radius of gyration. FaMeated Slide Gates and Stop Logs Section 35 20 16.25 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 1 of 10 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 1.3 SUBMITTALS A. Action Submittals: 1. Shop Drawings: a. Make, model, weight, and horsepower of each equipment assembly. b. Manufacturer's catalog information, descriptive literature, specifications, and identification of materials of construction. C. Detailed structural, mechanical, and electrical drawings showing the equipment fabrications and interface with other items. Include dimensions, size, and locations of connections to other work, and weights of associated equipment associated therewith. d. Gate operator and stem calculations for each gate and service condition. e. Gate opening and closing thrust forces that will be transmitted to the support structure with operator at extreme positions and load. f. Functional description of internal and external instrumentation and controls to be supplied including list of parameters monitored, controlled, or alarmed. g. Power and control wiring diagrams, including terminals and numbers. h. Performance Test Procedures. B. Informational Submittals: 1. Specific instructions for concrete anchor installation, including drilled hole size and depth,preparation,placement,procedures, and instructions for safe handling of anchoring systems. 2. Manufacturer's Certificate of Compliance, in accordance with Section 0164 00, Manufacturer Services. 3. Special shipping, storage and protection, and handling instructions. 4. Manufacturer's written/printed installation instructions. 5. Routine maintenance requirements prior to plant startup. 6. Operation and Maintenance Data: As specified in Section 0178 23, Operation and Maintenance Data. 7. Manufacturer's Certificate of Proper Installation, in accordance with Section 0164 00, Manufacturer Services. 1.4 SYSTEM DESCRIPTION A. Coordinate such that electric motor operators are fully assembled and tested, including motor, at the factory. Fabricated Slide Gates and Stop Logs Section 35 20 16.25 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 2 of 10 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 1.5 EXTRA MATERIALS A. Furnish, tag, and box for shipment and storage the following spare parts and special tools: Item Quantity Stem collars for all gate stems One of each different size Bronze lift nuts One of each different size Indicator lights One dozen Special tools required to maintain or One complete set dismantle PART 2 PRODUCTS 2.1 GENERAL A. Components and Materials in Contact with Water for Human Consumption: Comply with the requirements of the Safe Drinking Water Act and other applicable federal, state, and local requirements. Provide certification by manufacturer or an accredited certification organization recognized by the Authority Having Jurisdiction that components and materials comply with the maximum lead content standard in accordance with NSF/ANSI 61 and NSF/ANSI 372. 1. Use or reuse of components and materials without a traceable certification is prohibited. 2.2 SUPPLEMENTS A. See supplements to this section for additional product information. 2.3 MATERIALS A. Stainless Steel: 1. Plate, Sheet, and Strip: ASTM A240/A240M, Type 316L. 2. Bars and Shapes: ASTM A276, Type 316L. 2.4 PERFORMANCE REQUIREMENTS A. Leakage shall not exceed 0.1 gallon per minute per foot of gate periphery under either seating or unseating head conditions. FaMeated Slide Gates and Stop Logs Section 35 20 16.25 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 3 of 10 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 2.5 SLIDE GATES A. Rising stem type, upward acting type for wall surface mounting on the concrete structures. B. Guide Frames: 1. Type 316 stainless steel. 2. Vertical Guides: Design for maximum rigidity, and extend in one continuous piece from the gate invert to form posts for support of gate operators of self-contained gates. When guides extended above the operating floor, they shall be sufficiently strong so that no further reinforcements are required. a. Weight: Not less than 9 pounds per linear foot. b. Incorporate a replaceable UHMW polyethylene bearing strip in a retainer slot on the downstream side (unseating head side) of the gate. 3. Frame Invert: For flush bottom gate, furnish a neoprene insert to function as a seating surface for the gate disc. a. Weight: Not less than 9 pounds per linear foot. 4. Join vertical guide frames and invert with factory welded corners. 5. Size guided slot to provide a minimum disc engagement of 1 inch on each side. C. Disc: 1. Disc Plate (Sliding Member): One-piece Type 316 stainless steel plate. Reinforce as required so that the disc will not deflect more than 1/720 of the gate span, when the upstream liquid depth(seating head side) is as shown on the schedule and the downstream liquid depth is less than 1/2 inch. 2. Reinforce gate disc with one-piece Type 316 stainless steel angles or channels welded to the disc plate. Bolted reinforcements will not be permitted. D. Operator Support Yoke: 1. For self-contained gate operators, attached to the vertical extensions of the guide frames. 2. Constructed from at least two Type 316 stainless steel angles, or two other suitable shapes, and bolt in place to provide a rigid assembly. 3. Maximum Deflection: Not to exceed 1/4 inch under full operator applied loading. Fabricated Slide Gates and Stop Logs Section 35 20 16.25 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 4 of 10 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction E. Stems: 1. 1-inch minimum diameter, ASTM A276, Type 316 stainless steel. 2. Threads: Acme type with RMS surface roughness of 63 microinches or less on the flanks for manually operated gates and 32 microinches or less on the flanks for electrically operated gates. Extend threaded portion of stem 2 inches above operator when gate is in CLOSED position. 3. Ratio of the unsupported stem length to the radius of gyration, both in inches, shall not exceed 200. 4. Stems to withstand in compression, without damage, the thrust equal to at least 2-1/2 times the rated output of the hoisting mechanism, with a 40-pound effort applied to the handwheel or crank. 5. Equip operating stems with cast iron, bushed stem guides, mounted on cast iron brackets; adjustable in two directions and spaced so that the L/r ratio does not exceed 200. 6. Adjustable stop collar for the CLOSED position. 7. Connect the stems to the disc plate with a yoke, bolted to the stem and welded to the disc. F. Stem Covers: 1. Transparent plastic, vented pipe stem cover and cap. 2. Provide with OPEN/CLOSED designators with 1-inch graduations on clear mylar pressure sensitive, adhesive tape, suitable for outdoor application. G. Manufacturers: 1. Stainless Steel: a. Rodney Hunt Co. b. H. Fontaine, Ltd. C. Whipps, Inc. d. Hydro Gate Corp. 2.6 GATE OPERATORS A. General: 1. Components: Withstand a minimum of 250 percent of design torque or thrust at extreme operator positions without damage. 2. Mount at walkway level, 36 inches above floor, unless otherwise indicated or required. 3. Gear train and gate stem sections shall produce a self-locking drive train. 4. Lift Nuts: Internally threaded with cut or cold-rolled Acme threads corresponding to stem threading. FaMeated Slide Gates and Stop Logs Section 35 20 16.25 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 5 of 10 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 5. Roller Bearings: Ball-thrust or tapered above and below lift nut to support both opening and closing thrusts. a. Grease lubrication fittings for bearings. b. Input pinions with needle or ball bearings. 6. Lubrication: Furnish rising stem gates with an insert lubricator flange in lift, with grease fitting for greasing stem threads below stem nut. B. Type 1, Handwheel-Operated Bench Stands: 1. Direct drive. 2. Sealed, ball thrust, roller or needle bearing type and equipped with bronze lift nut, internally threaded with Acme threads. 3. Furnish mechanical seals at housing penetrations. 4. Handwheel and Baseplate: Cast iron. 5. Manual Effort: Not to exceed 40 pounds. C. Type 2, Crank-Operated Bench Stands: 1. Weatherproof housings, mounted on cast iron base to the top horizontal member of the slide gate frame as described under paragraph Operator Support Yoke. 2. Solid Bronze Lift Nut: Integrally threaded with Acme threads. 3. Ball Thrust or Tapered Roller Bearings: a. Locate above and below operating nut flange to support opening and closing thrusts. b. Include grease lubrication fittings and input pinions. 4. Manual Crank Effort: Not to exceed 40 pounds. 5. Suitable for portable electric drill operation after removal of handcrank. D. Type 3, Geared Floor Stands: 1. Crank-operated, with weatherproof housings with solid bronze lift nut. 2. Mount on high-strength cast-iron pedestal or base. 3. Maximum manual crank effort to operate gate shall not exceed 40 pounds. 4. Lift Nut: Internally threaded with Acme threads. 5. Furnish ball thrust or tapered roller bearings above and below the lift nut to support both opening and closing thrusts. a. Grease lubrication fittings for bearings. b. Input pinions with needle or ball bearings. C. Mechanical seals at housing penetrations. 6. Suitable for portable electric drill operation after removal of handcrank. E. Identification Tagging Requirements: 1. For each gate operator, 1-1/2-inch minimum diameter heavy brass tag, bearing the gate tag number shown in the schedule. Fabricated Slide Gates and Stop Logs Section 35 20 16.25 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 6 of 10 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 2. Attach the tags to the operator by soldered split key rings to that ring and tag cannot be removed. Use block type numbers and letters with 1/4-inch minimum high numbers and letters stamped on and filled with black enamel. 2.7 STAINLESS STEEL STOP LOGS A. Stop Log Service Conditions: 1. Guide Frame Invert and Side Mounting: In channel mounted groove. 2. See Table 1 for locations and specific service conditions. B. Stop Logs: 1. 24-inch-high, Type 316L stainless steel sections. One-piece plate, reinforced as required to limit deflection to not more than 1/720 of span at the specified design head. Reinforce with stainless steel angles or channels welded to the plate. 2. Reinforced stop log thickness shall not exceed 7 inches. Each log shall have welded lifting bars to facilitate lifting and removal with lifting devices. 3. Neoprene bulb seals for seating surface of stop log against the frame, invert, and between stop logs. Secure seals with Type 316 stainless steel bearing strips and machine screws with locking type nuts. 4. Interchangeable, so they can operate in any order of placement. 5. Log Dimensions: Lengths of logs, listed in the following schedule, are given as nominal channel width at the log. Verify actual log lengths required before submitting Shop Drawings. Table 1 Design Criteria Facility 070: Facility 070: Facility 075: Facility 075: West West East East Clarifiers Clarifiers Clarifiers Clarifiers N LSS RAS/WAS N LSS RAS/WAS Location Channel Channel Channel I Channel Quantity 2 1 2 1 Nominal Channel 48 48 48 48 Width,inches Nominal Guide 16 16 16 16 Height,feet Invert Elevation,feet -1.10 -1.10 -1.50 -1.50 Design Head,feet 15 15 15 15 Fabricated Slide Gates and Stop Logs Section 35 20 16.25 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 7 of 10 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction Table 1 Design Criteria Facility 070: Facility 070: Facility 075: Facility 075: West West East East Clarifiers Clarifiers Clarifiers Clarifiers N LSS RAS/WAS N LSS RAS/WAS Location Channel Channel Channel I Channel Guide Frame Quantity 2 2 2 2 Total No.of Los 8 8 8 8 Notes: All dimensions and invert elevations shall be field-verified by Contractor. Locations as shown on Mechanical Drawings. C. Guide Frames: 1. Guide frames and invert shall be Type 316L stainless steel. 2. Vertical guides designed for maximum rigidity, and shall extend in one continuous piece from flush gate invert to channel wall top (less the thickness of the covers and frames) so top of vertical guides is 1/2 inch below cover angle frame support horizontal leg, in the field installed position. Coordinate dimension from channel wall and top with cover manufacturer. 3. Provide with grouting anchor flange as one leg of a structural angle. Vertical guide total width, up and downstream of gate shall be a minimum of 7 inches to a maximum of 10 inches, including grouting flange. 4. Vertical guide frames and inverts shall be joined with factory welded corners. Unvented invert length shall not exceed 24 inches. 5. Sized to provide a minimum disc engagement of 1 inch on each side. D. Anchor Bolts and Hardware: All necessary attaching bolts, anchor bolts, mounting and assembly hardware shall be Type 316 stainless steel and shall be furnished by stop log manufacturer. E. Lifting Devices: One lifting device complete with lifter body, hooks, lifting cables and extension arms, complete, shall be provided for each different gate span to install and remove stop logs. F. Storage Racks: 1. Provide stop log storage racks sized to store total number of specified logs for areas indicated on Table 1. 2. Final configurations and locations of racks shall be approved by Engineer. FaMeated Slide Gates and Stop Logs Section 35 20 16.25 Oso wRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 8 of 10 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction G. Tagging Requirements: Each stop log shall include a rectangular, riveted, Type 316 stainless steel tag with stop log span and depth shown. Tag shall also state "water side" and be riveted to water side of log. H. Manufacturers: 1. Rodney Hunt Co. 2. H. Fontaine, Ltd. 3. Whipps, Inc. 4. Hydro Gate Corp. 2.8 APPURTENANCES A. Lifting Lugs: Furnish suitably attached for equipment assemblies and components weighing over 100 pounds. B. Anchor Bolts: ASTM A193/A193M, Type 316 stainless steel sized by equipment manufacturer at least 1/2 inch in diameter, or as shown on Structural Drawings. C. Staff Gauges: For Type 316 stainless steel, downward acting weir gates. Graduated in 1/4 inches and marked every inch and foot. 1. Manufacturer and Product: Stevens Water Monitoring Equipment; Porcelain Enameled Style C. 2.9 SHOP/FACTORY FINISHING A. Mechanically descale and passivate all weld burn and weld slag in accordance with ASTM A380 to provide uniform finish. B. Coat all aluminum surfaces in contact with concrete with unthinned bitumastic paint in accordance with manufacturer standard for corrosive environment, or insulate with suitable protective neoprene gasket material. PART 3 EXECUTION 3.1 INSTALLATION A. In accordance with the manufacturer's written instructions. B. Disassemble factory assembled gate components before installation. C. Field mount operators after installing gates. D. Brace thimbles internally during concrete placement. FaMeated Slide Gates and Stop Logs Section 35 20 16.25 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 9 of 10 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction E. Accurately place anchor bolts using templates furnished by the manufacturer. F. Lubricate stems before operating. 3.2 FIELD QUALITY CONTROL A. Functional Tests: Conduct on each slide gate. B. Performance Test: 1. Conduct on each slide gate. 2. Perform under actual or approved simulated operating conditions. 3. Test for a continuous 3-hour period without malfunction. Leakage shall not exceed amount described in the Performance Requirement subsection. 4. Adjust, realign, or modify units and retest if required performance falls outside of the defined acceptable range. 3.3 MANUFACTURER'S SERVICES A. Manufacturer's Representative: 1. Present at Site or classroom designated by Owner, for minimum person- days listed below, travel time excluded: a. 2 person-days for installation assistance and inspection. b. 1 person-day for functional and performance testing and completion of Manufacturer's Certificate of Proper Installation. B. See Section 01 64 00, Manufacturer Services, and Section 01 91 14, Equipment Testing and Facility Startup. C. Provide manufacturer's representative at Site in accordance with Section 0164 00, Manufacturer Services, for installation assistance, inspection and certification of proper installation, equipment testing, startup assistance, and training of Owner's personnel for specified component, subsystem, equipment, or system. 3.4 SUPPLEMENTS A. The supplement listed below, following "End of Section", is part of this specification. 1. Fabricated Slide Gate Schedule. END OF SECTION Fabricated Slide Gates and Stop Logs Section 35 20 16.25 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 10 of 10 \ \ \ \ \ ! !!!! M. M. RM_ _ W - � - � U � - O ❑ _ ❑ - . _ ui § , T IT: § ]! < < < < O - LL _ - 2 �} \ \ \ \ \\\\\ � lffff g \ / $ \ � \ : J § 7 - - - - - 0 0 3 : } LLI / \ \ \ \ , /\\\\ \\\ § §§ §§ ! ;££££ j}\ U) 0 N H � Z W lu U O ❑ 0 0 ❑ 4_ W ami cu O LL Z N O U ~ Q Q w LL LL 00 LL w LO I- U m w 00 0 LO v rn LL w CL 0 a� w rn �n U O 0 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction SECTION 40 27 00.08 STAINLESS STEEL PIPE AND FITTINGS—GENERAL SERVICE Item Size Description Pipe 2-1/2" & smaller Schedule 40S: ASTM A312/A312M, T e 316 seamless pickled and passivated. 3" & larger Schedule 10S: ASTM A312/A312M, Type 316L pickled and passivated. Tubing All ASTM A269, Type 316 stainless steel, seamless, fully annealed hydraulic tubing, 0.065-inch wall thickness minimum. Joints 1-1/2" & smaller Threaded or flanged at equipment as required or shown. 2" & larger Butt-welded or flanged at valves and equipment. Fittings 1-1/2" & smaller Threaded: Forged 1,000 CWP minimum, ASTM A182/A182M, Grade F316 or cast Class 150, ASTM A351/A35IM, Grade CF8M/316. 2" & 2-1/2" Butt Welded: ASTM A403/A403M, Grade WP316L conforming to ASME B16.9 and MSS SP 43, annealed,pickled and passivated; fitting wall thickness to match adjoining pipe; long radius elbows, unless shown otherwise. 3" & larger Butt-Welded: ASTM A403/A403M, Type 316L pickled and passivated; fitting wall thickness to match adjoining pipe; long radius elbows, unless shown otherwise. Branch Connections 1-1/2" & smaller Tee or reducing tee in conformance with fittings above. 2" & larger Butt-welding tee or reducing tee in accordance with fittings above. STAINLESS STEEL PIPE AND FITTINGS—GENERAL SERVICE Section 40 27 00.08 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Supplement Page 1 of 3 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction SECTION 40 27 00.08 STAINLESS STEEL PIPE AND FITTINGS—GENERAL SERVICE Item Size Description Flanges All Forged Stainless Steel: ASTM A182/A182M, Grade F316L, ASME B 16.5 Class 150 or Class 300, slip- on weld neck or raised face. Weld slip-on flanges inside and outside. Cast Carbon Steel: ASTM A216/A216M Grade WCA, drilled, ASME B 16.5 Class 150 or Class 300 Van Stone Type with stainless steel stub ends, ASTM A240/ A240M Type 316L "as-welded grade", conforming to MSS SP 43, wall thickness same as pipe. Blind Flanges, exposed to the atmosphere and not buried nor immersed in liquid, may be either stainless steel or Class 125 ductile iron or Class 150 carbon steel with gaskets asspecified herein. Unions 2" & smaller Threaded Forged: ASTM A182/A182M, Grade F316, 2,000-pound or 3,000-pound WOG, integral ground seats, AAR design meeting the requirements of ASME B 16.11, bore to match pipe. Bolting All Forged Flanges: Type 316 stainless steel, ASTM A320/A320M Grade B8M hex head bolts, ASTM A194/A194M Grade 8M hex head nuts and ASTM F436 Type 3 alloy washers at nuts and bolt heads. Achieve 40 percent to 60 percent of bolt minimum yield stress. Van Stone Flanges and anywhere mating flange on equipment is cast iron and gasket is flat ring: Carbon steel ASTM A307 Grade B hex head bolts, ASTM A563 Grade A hex head nuts and ASTM F436 hardened steel washers at nuts and bolt heads. Achieve 40 percent to 60 percent of bolt minimum yield stress. STAINLESS STEEL PIPE AND FITTINGS—GENERAL SERVICE Section 40 27 00.08 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Supplement Page 2 of 3 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction SECTION 40 27 00.08 STAINLESS STEEL PIPE AND FITTINGS—GENERAL SERVICE Item Size Description Flanged Joints in Sumps, Wet Wells, and Submerged and Wetted Installations: Type 316 stainless steel, ASTM A320/A320M, Grade 138M hex head bolts and ASTM A194/A194M, Grade 8M hex nuts and ASTM F436 Type 3 alloy washers at nuts and bolt heads. Achieve 40 percent to 60 percent of bolt minimum field stress. Gaskets All Flanges Flanged, Water, Hot Air, Fuel Gas and Sewage Services: 1/8 inch thick, homogeneous black rubber(EPDM), hardness 60 (Shore A), rated to 250 degrees F. continuous and conforming to ASME B16.21 and ASTM D1330, Steam Grade. Blind Flanges: Gasketed covering entire inside face with gasket cemented to blind flan e. Thread Lubricant 2" & smaller General Service: 100 percent virgin PTFE Teflon tape. END OF SECTION STAINLESS STEEL PIPE AND FITTINGS—GENERAL SERVICE Section 40 27 00.08 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Supplement Page 3 of 3 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS This page intentionally left blank. DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction SECTION 40 27 00 PROCESS PIPING—GENERAL PARTI GENERAL 1.1 REFERENCES A. The following is a list of standards which may be referenced in this section and any supplemental Data Sheets: 1. Air Force: A-A-58092, Tape, Antiseize, Polytetrafluorethylene. 2. American Association of State Highway and Transportation Officials (AASHTO): HB-17, Standard Specifications for Highway Bridges. 3. American Petroleum Institute (API): SPEC 5L, Specification for Line Pipe. 4. American Society of Mechanical Engineers (ASME): a. Boiler and Pressure Vessel Code, Section IX, Qualification Standard for Welding and Brazing Procedures, Welders, Brazers, and Welding and Brazing Operators. b. 131.20.1, Pipe Threads, General Purpose (Inch). C. B16.1, Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125, and 250. d. B16.3, Malleable Iron Threaded Fittings Classes 150 and 300. e. B16.5, Pipe Flanges and Flanged Fittings NPS 1/2 through NPS 24 Metric/Inch Standard. f. B16.9, Factory-Made Wrought Buttwelding Fittings. g. B16.11, Forged Fittings, Socket-Welding and Threaded. h. B16.15, Cast Copper Alloy Threaded Fittings Classes 125 and 250. i. B16.21, Nonmetallic Flat Gaskets for Pipe Flanges. j. B16.22, Wrought Copper and Copper Alloy Solder Joint Pressure Fittings. k. B16.24, Cast Copper Alloy Pipe Flanges and Flanged Fittings Classes 150, 300, 600, 900, 1500, and 2500. 1. B16.25, Buttwelding Ends. In. B16.42, Ductile Iron Pipe Flanges and Flanged Fittings Classes 150 and 300. n. B31.1, Power Piping. o. B31.3, Process Piping. p. B31.9, Building Services Piping. q. B36.IOM, Welded and Seamless Wrought Steel Pipe. 5. American Society for Nondestructive Testing (ASNT): SNT-TC-IA, Recommended Practice for Personal Qualification and Certification in Nondestructive Testing. Process Piping—General Section 40 27 00 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 1 of 20 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 6. American Water Works Association (AWWA): a. C104/A21.4, Cement-Mortar Lining for Ductile-Iron Pipe and Fittings. b. C105/A21.5, Polyethylene Encasement for Ductile-Iron Pipe Systems. C. C110/A21.10, Ductile-Iron and Gray-Iron Fittings. d. Cl 11/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. e. Cl 15/A21.15, Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron Threaded Flanges. f. C151/A21.51, Ductile-Iron Pipe, Centrifugally Cast. g. C153/A21.53, Ductile-Iron Compact Fittings. h. C207, Steel Pipe Flanges for Waterworks Service, Sizes 4 In. Through 144 In. (100 mm Through 3,600 mm). i. C606, Grooved and Shouldered Joints. 7. American Welding Society (AWS): a. Brazing Handbook. b. A5.8M/A5.8, Specification for Filler Metals for Brazing and Braze Welding. C. D1.1/D1.1M, Structural Welding Code - Steel. d. QC I, Standard for AWS Certification of Welding Inspectors. 8. ASTM International (ASTM): a. A47/A47M, Standard Specification for Ferritic Malleable Iron Castings. b. A53/A53M, Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, Welded and Seamless. C. A105/A105M, Standard Specification for Carbon Steel Forgings for Piping Applications. d. A106/A106M, Standard Specification for Seamless Carbon Steel Pipe for High-Temperature Service. e. A126, Standard Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings. f. A135/A135M, Standard Specification for Electric-Resistance- Welder Steel Pipe. g. A139/A139M, Standard Specification for Electro-Fusion (Arc)— Welded Steel Pipe (NPS 4 Inches and Over). h. A153/A153M, Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware. i. A181/A181M, Standard Specification for Carbon Steel Forgings, for General-Purpose Piping. j. A182/A182M, Standard Specification for Forged or Rolled Alloy and Stainless Steel Pipe Flanges, Forged Fittings, and Valves and Parts for High-Temperature Service. k. A183, Standard Specification for Carbon Steel Track Bolts and Nuts. Process Piping—General Section 40 27 00 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 2 of 20 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 1. A193/A193M, Standard Specification for Alloy-Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications. In. A194/A194M, Standard Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both. n. A197/A197M, Standard Specification for Cupola Malleable Iron. o. A216/A216M, Standard Specification for Steel Castings, Carbon, Suitable for Fusion Welding, for High-Temperature Service. p. A234/A234M, Standard Specification for Piping Fittings of Wrought Carbon Steel and Alloy Steel for Moderate and High Temperature Service. q. A240/A240M, Standard Specification for Chromium and Chromium-Nickel Stainless Steel Plate, Sheet, and Strip for Pressure Vessels and for General Applications. r. A276, Standard Specification for Stainless Steel Bars and Shapes. S. A269, Standard Specification for Seamless and Welded Austenitic Stainless Steel Tubing for General Service. t. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. U. A312/A312M, Standard Specification for Seamless, Welded, and Heavily Cold Worked Austenitic Stainless Steel Pipes. V. A320/A320M, Standard Specification for Alloy-Steel and Stainless Steel Bolting for Low-Temperature Service. W. A351/A35IM, Standard Specification for Castings, Austenitic, for Pressure-Containing Parts. X. A395/A395M, Standard Specification for Ferritic Ductile Iron Pressure-Retaining Castings for Use at Elevated Temperatures. y. A403/A403M, Standard Specification for Wrought Austenitic Stainless Steel Piping Fittings. Z. A409/A409M, Standard Specification for Welded Large Diameter Austenitic Steel Pipe for Corrosive or High-Temperature Service. aa. A536, Standard Specification for Ductile Iron Castings. bb. A563, Standard Specification for Carbon and Alloy Steel Nuts. cc. A587, Standard Specification for Electric-Resistance-Welded Low-Carbon Steel Pipe for the Chemical Industry. dd. A743/A743M, Standard Specification for Castings, Iron- Chromium, Iron-Chromium-Nickel, Corrosion Resistant, for General Application. ee. A744/A744M, Standard Specification for Castings, Iron- Chromium-Nickel, Corrosion Resistant, for Severe Service. ff. A774/A774M, Standard Specification for As-Welded Wrought Austenitic Stainless Steel Fittings for General Corrosive Service at Low and Moderate Temperatures. gg. A778, Standard Specification for Welded, Unannealed Austenitic Stainless Steel Tubular Products. Process Piping—General Section 40 27 00 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 3 of 20 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction hh. B32, Standard Specification for Solder Metal. ii. B43, Standard Specification for Seamless Red Brass Pipe, Standard Sizes. J. B61, Standard Specification for Steam or Valve Bronze Castings. kk. B62, Standard Specification for Composition Bronze or Ounce Metal Castings. 11. B75/B75M, Standard Specification for Seamless Copper Tube. mm. B88, Standard Specification for Seamless Copper Water Tube. nn. B98/B98M, Standard Specification for Copper-Silicon Alloy Rod, Bar and Shapes. oo. B462, Standard Specification for Forged or Rolled UNS N06030, UNS N06022, UNS N06035, UNS N06200, UNS N06059, UNS N10362, UNS N06686, UNS N08020, UNS N08024, UNS N08026, UNS N08367, UNS N10276, UNS N10665, UNS N10675, UNS N10629, UNS N08031, UNS N06045, UNS N06025, and UNS R20033 Alloy Pipe Flanges, Forged Fittings, and Valves and Parts for Corrosive High-Temperature Service. pp. B464, Standard Specification for Welded UNS N08020 Alloy Pipe. qq. B474, Standard Specification for Electric Fusion Welded Nickel and Nickel Alloy Pipe. rr. C582, Standard Specification for Contact-Molded Reinforced Thermosetting Plastic (RTP) Laminates for Corrosion-Resistant Equipment. ss. D412, Standard Test Methods for Vulcanized Rubber and Thermoplastic Elastomers-Tension. tt. D413, Standard Test Methods for Rubber Property-Adhesion to Flexible Substrate. uu. D543, Standard Practices for Evaluating the Resistance of Plastics to Chemical Reagents. vv. D1248, Standard Specification for Polyethylene Plastics Extrusion Materials for Wire and Cable. ww. D1330, Standard Specification for Rubber Sheet Gaskets. xx. D1784, Standard Specification for Rigid Poly(Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. yy. D1785, Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80, and 120. zz. D2000, Standard Classification System for Rubber Products in Automotive Applications. aaa. D2310, Standard Classification for Machine-Made "Fiberglass" (Glass-Fiber-Reinforced Thermosetting-Resin) Pipe. bbb. D2464, Standard Specification for Threaded Poly(Vinyl Chloride) (PVC)Plastic Pipe Fittings, Schedule 80. ccc. D2466, Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 40. Process Piping-General Section 40 27 00 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 4 of 20 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction ddd. D2467, Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 80. eee. D2564, Standard Specification for Solvent Cements for Poly(Vinyl Chloride) (PVC)Plastic Piping Systems. ff. D2837, Standard Test Method for Obtaining Hydrostatic Design Basis for Thermoplastic Pipe Materials or Pressure Design Basis for Thermoplastic Pipe Products. ggg. D2996, Standard Specification for Filament-Wound "Fiberglass" (Glass-Fiber-Reinforced Thermosetting-Resin) Pipe. hhh. D3222, Standard Specification for Unmodified Poly(Vinylidene Fluoride) (PVDF) Molding Extrusion and Coating Materials. iii. D3350, Standard Specification for Polyethylene Plastics Pipe and Fittings Materials. jjj. D4101, Standard Specification for Polypropylene Injection and Extrusion Materials. kkk. D4894, Standard Specification for Polytetrafluoroethylene (PTFE) Granular Molding and Ram Extrusion Materials. 111. D4895, Standard Specification for Polytetrafluoroethylene (PTFE) Resin Produced from Dispersion. mmm. F423, Standard Specification for Polytetrafluoroethylene (PTFE)Plastic-Lined Ferrous Metal Pipe, Fittings, and Flanges. nnn. F436, Standard Specification for Hardened Steel Washers. 000. F437, Standard Specification for Threaded Chlorinated Poly(Vinyl Chloride) (CPVC)Plastic Pipe Fittings, Schedule 80. ppp. F439, Standard Specification for Chlorinated Poly(Vinyl Chloride) (CPVC) Plastic Pipe Fittings, Schedule 80. qqq. F441/F441M, Standard Specification for Chlorinated Poly(Vinyl Chloride) (CPVC) Plastic Pipe, Schedules 40 and 80. rrr. F493, Standard Specification for Solvent Cements for Chlorinated Poly(Vinyl Chloride) (CPVC)Plastic Pipe and Fittings. sss. F593, Standard Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs. ttt. F656, Standard Specification for Primers for Use in Solvent Cement Joints of Poly(Vinyl Chloride) (PVC)Plastic Pipe and Fittings. 9. FM Global (FM). 10. Manufacturers Standardization Society of the Valve and Fittings Industry, Inc. (MSS): SP-43, Wrought and Fabricated Butt-Welding Fittings for Low-Pressure, Corrosion Resistant Applications. 11. NSF International (NSF): 61 Drinking Water System Components Health Effects. 12. National Electrical Manufacturers Association (NEMA): LI 1, Industrial Laminating Thermosetting Products. 13. National Fire Protection Association (NFPA): 24, Standard for the Installation of Private Fire Service Mains and Their Appurtenances. Process Piping—General Section 40 27 00 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 5 of 20 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 14. The Society for Protective Coatings (SSPC) Standards: a. PA 2, Procedure for Determining Conformance to Dry Coating Thickness Requirements. b. PA 10, Guide to Safety and Health Requirements for Industrial Painting Projects. C. SP 5, White Metal Blast Cleaning. 1.2 DEFINITIONS A. High Build Epoxy: Amine, novolac, or polymidoamine cured epoxy suitable for immersion exposure conditions in primary and/or secondary wastewater. B. MDFT: Minimum Dry Film Thickness. C. Submerged or Wetted: 1. Zone below elevation of: a. Liquid surface or within 2 feet above top of liquid surface. 1.3 DESIGN REQUIREMENTS A. Where pipe diameter, thickness,pressure class,pressure rating, or thrust restraint is not shown or specified, design piping system in accordance with the following: 1. Process Piping: ASME B31.3, normal fluid service unless otherwise specified. 2. Buried Piping: H20-S16 traffic load with 1.5 impact factor, AASHTO HB-17, as applicable. 3. Thrust Restraints: a. Design for test pressure shown in Piping Schedule. b. Allowable Soil Pressure: 1,000 pounds per square foot. C. Low Pressure Pipelines: 1) When bearing surface of the fitting against soil provides an area equal to or greater than area required for thrust restraint, concrete thrust blocks will not be required. 2) Determine bearing area for fittings without thrust blocks by projected area of 70 percent of internal diameter multiplied by chord length for fitting centerline curve. 1.4 SUBMITTALS A. Action Submittals: 1. Shop Fabricated Piping: a. Detailed pipe fabrication or spool drawings showing special fittings and bends, dimensions, coatings, and other pertinent information. Process Piping—General Section 40 27 00 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 6 of 20 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction b. Layout drawing showing location of each pipe section and each special length; number or otherwise designate laying sequence on each piece. 2. Pipe Wall Thickness: Identify wall thickness and rational method or standard applied to determine wall thickness for each size of each different service including exposed, submerged, buried, and concrete- encased installations for Contractor-designed piping. 3. Hydraulic Thrust Restraint for Restrained Joints: Details including materials, sizes, assembly ratings, and pipe attachment methods. 4. Dissimilar Buried Pipe Joints: Joint types and assembly drawings. 5. Pipe Corrosion Protection: Product data. 6. Anchorage and bracing drawings and cut sheets. B. Informational Submittals: 1. Manufacturer's Certification of Compliance, in accordance with Section 01 64 00, Basic Product Requirements: a. Pipe and fittings. b. Factory applied resins and coatings. 2. Qualifications: a. Nondestructive Testing Personnel: SNT-TC-IA Level 11 certification and qualifications. b. AWS QC Certified Welding Inspector: Submit evidence of current certification prior to commencement of welding activities. C. Welders: 1) Continuity log for welders and welding operators. 2) Welder qualification test records conducted by Contractor or manufacturer. 3. Welding Procedures: Qualified in accordance with ASME Boiler and Pressure Vessel Code, Section IX for weld type(s) and base metal(s). 4. Nondestructive inspection and testing procedures. 5. Test logs. 6. Pipe coating applicator certification. 7. Laboratory Testing Equipment: Certified calibrations, manufacturer's product data, and test procedures. 8. CWI inspection records and NDE test records. 1.5 QUALITY ASSURANCE A. Qualifications: 1. Independent Inspection and Testing Agency: a. Ten years' experience in field of welding and welded pipe and fittings' testing required for this Project. b. Calibrated instruments and equipment, and documented standard procedures for performing specified testing. Process Piping—General Section 40 27 00 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 7 of 20 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction C. Certified in accordance with ASNT SNT-TC-lA for testing procedures required for this Project. d. Testing Agency: Personnel performing tests shall be NDT Level II certified in accordance with ASNT SNT-TC-IA. e. Verification Welding Inspector: AWS QC Certified. 2. Welding Procedures: In accordance with ASME BPVC SEC IX (Forms QW-482 and QW-483) or AWS D1.1/D1.1M (Annex N Forms). 3. Welder Qualifications: In accordance ASME BPVC SEC IX (Form QW-484) or AWS D1.1/D1.1M (Annex N Forms). 4. Contractor's CWL Certified in accordance with AWS QC I, and having prior experience with specified welding codes. Alternate welding inspector qualifications require approval by Engineer. B. Quality Assurance: Special inspection to be provided by Owner and performed by independent inspection and testing agency for welding operations. 1. Note, the presence of Owner's Special Inspector or Verification CWI does not relieve Contractor from performing own quality control, including 100 percent visual inspection of welds. 1.6 DELIVERY, STORAGE, AND HANDLING A. In accordance with Section 01 6100, Basic Product Requirements, and: 1. Flanges: Securely attach metal, hardboard, or wood protectors over entire gasket surface. 2. Threaded or Socket Welding Ends: Fit with metal, wood, or plastic plugs or caps. 3. Linings and Coatings: Prevent excessive drying. 4. Cold Weather Storage: Locate products to prevent coating from freezing to ground. 5. Handling: Use heavy canvas or nylon slings to lift pipe and fittings. PART 2 PRODUCTS 2.1 PIPING A. Diameters Shown: 1. Standardized Products: Nominal size. Process Piping—General Section 40 27 00 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 8 of 20 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 2.2 JOINTS A. Grooved End System: 1. Rigid type. 2. Use of flexible grooved joints allowed where shown on Drawings or with prior approval by Engineer. 3. Flanges: When required, furnish with grooved type flange adapters of same manufacturer as grooved end couplings. B. Flanged Joints: 1. Flat-faced, carbon steel, or alloy flanges when mating with flat-faced cast or ductile iron flanges. 2. Higher pressure rated flanges as required to mate with equipment when equipment flange is of higher pressure rating than required for piping. C. Threaded Joints: NPT taper pipe threads in accordance with ASME B1.20.1. D. Mechanical Joint Anchor Gland Follower: 1. Ductile iron anchor type, wedge action, with break-off tightening bolts. 2. Thrust rated to 250 psi minimum. 3. Rated operating deflection not less than: a. 3 degrees for sizes through 12 inches. b. 2 degrees for sizes 14 inches through 16 inches. C. 1.5 degrees for sizes 18 inches through 24 inches. d. 1 degree for sizes 30 inches through 48 inches. 4. UL and FM approved. E. Flexible Mechanical Compression Joint Coupling: 1. Stainless steel, ASTM A276, Type 305 bands. 2. Manufacturers: a. Pipeline Products Corp. b. Fernco Joint Sealer Co. F. Mechanical connections of high-density polyethylene pipe to auxiliary equipment such as valves,pumps, tanks, and other piping systems shall be through-flanged connections consisting of the following: 1. Polyethylene stub end thermally butt-fused to end of pipe. 2. ASTM A240/A240M, Type 304 stainless steel backing flange, 125-pound, ASME 1316.1 standard. Use insulating flanges where shown. Process Piping—General Section 40 27 00 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 9 of 20 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 3. Bolts and nuts of sufficient length to show a minimum of three complete threads when joint is made and tightened to manufacturer's standard. Retorque nuts after 4 hours. 4. Gaskets as specified on Data Sheet. 2.3 GASKET LUBRICANT A. Lubricant shall be supplied by pipe manufacturer and no substitute or "or-equal"will be allowed. 2.4 PIPE CORROSION PROTECTION A. Insulating Flanges, Couplings, and Unions: 1. Materials: a. In accordance with applicable piping material specified in Pipe Data Sheet. Complete assembly shall have ASME B31.3 working pressure rating equal to or higher than that of joint and pipeline. b. Galvanically compatible with piping. C. Resistant for intended exposure, operating temperatures, and products in pipeline. 2. Union Type, 2 Inches and Smaller: a. Screwed or solder joint. b. O-ring sealed with molded and bonded insulation to body. 3. Flange Type, 2-1/2 Inches and Larger: a. Flanged, complete with bolt insulators, dielectric gasket, bolts, and nuts. b. Bolt insulating sleeves shall be provided full length between insulating washers. C. Ensure fit-up of components of insulated flange assembly to provide a complete functioning installation. d. AWWA C207 steel flanges may be drilled oversize up to 1/8-inch to accommodate insulating sleeves. e. No less than minimum thread engagement in accordance with specified bolting standards will be permitted to accommodate thicknesses of required washers, flanges, and gasket. 4. Flange Insulating Kits: a. Gaskets: Full-face, Type E with elastomeric sealing element. Sealing element shall be retained in a groove within retainer portion of gasket. b. Insulating Sleeves: Full-length fiberglass reinforced epoxy (NEMA LI-1, G-10 grade). C. Insulating Washers: Fiberglass-reinforced epoxy (NEMA LI-1, G-10 grade). d. Steel Washers: Hardened steel, ASTM F436, 1/8 inch thick. 1) Flange Diameters 36 Inches or Less: Provide two washers per bolt. Process Piping—General Section 40 27 00 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 10 of 20 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 5. Manufacturers and Products: a. Dielectric Flanges and Unions: 1) PSI, Houston, TX. 2) Advance Products and Systems, Lafayette, LA. b. Insulating Couplings: 1) Dresser; STAB-39. 2) Baker Coupling Company, Inc.; Series 216. 2.5 VENT AND DRAIN VALVES A. Pipeline 2-Inch Diameter and Smaller: 1/2-inch vent, 1-inch drain, unless shown otherwise. B. Pipelines 2-1/2-Inch Diameter and Larger: 3/4-inch vent, 1-inch drain, unless shown otherwise. 2.6 FABRICATION A. Mark each pipe length on outside with the following: 1. Size or diameter and class. 2. Manufacturer's identification and pipe serial number. 3. Location number on laying drawing. 4. Date of manufacture. B. Code markings according to approved Shop Drawings. C. Shop fabricate flanged pipe in shop, not in field, and delivered to Site with flanges in place and properly faced. Threaded flanges shall be individually fitted and machine tightened on matching threaded pipe by manufacturer. 2.7 FINISHES A. Factory prepare,prime, and finish coat in accordance with Pipe Data Sheet(s) and exposure defined herein. PART 3 EXECUTION 3.1 EXAMINATION A. Verify size, material,joint types, elevation, horizontal location, and pipe service of existing pipelines to be connected to new pipelines or new equipment. B. Inspect size and location of structure penetrations to verify adequacy of wall pipes, sleeves, and other openings. Process Piping—General Section 40 27 00 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 11 of 20 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 3.2 PREPARATION A. Notify Engineer at least 2 weeks prior to field fabrication of pipe or fittings. B. Inspect pipe and fittings before installation, clean ends thoroughly, and remove foreign matter and dirt from inside. C. Damaged Coatings: Repair using original coating materials in accordance with manufacturer's instructions. 3.3 WELDING A. Perform in accordance with Section IX, ASME Boiler and Pressure Vessel Code and ASME B31.3 for Pressure Piping, as may be specified on Piping Data Sheets, and if recommended by piping or fitting manufacturer. B. Weld Identification: Keep paper record of which welder welded each joint. C. Pipe End Preparation: 1. Machine Shaping: Preferred. 2. Oxygen or Arc Cutting: Smooth to touch, true, and slag removal by chipping or grinding. 3. Beveled Ends for Butt Welding: ASME B 16.25. D. Surfaces: 1. Clean and free of paint, oil, rust, scale, slag, or other material detrimental to welding. 2. Clean stainless steel joints with stainless steel wire brushes or stainless steel wool prior to welding. 3. Thoroughly clean each layer of deposited weld metal, including final pass,prior to deposition of each additional layer of weld metal with a power-driven wire brush. E. Alignment and Spacing: 1. Align ends to be joined within existing commercial tolerances on diameters, wall thicknesses, and out-of-roundness. 2. Root Opening of Joint: As stated in qualified welding procedure. 3. Minimum Spacing of Circumferential Butt Welds: Minimum four times pipe wall thickness or 1 inch, whichever is greater. F. Climatic Conditions: Do not perform welding if there is impingement of any rain, snow, sleet, or wind exceeding 5 mph on the weld area, or if ambient temperature is below 32 degrees F. Process Piping—General Section 40 27 00 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 12 of 20 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction G. Tack Welds: Performed by qualified welder using same procedure as for completed weld, made with electrode similar or equivalent to electrode to be used for first weld pass, and not defective. Remove those not meeting requirements prior to commencing welding procedures. H. Surface Defects: Chip or grind out those affecting soundness of weld. L Weld Quality: Meet requirements of governing welding codes. 3.4 INSTALLATION—GENERAL A. Join pipe and fittings in accordance with manufacturer's instructions, unless otherwise shown or specified. B. Remove foreign objects prior to assembly and installation. C. Flanged Joints: 1. Install perpendicular to pipe centerline. 2. Bolt Holes: Straddle vertical centerlines, aligned with connecting equipment flanges or as shown. 3. Use torque-limiting wrenches to ensure uniform bearing and proper bolt tightness. 4. Plastic Flanges: Install annular ring filler gasket at joints of raised-face flange. 5. Grooved Joint Flange Adapters: Include stainless steel washer plates as required for mating to serrated faces and lined valves and equipment. 6. Raised-Face Flanges: Use flat-face flange when joining with flat-faced ductile or cast iron flange. 7. Verify compatibility of mating flange to adapter flange gasket prior to selecting grooved adapter flanging. 8. Flange fillers are to be avoided, but if necessary, may be used to make up for small angles up to 6 degrees and for filling gaps up to 2 inches between flanges. Stacked flange fillers shall not be used. 9. Threaded flanged joints shall be shop fabricated and delivered to Site with flanges in-place and properly faced. 10. Manufacturer: Same as pipe manufacturer or grooved joint flange adapter manufacturer. D. Threaded and Coupled Joints: 1. Conform to ASME B 1.20.1. 2. Produce sufficient thread length to ensure full engagement when screwed home in fittings. 3. Countersink pipe ends, ream and clean chips and burrs after threading. 4. Make connections with not more than three threads exposed. Process Piping—General Section 40 27 00 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 13 of 20 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 5. Lubricate male threads only with thread lubricant or tape as specified on Piping Data Sheets. E. Grooved-End Joints: 1. Piping shall be grooved in accordance with manufacturer's latest published instructions and shall be accurately cut with tools conforming to coupling manufacturer's standards and to AWWA C606. 2. Install grooved joint couplings and gaskets in accordance with manufacturer's latest published installation instructions. F. Soldered Joints: I. Use only solder specified for particular service. 2. Cut pipe ends square and remove fins and burrs. 3. After thoroughly cleaning pipe and fitting of oil and grease using solvent and emery cloth, apply noncorrosive flux to the male end only. 4. Wipe excess solder from exterior of joint before hardened. 5. Before soldering, remove stems and washers from solder joint valves. G. PVC and CPVC Piping: I. Provide Schedule 80 threaded nipple where necessary to connect to threaded valve or fitting. 2. Use strap wrench for tightening threaded plastic joints. Do not overtighten fittings. 3. Do not thread Schedule 40 pipe. 3.5 INSTALLATION—EXPOSED PIPING A. Piping Runs: I. Parallel to building or column lines and perpendicular to floor, unless shown otherwise. 2. Piping upstream and downstream of flow measuring devices shall provide straight lengths as required for accurate flow measurement. B. Supports: Match location and type of existing supports. C. Group piping wherever practical at common elevations; install to conserve building space and not interfere with use of space and other work. D. Unions or Flanges: Provide at each piping connection to equipment or instrumentation on equipment side of each block valve to facilitate installation and removal. E. Install piping so that no load or movement in excess of that stipulated by equipment manufacturer will be imposed upon equipment connection; install Process Piping—General Section 40 27 00 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 14 of 20 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction to allow for contraction and expansion without stressing pipe,joints, or connected equipment. F. Piping clearance, unless otherwise shown: 1. Over Walkway and Stairs: Minimum of 7 feet 6 inches, measured from walking surface or stair tread to lowest extremity of piping system including flanges, valve bodies or mechanisms, insulation, or hanger/support systems. 2. Between Equipment or Equipment Piping and Adjacent Piping: Minimum 3 feet, measured from equipment extremity and extremity of piping system including flanges, valve bodies or mechanisms, insulation, or hanger/support systems. 3. From Adjacent Work: Minimum 1 inch from nearest extremity of completed piping system including flanges, valve bodies or mechanisms, insulation, or hanger/support systems. 4. Do not route piping in front of or to interfere with access ways, ladders, stairs,platforms, walkways, openings, doors, or windows. 5. Headroom in front of openings, doors, and windows shall not be less than the top of the opening. 6. Do not install piping containing liquids or liquid vapors in transformer vaults or electrical equipment rooms. 7. Do not route piping over, around, in front of, in back of, or below electrical equipment including controls,panels, switches, terminals, boxes, or other similar electrical work. 8. Lengths of pipes that interfere with walkway foot traffic shall be painted yellow. 3.6 PIPE CORROSION PROTECTION A. Stainless Steel Pipe: 1. Interstitial Submerged Space: As defined by the adjacent 2 feet of space below and 2 feet of space above the liquid level in RAS/WAS, MLSS and Clarifier Effluent Channels. a. Surface Preparation: 1) SP 5, White Metal Blast Cleaning: Removal of visible oil, grease, dust, dirt, mill scale, rust, coatings, oxides, corrosion products, and other foreign matter by blast cleaning. b. Paint Material: 1) High Build Epoxy. 2) Minimum of 2 Coats, 16 Minimum MDFT. Process Piping—General Section 40 27 00 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 15 of 20 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction B. Insulating Flanges, Couplings, and Unions: 1. Applications: a. Dissimilar metal piping connections. b. Cathodically protected piping penetration to buildings and watertight structures. C. Submerged to unsubmerged metallic piping connections. d. Connections to existing metallic pipe. e. Where required for electrically insulated connection. 2. Pipe Installation: a. Insulating joints connecting immersed piping to nonimmersed piping shall be installed above maximum water surface elevation. b. Submerged carbon steel, ductile iron, or galvanized piping in reinforced concrete shall be isolated from the concrete reinforcement steel. C. Align and install insulating joints in all locations that meet this definition according to manufacturer's recommendations. Bolt lubricants that contain graphite or other metallic or electrically conductive components that can interfere with the insulating capabilities of the completed flange shall not be used. 3.7 THRUST RESTRAINT A. Location: 1. Buried Piping: Where shown and where required to restrain force developed at pipeline tees,plugs, caps, bends, and other locations where unbalanced forces exist because of hydrostatic testing and normal operating pressure. 2. Exposed Piping: At all joints in piping. B. Thrust Ties: 1. Flanged Coupling Adapters: For exposed installations, install manufacturer's anchor studs through coupling sleeve or use dismantling joints. C. Mechanical Joint Valve Restraint in Proprietary Restrained Joint Piping: Install pipe joint manufacturer's adapter gland follower and pipe end retainer, or mechanical joint anchor gland follower. 3.8 BRANCH CONNECTIONS A. Do not install branch connections smaller than 1/2-inch nominal pipe size, including instrument connections, unless shown otherwise. B. When line of lower pressure connects to a line of higher pressure, requirements of Piping Data Sheet for higher pressure rating prevails up to Process Piping—General Section 40 27 00 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 16 of 20 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction and including first block valve in the line carrying the lower pressure, unless otherwise shown. C. Threaded Pipe Tap Connections: 1. Welded Steel or Alloy Piping: Connect only with welded threadolet or half-coupling as specified on Piping Data Sheet. 2. Limitations: Threaded taps in pipe barrel are unacceptable. 3.9 DRAINS A. Drains at low points in piping required for completed system may or may not be shown. Install drains on low points of pipelines all low and high point locations. 3.10 FIELD FINISHING A. Notify Engineer at least 3 days prior to start of surface preparation or coating application work. 3.11 PIPE IDENTIFICATION A. As shown on Pipe Schedule. 3.12 FIELD QUALITY CONTROL A. Pressure Leakage Testing: 1. Informational Submittals: a. Testing Plan: 1) Submit prior to testing and include at least the information that follows. a) Testing dates. b) Piping systems and section(s) to be tested. c) Test type. d) Method of isolation. e) Calculation of maximum allowable leakage for piping section(s)to be tested. b. Certifications of Calibration: Testing equipment. C. Certified Test Report. 2. Preparation: a. Notify Engineer in writing 5 days in advance of testing. Perform testing in presence of Engineer. b. Pressure Piping: 1) Install temporary thrust blocking or other restraint as necessary to protect adjacent piping or equipment and make taps in piping prior to testing. Process Piping—General Section 40 27 00 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 17 of 20 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 2) Wait 5 days minimum after concrete thrust blocking is installed to perform pressure tests. If high-early strength cement is used for thrust blocking, wait may be reduced to 2 days. 3) Prior to test, remove or suitably isolate appurtenant instruments or devices that could be damaged by pressure testing. 4) Chlorine Piping: Test, dry, and clean in accordance with requirements of Chlorine Institute Pamphlet 6. 5) New Piping Connected to Existing Piping: a) Isolate new piping with grooved-end pipe caps, spectacle blinds, blind flanges, or as acceptable to Engineer. b) Test joint between new piping and existing piping by methods that do not place entire existing system under test load, as approved by Engineer. 6) Items that do not require testing include: Equipment seal drains, tank overflows to atmospheric vented drains, tank atmospheric vents. 7) Test Pressure: a) Air, Low Pressure (ALP):16 psig. 3. Pneumatic Test For Pressure Piping: a. Do not perform on: 1) PVC or CPVC pipe. 2) Piping larger than 18 inches. 3) Buried and other non-exposed piping. 4. Fluid: Oil-free, dry air. 5. Procedure: a. Apply preliminary pneumatic test pressure of 5 psig maximum to piping system prior to final leak testing, to locate visible leaks. Apply soap bubble mixture to joints and connections; examine for leakage. b. Correct visible leaks and repeat preliminary test until visible leaks are corrected. C. Gradually increase pressure in system to half of specified test pressure. Thereafter, increase pressure in steps of approximately one-tenth of specified test pressure until required test pressure is reached. d. Maintain pneumatic test pressure continuously for minimum of 10 minutes and for such additional time as necessary to conduct soap bubble examination for leakage. e. Correct visible leakage and retest as specified. 6. Allowable Leakage: Piping system, exclusive of possible localized instances at pump or valve packing, shall show no visual evidence of leakage. Process Piping—General Section 40 27 00 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 18 of 20 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 7. After testing and final cleaning,purge with nitrogen those lines that will carry flammable gases to assure no explosive mixtures will be present in system during filling process. 8. Test Report Documentation: a. Test date. b. Description and identification of piping tested. C. Test fluid. d. Test pressure. e. Remarks, including: 1) Leaks (type, location). 2) Repair/replacement performed to remedy excessive leakage. f. Signed by Contractor and Engineer to represent that test has been satisfactorily completed. B. Minimum Duties of Welding Inspector: 1. Job material verification and storage. 2. Qualification of welders. 3. Certify conformance with approved welding procedures. 4. Maintenance of records and preparation of reports in a timely manner. 5. Notification to Engineer of unsatisfactory weld performance within 24 hours of weld test failure. C. Required Weld Examinations: 1. Perform examinations in accordance with Piping Code, ASME 1331.1 for Normal Fluid Service, except that 5 percent of circumferential butt welds shall be random radiographed. 2. Perform examinations for every pipe thickness and for each welding procedure, progressively, for piping covered by this section. 3. Examine at least one of each type and position of weld made by each welder or welding operator. 4. For each weld found to be defective under the acceptance standards or limitations on imperfections contained in the applicable Piping Code, examine two additional welds made by the same welder that produced the defective weld. Such additional examinations are in addition to the minimum required above. Examine,progressively, two additional welds for each tracer examination found to be unsatisfactory. 3.13 CLEANING A. Following assembly and testing, and prior to final acceptance, blow clean of loose debris with compressed air at 4,000 fpm; do not flush with water. B. Remove accumulated debris through drains 2 inches and larger or by removing spools and valves from piping. Process Piping—General Section 40 27 00 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 19 of 20 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 3.14 SUPPLEMENTS A. The supplements listed below, following "End of Section," are a part of this Specification: 1. Piping Schedule. 2. Data Sheets. Number Title 40 27 00.08 Stainless Steel Pipe and Fittings General Service END OF SECTION Process Piping—General Section 40 27 00 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 20 of 20 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction PIPING SCHEDULE LEGEND SERVICE ALP Air-Low Pressure EXPOSURE ALL All BUR Buried EXP Exposed SUB Submerged ENC Encased MATERIAL SST Type 316 or Type 316L stainless steel JOINT TYPE FL Flanged GR Grooved S Screwed W Welded(including solvent and fusion) PRESSURE TEST P Pneumatic Process Piping—General Section 40 27 00 Oso wRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Supplement 1 Page 1 of 1 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS This page intentionally left blank. / \ k \ \ \ \ 6 ® f G u ¥ % � m Z § � ■ K � c 7 7t ❑ � W � LL k z 2 2 O / U / £ / ■ o � / � a < m ) j LL § m / § § _ ? \ \ a u � k @ \ 2 � 4 LO� t } // { & /a f / 33 3 N H � Z W lu U O ❑ 0 0 ❑ 4_ W ami cu O LL Z N O U ~ Q Q w LL LL 00 LL w LO I- U m w 00 0 LO v rn LL w CL 0 a� w rn �n U O 0 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction SECTION 44 45 16.01 COARSE BUBBLE AIR DIFFUSER SYSTEM PARTI GENERAL 1.1 REFERENCES A. The following is a list of standards which may be referenced in this section: 1. American Society of Civil Engineers (ASCE): 2, Measurement of Oxygen Transfer in Clean Water. 2. American Society of Mechanical Engineers (ASME): B16.5, Pipe Flanges and Flanged Fittings NPS 1/2 Through NPS 24 Metric/Inch Standard. 3. ASTM International (ASTM): a. A182/A182M, Standard Specification for Forged or Rolled Alloy and Stainless Steel Pipe Flanges, Forged Fittings, and Valves and Parts for High-Temperature Service. b. A240/A240M, Standard Specification for Chromium and Chromium-Nickel Stainless Steel Plate, Sheet, and Strip for Pressure Vessels and General Applications. C. A276, Standard Specification for Stainless Steel Bars and Shapes. d. A380, Standard Practice for Cleaning, Descaling, and Passivation of Stainless Steel Parts, Equipment, and Systems. e. A530, Standard Specification for General Requirements for Specialized Carbon and Alloy Steel Pipe. f. A554, Standard Specification for Welded Stainless Steel Mechanical Tubing. 1.2 DEFINITIONS A. Distribution Header: Piping between the manifold and the diffuser assembly. B. Channel: The structure within coarse bubble mixing occurs. C. Dropleg: Connection from the air source to the manifold. D. Manifold: A single run of piping that connects the dropleg with the distribution header(s). E. Standard Cubic Feet per Minute (scfm): Air at 68 degrees F, 14.7 psia, and 36 percent relative humidity. F. Standard Oxygen Transfer Rate (SOTR): The rate of oxygen transfer to tap water at standard conditions of 20 degrees C, 0.0 mg/L residual dissolved oxygen concentration, and a barometric pressure of 760 mm Hg (dry air). Coarse Bubble Air Diffuser System Section 44 45 16.01 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 1 of 12 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 1.3 PERFORMANCE REQUIREMENTS A. Airflow Rate Output: Not differ by more than 10 percent, at minimum and maximum airflows, for any two system diffusers (based on diffuser with lower flow rate). B. Air Distribution and Balancing: Control by use of orifices and proper header size selection only. C. Do not use flow distribution control devices requiring automatic or manual operation. D. Mixing: Uniform throughout each channel at stated minimum airflow requirements. E. Achieve adequate mixing in clarifier channels at mixed liquor suspended solids concentrations between 1,000 mg/L and 5,000 mg/L. F. Air Distribution and Balancing: Sufficient to maintain mixed liquor suspended solids in a state of suspension over entire depth of channel at stated minimum airflow requirements. G. Maximum channel airflow requirements defined below is the allowable upper bound for aggregate airflow servicing a channel. Manufacturer shall calculate and provide aeration rate as part of the submittal process defined in paragraph Action Submittals of this specification section. H. System: West and East Clarifier MLSS Channel Aeration Requirements (each): 1. Channel Dimensions (feet): a. Length: 230. b. Width: 4.0. C. Total Depth: 17.1. d. Side Water Depth: 15.5. 2. Diffuser Airflow (scfm): a. Maximum: 5 to 12. 3. Available Airflow (scfm per Channel): a. Maximum: 565. L System: West and East Clarifier Effluent Channel Aeration Requirements (each): 1. Channel Dimensions (feet): a. Length: 105. b. Width: 4.0. C. Total Depth: 17.1. d. Side Water Depth: 15.0. Coarse Bubble Air Diffuser System Section 44 45 16.01 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 2 of 12 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 2. Diffuser Airflow (scfm): a. Maximum: 5 to 12. 3. Available Airflow (scfm per Channel): a. Maximum: 180. J. System: West and East Clarifier RAS/WAS Channel Aeration Requirements South Leg (each): 1. Channel Dimensions (feet): a. Length: 220. b. Width: 8.0. C. Total Depth: 17.1. d. Side Water Depth: 15.5. 2. Diffuser Airflow (scfm): a. Maximum: 5 to 12. 3. Available Airflow (scfm per Channel): a. Maximum: 1,100. K. System: West and East Clarifier RAS/WAS Channel Aeration Requirements North Leg (each): 1. Channel Dimensions (feet): a. Length: 150. b. Width: 8.0. C. Total Depth: 17.1. d. Side Water Depth: 15.5. 2. Diffuser Airflow (scfm): a. Maximum: 5 to 12. 3. Available Airflow (scfm per Channel): a. Maximum: 750. 1.4 DESIGN REQUIREMENTS A. Furnish fixed header, nonclog, coarse bubble, diffused air aeration equipment system as a complete package including, but not limited to, dropleg, distribution headers, diffuser connectors, diffusers, supports, header joints, expansion joint, accessories, and miscellaneous appurtenances necessary to place in operation. B. Furnish complete, engineered systems. Drawings indicate header and diffuser orientations only. Details such as air header sizes and spacing, header supports and spacing, diffuser spacing, etc., shall be defined by and be the responsibility of manufacturer and shall be consistent with requirements in this specification. Coarse Bubble Air Diffuser System Section 44 45 16.01 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 3 of 12 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction C. Design aeration equipment so that upon completion of installation, all distribution piping and diffusers are level to within plus or minus 3/8 inch of a common horizontal plane. D. Design Aeration Equipment shall perform under the full range of site specific atmospheric conditions: 1. Ambient Temperature: 29 degrees F to 100 degrees F. 2. Relative Humidity: 36 percent to 100 percent. 3. Ambient Pressure: 14.7 psia. 1.5 SUBMITTALS A. Action Submittals: 1. Shop Drawings: a. Make, model, and weight of each equipment assembly. b. Manufacturer's catalog information, descriptive literature, specifications, and identification of materials of construction. C. Detailed mechanical drawings showing equipment fabrications and interface with other items. Include dimensions, size, and locations of connections to other work, and weights of associated equipment. d. A detailed drawing of proposed aeration equipment layout for each channel, showing airline sizes and lengths, air distribution headers, and location of diffusers, supports, and expansion joints. e. Diffuser, diffuser connector, balancing orifices, and system head loss curves covering range of airflow rates specified. f. Calculations showing total airflow, air distribution, and balancing of air within each channel to achieve adequate mixing and aeration in each channel. g. Specific instructions for concrete anchor installation, including drilled hole size and depth,preparation,placement,procedures, and instructions for safe handling of anchoring systems. B. Informational Submittals: 1. Factory test results, reports, and certifications. Include oxygen transfer performance test. 2. Special shipping, storage and protection, and handling instructions. 3. Routine maintenance requirements prior to plant startup. 4. Manufacturer's Certificate of Proper Installation, in accordance with Section 0164 00, Manufacturer Services. 5. Operation and Maintenance Data: a. As specified in Section 0178 23, Operation and Maintenance Data. Coarse Bubble Air Diffuser System Section 44 45 16.01 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 4 of 12 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction b. Include manufacturer's written preprinted installation instructions with erection drawings indicating, by piece marking, how entire assembly (for each channel service) is to be shipped and field assembled. 6. Manufacturer's special guarantee. 7. Service records for maintenance performed during construction. 1.6 SPECIAL GUARANTEE A. Furnish manufacturer's extended guarantee or warranty, with Owner named as beneficiary, in writing, as special guarantee. Special guarantee shall provide for correction, or at option of Owner, removal and replacement of diffusers and diffuser connectors found defective during a period of 5 years after date of Substantial Completion. Duties and obligations for correction or removal and replacement of defective Work shall be as specified in the General Conditions. PART 2 PRODUCTS 2.1 MANUFACTURERS A. Materials, equipment, and accessories specified under this section shall be products of: I. Tideflex Technologies. 2. Or approved equal. 2.2 SERVICE CONDITIONS A. West and East Clarifier MLSS Channel, Mixing: 1. Temperature of Mixed Liquor: a. Minimum: 59 degrees F. b. Maximum: 85 degrees F. 2. pH of Mixed Liquor: 7 3. Mixed Liquor Suspended Solids Concentration: a. Maximum: 0.4 percent. 4. Channel Sidewater Depth: 15 feet. 5. Allowable Diffuser Mounting Distance Above Channel Floor(Floor to Diffuser Element): a. Maximum: 12 inches. 6. Available Pressure at Dropleg (psig): 8.0. 7. Maximum Temperature of Process Air(degrees F): 250. Coarse Bubble Air Diffuser System Section 44 45 16.01 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 5 of 12 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction B. West and East Clarifier Effluent Channel, D.O. Addition: 1. Temperature: a. Minimum: 59 degrees F. b. Maximum: 85 degrees F. 2. pH of Effluent: 7. 3. Dissolved Oxygen (D.O.) Increase: a. Increase from 0.5 mg/L to 4 mg/L. 4. Suspended Solids Concentration: a. Maximum: 0.1 percent. 5. Channel Sidewater Depth: 15 feet. 6. Allowable Diffuser Mounting Distance Above Channel Floor(Floor to Diffuser Element): a. Maximum: 12 inches. 7. Available Pressure at Dropleg (psig): 8.0. 8. Maximum Temperature of Process Air(degrees F): 250. C. West and East RAS/WAS Channel, Mixing: 1. Temperature at RAS/WAS: a. Minimum: 59 degrees F. b. Maximum: 85 degrees F. 2. pH of Effluent: 7. 3. Suspended Solids Concentration: a. Maximum: 0.75 percent. 4. Channel Sidewater Depth: 15 feet. 5. Allowable Diffuser Mounting Distance Above Channel Floor(Floor to Diffuser Element): a. Maximum: 12 inches. 6. Available Pressure at Dropleg (psig): 8.0. 7. Maximum Temperature of Process Air(degrees F): 250. 2.3 AIR PIPING A. Minimum 12-gauge Type 316 or Type 316L stainless steel. B. All pipe joints that are to be field connected shall be either flanged or grooved coupling type. All joints shall be rated for 150 psi to ensure integrity of the mixing system piping which is subjected to dynamic hydrostatic loading and thermal expansion and contraction. 2.4 HEADERS A. Allow for expansion and contraction over a temperature range of 125 degrees F when installed, including support system. Coarse Bubble Air Diffuser System Section 44 45 16.01 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 6 of 12 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction B. Dropleg: 1. Locate elbow from air supply main connection at top of channel. Top connection and dropleg connection to Distribution Header shall be loose follower flanges. 2. Support from its upper connection, with additional support at lower elbow. Connection between dropleg and air manifold shall be a slip joint for ease of installation. 3. Fixed header system. 4. Supplier shall coat the first 4 feet of dropleg immediately following the isolation valve shown on Drawings. Surface preparation and coating of this is defined in Section 40 27 00, Process Piping—General. C. Distribution: 1. Fabricate in sections up to 35 feet in length. Bottom elevation of distribution headers shall be same throughout tank. Use eccentric reducers to make changes in diameter in order to maintain diffusers at same elevation. Ends of each header shall have removable end caps. 2. Locate couplings between sections to permit individual header sections to be rotated independently of adjacent header sections. Each distribution header section shall have a positive locking device to prevent rotation. Do not use frictional clamps around header. 3. Piping: Dimensional tolerances conforming to ASTM A554 and ASTM A530. 4. Minimum of 3 inches of clearance from the bottom of the distribution pipes to the channel floor. 2.5 DIFFUSER CONNECTORS A. The diffusers shall be connected to the distribution piping with a threaded connection. The connection material shall be a minimum of Schedule 40, Type 316 stainless steel. B. Connection Between Distribution Header and Diffuser Connector: Capable of withstanding a horizontal or vertical moment of 1,000 inch-pounds, minimum, without permanent deformation. C. Pipe Connections for Attaching Diffusers: 1. On opposite sides of air distribution header. 2. Cap or plug for future use pipe connections not provided with diffusers. 2.6 DIFFUSERS A. Coarse bubble, nonclogging type,providing full wide band aeration. Air exit ports shall be at or below the diffuser connector invert. Coarse Bubble Air Diffuser System Section 44 45 16.01 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 7 of 12 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction B. Locate diffusers on both sides of the air distribution headers. C. Provide the proper head loss to ensure uniform air distribution throughout the airflow ranges specified. All orifices shall prevent backflow. D. Diffuser shall be of Type 316 stainless steel and EPDM synthetic elastomer construction. E. All elastomer components shall be constructed of EPDM synthetic elastomer with a leachable oils content of 10 percent or less. F. Fine pore membrane diffusers will not be accepted. 2.7 SUPPORTS A. Fabricate of 0.250-inch minimum stainless steel plate, ASTM A240, Type 316 or Type 316L. B. Each header section shall be properly supported to prevent any undue stress on the system. Height shall be sufficient enough to provide the diffuser elevation no higher than 3 inches from finished floor. C. Adjustment: 1. Plus or minus 1/2-inch lateral and plus or minus 2 inches vertical adjustment of the header. 2. Possible without removing the header from the support. 2.8 HEADER JOINTS A. All pipe joints to be field connected shall be either flanged or grooved coupling type. B. All joints shall be rated for 150 psi. C. Pipe Grooving: The Mixing System Manufacturer shall be responsible for providing all grooved fittings, couplings and valves that are associated with the scope of the complete mixing system defined within this Specification. Pipe shall be grooved using Victaulic grooving tools equipped with"RX"roll sets specifically designed for stainless steel pipe. D. IPS Grooved Pipe Fittings: All grooved components shall be of one manufacturer, and conform to local code approval and/or as listed by ANSI 1331.1, 1331.3, 1331.9, ASME, UL/ULC, FM, IAPMO or ICC. Grooved end product manufacturer to be ISO-9001 certified. Grooved couplings shall meet the requirements of ASTM F1476. Coarse Bubble Air Diffuser System Section 44 45 16.01 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 8 of 12 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction E. Flanges: Plate flange type with the outside diameter and drilling pattern in accordance with ASME/ANSI B 16.5 Class 150 for sizes 2 inches through 24 inches. Flange material shall be the same as specified for the stainless steel piping. Gasket material shall be silicone or EPDM elastomer rated at 250 degrees F minimum. F. Mechanical Couplings: Victaulic Style 489 rigid stainless steel conforming to ASTM A351, A743, and A744 Grade CF-8M. (Rigid coupling key shall clamp the bottom of the groove). G. Mechanical Coupling Bolts and Nuts: Type 316 stainless steel, oval neck track bolts and heavy hex nuts with chemical and physical properties of ASTM A193, Grade 138M, Class 2 or ASTM F593, Group 2, Condition CW. H. Gaskets for Grooved Couplings: Grade "E" EPDM compound(green color coded) conforming to ANSI/NSF 61 for cold and hot water service operating temperatures up to plus 180 degrees F (plus 82 degrees Q. 2.9 APPURTENANCES A. Couplings: Van Stone type flanges, ASTM A182/A182M stainless steel drilled 150-pound ASME B16.5 standard. B. Face Rings: Stainless steel, ASTM A240/A240M, Type 316L, inside diameter (ID) drilled 1/16 inch larger than pipe outside diameter(OD). C. Gaskets: Neoprene, 45 durometer to 55 durometer; locate at expansion joints and couplings to form an airtight connection at 20 psig minimum. D. Miscellaneous: Nuts, bolts, washers, and other nonwelded parts shall be stainless steel, ASTM A240/A240M, Type 316. Threaded assemblies shall be chemically treated or lubricated prior to assembling to prevent galling. E. Lifting Lugs: Suitably attached for equipment assemblies and components weighing over 100 pounds. F. Equipment Anchor Bolts: Type 316 stainless steel sized by equipment manufacturer at least 1/2 inch in diameter, or as shown on Structural Drawings. G. Expansion Joints: 1. Provided at the end of each vertical air supply piping at the transition point to the lateral distribution piping. 2. The joint shall be a stainless steel compression type as manufactured by Victaulic Brand FXE Type 316 stainless steel and have a minimum pressure capacity of 50 psi. Coarse Bubble Air Diffuser System Section 44 45 16.01 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 9 of 12 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 3. Capable rated for a minimum operating pressure of 50 psi and a maximum temperature of 230 degrees F. 2.10 FABRICATION A. Shop fabricate welded metal parts and assemblies from stainless steel, ASTM A240/A240M, Type 316L with a 2D finish. B. Shop fabricate nonwelded parts and pieces from sheets and plates of stainless steel, ASTM A240/A240M, Type 316 or from bars of stainless steel ASTM A276, Type 316, unless specified otherwise. C. After fabrication,pickle and passivate stainless steel assemblies and parts in accordance with ASTM A380. D. Welds and Welding Procedure: 1. Shop weld with filler wire using MIG, TIG or shield-arc, or plasma-arc welding inert gas processes. Provide a cross-section equal to or greater than parent metal. 2. Provide full penetration butt welds to interior surface with gas shielding to interior and exterior of joint. 3. Provide smooth, even distribution interior weld beads with an interior projection not exceeding 1/16 inch beyond inner diameter of air header or fittings. 4. Field welding is not permitted. 2.11 FACTORY TESTING A. Perform tests on all aeration systems actually furnished. B. Oxygen Transfer Performance Testing Procedure: 1. Applicable to Clarifier Effluent Channel system. 2. In accordance with ASCE 2. Use a Theta value of 1.024. Specific details of test procedure and any deviation from requirements stated below must be reviewed and approved by Engineer. 3. Nonsteady-state reaeration test shall consist of three reaeration test runs. SOTR shall be average of SOTRs obtained for each reaeration test run. Sodium sulfite catalyzed with cobalt chloride shall be used to strip residual dissolved oxygen between reaeration test runs. 4. Test Facilities: Provided by manufacturer and subject to Engineer's approval, and capable of providing sidewater depths and diffuser submergences specified under Article Service Conditions. Test aeration tank shall be a minimum of 200 square feet. 5. Diffuser density for each test shall be equal to or less than diffuser density proposed by manufacturer for aeration system being tested. Coarse Bubble Air Diffuser System Section 44 45 16.01 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 10 of 12 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction Diffuser density is defined as number of diffusers per square foot of tank area. 6. For each system being tested, test airflow rate per diffuser(scfm per diffuser) shall not be greater than airflow rate per diffuser proposed for manufacturer's system. C. Obtain approval of test reports from Engineer prior to shipment of any equipment. PART 3 EXECUTION 3.1 INSTALLATION A. In accordance with manufacturer's written instructions. B. Anchor Bolts: Accurately place anchor bolts using templates furnished by manufacturer. 3.2 FIELD QUALITY CONTROL A. Functional Tests: Conduct on each unit. B. Performance Test: 1. Conduct on each unit. 2. Perform under actual or approved simulated operating conditions. Airflow shall be as measured by plant instrumentation. Calibrate airflow instrumentation as part of testing procedure. 3. Test for a continuous 3-hour period without malfunction. 4. Adjust, realign, or modify units and retest, if necessary. 5. Conduct tests for each channel system as follows: a. Pressure Test: Measure air pressure immediately upstream of elbow located at top of each dropleg, and at maximum airflows and submergences stated under Article Performance Requirements. b. Mixing Test: 1) Applicable to MLSS and RAS/WAS Channels. 2) Perform at minimum airflows stated in Article Performance Requirements. 3) Select three vertical lines and two depths in each channel. 4) Take three Samples at each of two depths along each vertical line using Van Doren sampler. 5) Independent testing laboratory approved by Engineer will perform residue test on each Sample. Mean value of total residue for three Samples at each depth will be used to determine conformance with requirements. Coarse Bubble Air Diffuser System Section 44 45 16.01 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 11 of 12 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 6) All testing and sampling shall conform to procedures established in latest edition of Standard Methods for Examination of Water and Wastewater. 7) Adequate Mixing: Variation in mixed liquor suspended solids (total residue) of less than: 10 percent between the mean value of Samples taken at any two depths along any vertical line extending between the water surface and the elevation of the top of the diffusers. 3.3 MANUFACTURER'S SERVICES A. Manufacturer's Representative: 1. Present at Site or classroom designated by Engineer for minimum person-days listed below, travel time excluded: a. 1 person-day for installation assistance and inspection. b. 1 person-day for component and performance testing and completion of Manufacturer's Certificate of Proper Installation. C. 3 person-days for facility startup. d. 1 person-day for post-startup training of Owner's personnel. Training shall not commence until an accepted detailed lesson plan for each training activity has been reviewed by Engineer. B. See Section 01 64 00, Manufacturer Services and Section 0191 14, Equipment Testing and Facility Startup. END OF SECTION Coarse Bubble Air Diffuser System Section 44 45 16.01 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 12 of 12 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction SECTION 46 4142 HYPERBOLIC MIXERS PARTI GENERAL 1.1 SUMMARY A. Comply with Division 01, General Requirements, Section 0161 00, Basic Product Requirements. B. Section includes the supply, delivery, Site storage, installation, testing and placement into operation of hyperbolic mixers, including all mechanical equipment required for proper operation, including a complete drive unit; associated mounting cover and supports and all additional materials or construction required by the manufacturer's design. C. Section includes supply and installation of all components necessary to install a hyperbolic mixer in the East and West Effluent Channels. Section includes the supply and installation of two hyperbolic mixers for the effluent channels (one per effluent channel), where directed by the Engineer. D. The composite cable that is supplied with each hyperbolic mixer will be connected to an electrical plug. E. Motor starters, breakers, switchgear, external wiring, and conduit for all equipment provided under this section will be done under Division 01, General Requirements. 1.2 REFERENCES A. The following is a list of standards which may be referenced in this section: 1. American National Standards Institute (ANSI). 2. American Water Works Association (AWWA). 3. ASTM International (ASTM). 4. The Society for Protective Coatings (SSPC) Standards: a. PA 2, Procedure for Determining Conformance to Dry Coating Thickness Requirements. b. PA 10, Guide to Safety and Health Requirements for Industrial Painting Projects. C. SP 5, White Metal Blast Cleaning. Hyperbolic Mixers Section 46 4142 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 1 of 10 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 1.3 DEFINITIONS A. High Build Epoxy: Amine, novolac, or polymidoamine cured epoxy suitable for immersion exposure conditions in primary and/or secondary wastewater. B. MDFT: Minimum Dry Film Thickness. 1.4 SUBMITTALS A. Action Submittals: 1. Shop Drawings: a. Manufacturer's literature, specifications, engineering data, maintenance data and operating instructions, and warranty, including mixer efficiencies, flow rate, head, motor horsepower. The data and specifications for each unit shall include at least the following: 1) Name and manufacturer. 2) Type and model. 3) Type of bearings and lubrication. 4) Shaft horsepower and maximum motor horsepower. 5) Net weight of mixer and motor. 6) Temperature rating of motor. 7) Efficiency of motor at full load and rated mixing condition. 8) Full load current and locked rotor current of motor. 9) Power and control data. b. General site arrangement indicating dimensional drawings, construction details, structural requirements (support base and anchor bolt requirements), and operating weight distribution. C. Fabrication, assembly, mounting, and installation details. d. Complete list of materials. e. Details of control panel and wiring schematics. f. Submit electrical load calculations, rated power, rated input power, shaft power curve and its relationship to percent solids, recommended position and depth of the mixers in the tank, minimum distances from tanks walls and bottom requirements. g. Bearing Life calculations. h. Shop test results. i. Commissioning reports. B. Informational Submittals: 1. Copies of all Shop Drawings, shop and field test reports, maintenance data and schedules, description of operation, and spare parts information. Hyperbolic Mixers Section 46 4142 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 2 of 10 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 2. Installation Manuals. Submit installation manuals before shipment of any equipment. No payment will be made for equipment delivered before installation manuals. 3. Operation and Maintenance Data: As specified in Section 0178 23, Operation and Maintenance Data. Submit operation and maintenance manuals before requesting initial start-up. 4. Furnish Equipment Information Forms and copies of warranties. 1.5 QUALITY ASSURANCE A. Provide a written guarantee that the hyperbolic mixer will provide uniform mixing of Final Effluent(FEF) in each effluent channel. If in the opinion of the Engineer, the unit fails to uniformly blend the fluid, replace the unit with a suitable mixer at no additional cost to the Owner. B. All equipment in this section shall be furnished by or through a single supplier. The Contractor shall be responsible for the coordination and proper operation of the entire system. Equipment shall be fabricated, assembled, erected, and placed in proper operating condition in full conformity with Drawings, Specifications, instructions, and recommendations of the equipment manufacturer. C. Qualifications of Manufacturer: The manufacturers shall be experienced in the design and construction of mixers and shall have furnished such equipment and can prove that it has performed successfully for a period of not less than 5 years. D. Submit certified test data to demonstrate that the proposed equipment meets the specified flow,power, tip speed and other relevant process requirements. In the absence of certified test data acceptable to the Engineer, full-scale test data of the equipment proposed for supply shall be provided. The data shall include the primary flow within the mixer body, electrical power consumption, and the exact impeller rpm during the test. Each test shall be witnessed by a Registered Professional Engineer. E. Project Design: 1. The project design is based on a hyperbolic mixer Invent Environmental Technologies, Inc. of Cedar Grove, NJ as listed in this section. 2. If any other manufacturer is proposed by the Contractor for the Work covered in this Section, it shall be the responsibility of the Contractor to perform any required redesign and coordination associated with, but not limited to, mechanical equipment layout, electrical wiring, conduit and controls, and structural/architectural work, at no additional cost to the Owner. Hyperbolic Mixers Section 46 4142 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 3 of 10 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction F. Manufacturer and Products: 1. Invent Environmental Technologies, Inc.; Hyperclassic Evolution 7. 2. DBS Manufacturing; Hyperbolic Mixer. 3. ENTEC International; LVB-series. 4. "Or-equal." G. Warranty: 1. The mixer manufacturer shall guarantee in writing the units supplied to Owner against defects in material workmanship for a period of 2 years or 10,000 operating hours for the mixer and motor under the operating conditions specified. The warranty period shall begin upon final acceptance of the project by the Owner. The mixer manufacturer further agrees to provide warranty service at the Project site at the sole discretion of the Owner without additional costs to the Owner. The provisions of this warranty shall not apply to any part or product, which has been damaged through misuse, accident, negligence or failure to connect protective devices a specified herein. 2. Guaranteed Performance: If equipment fails to meet specified performance requirements, Owner may, at the Owner's option, require the equipment to be modified or replaced with equipment that does meet the specified requirements. All changes necessary to meet the specified performance requirements shall be made at no cost to the Owner. PART 2 PRODUCTS 2.1 SERVICE CONDITIONS A. Design the hyperbolic mixers for continuous full load duty and guarantee the mixers based on the design conditions specified on the data sheet. The mixers shall not overload the motors at any point within the operating limits recommended by the mixer/motor manufacturer. Design and construct all units to permit economical maintenance. Select all units to allow as much interchangeability of parts as possible. Unspecified details of design and construction of the mixing unit will be manufacturer's standard. 1. Effluent Channels Mixers. a. Medium: 1) Final Effluent. 2) TSS concentration up to: 60 mg/L. 3) Chlorine Residual: 25 mg/L. b. Purpose: To provide mixing of 12 percent sodium hypochlorite solution at concentrations of up to 10 mg/L rapidly and uniformly into the final effluent(FEF) flow. Hyperbolic Mixers Section 46 4142 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 4 of 10 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction C. Channel Geometry: 1) Width: 4.0 feet. 2) Total Depth: 17.1 feet. 3) Side Water Depth: 15.5 feet. d. Number of Mixers: Two (one per channel). 1) Location: East and West Effluent Channels. 2) Service: Final Effluent(FEF). 3) Materials: Suitable for highly corrosive environment. 4) Mixer Type: Invent Hyperclassic Evolution 7. 5) Impeller Diameter: 29.5 inches. 6) Shaft Diameter: 3 inches. 7) Shaft Length: 176.6 inches. 8) Flange Diameter Gearbox: 9.8 inches. 9) Hollow Shaft Diameter: 1.6 inches. 10) Maximum Mixer Body Speed: 110 rpm. 11) Mixing Intensity: 204 s-1. 12) Mixer Flow Rate: 1,090 ft3/min. 13) Rated Motor Horsepower: 1.5 hp. 14) Shaft Power: 0.7 hp. 15) Motor Type: Constant Speed, squirrel cage, induction type. 16) Motor Enclosure: TEFC, conforming to IEEE 841. 17) Motor Efficiency: NEMA MGI Premium Efficiency. 18) Design: Design B. 19) Duty:Continuous, designed for a minimum of ten starts per hour. 20) Insulation: Class F. 21) Voltage: 460V, three-phase, 60 Hz. 22) Service Factor: 1.25. 2.2 PRODUCT COMPONENTS A. General: 1. Each mixer assembly shall consist of a dry installed heavy-duty speed reducer with hollow shaft, electric motor, baseplate, Type 316 stainless steel shaft, and composite hyperbolic mixer body. 2. designed to prevent settlement in the anoxic zones or effluent channels. 3. The mixer should be designed as a vertical shaft mixer, with a dry installed motor. During operation the mixer should not generate any upward forces on the bridge construction. 4. The mixer should have a steady stationary flow pointed downward parallel to the mixer shaft. The highest speeds and turbulent fluctuations should be produced in the bottom area. Hyperbolic Mixers Section 46 4142 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 5 of 10 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction B. Gear Drive: 1. The gear drive assembly for each mixer shall consist of dry-installed, parallel-shaft helical gear box and motor. Each drive unit shall consist of a foot-mounted electric motor and a gear reducer with a flexible coupling provided between the motor and gear reducer. The motor and gear reducer shall be mounted on a common base of cast iron or fabricated steel. Drive units having a pinion mounted directly on the motor shaft will not be acceptable. 2. Gear reducers shall be double or triple reduction type with helical spiral bevel gearing or helical and spiral bevel. Worm gearing will not be acceptable. Output shall be enclosed in a drywell which provides positive leakproof sealing. The mixer shaft shall be rigidly coupled to the output shaft. 3. The gear drive assembly shall have a high-quality corrosion protection coating, robust weather protective hood. 4. The gear box housing shall be cast iron covered with an acrylic coating (minimum thickness of 6.0 mil). The gear box shall be connected to the mounting base using a flange connection with Type 316 additional stainless steel nuts and bolts. 5. The calculated lifetime L10 of the bearings shall exceed 100,000 hours except output shaft bearings which shall have an L10 rating of at least 200,000 hours. 6. The motors shall be mounted outdoors and shall be suitable for outdoor operation with exposure to rain, snow, dust, and direct sunlight. 7. The motors shall be equipped with integral thermal overloads mounted in the motor windings. 8. The hollow shaft shall be covered and sealed with a special hollow shaft cap. 9. Lifting lugs shall be provided on each motor. One set of lifting lugs shall be designed and located to permit lifting the complete mixer and drive unit. C. Balance and Rotation: All rotating parts shall be accurately machined and shall be in as nearly perfect rotational balance as practical. Excessive vibration shall be sufficient cause for rejection of the equipment. The mass of the unit and its distribution shall be such that the resonance at normal operating speeds is avoided. At any operating speed, the ratio of rotation speed to the critical speed of the unit or components thereof shall be less than 0.4 or more than 1.3. D. Mounting Base: 1. Each mixer shall be designed and mounted so that the drive, shaft, and mixer body can be removed from its support as a complete unit as indicated on Drawings. 2. Each mixer shall be assembled on a rigid and mounting base, and the base secured to the supporting structure. Hyperbolic Mixers Section 46 4142 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 6 of 10 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 3. The mounting base of each mixer shall consist of a gear base plate mounted in non-submerged rubber buffers connected permanently to the bridge/supports by bolted connection. The plate shall be able to be leveled using the threaded bolts, which can be adjusted in height. 4. The rubber buffers shall absorb start-up torque,prevent any transfer of vibrations to the bridge and constitute the galvanic separation of the mixer from its surroundings. 5. The mounting base shall be a fastening set for the concrete bridge/walkway with threaded rods and chemical anchors which are permanently anchored to the concrete. E. Anchor Bolts: 1. Anchor bolts shall be furnished as required. Anchor bolts shall conform to the requirements as specified in the Structural Drawings. 2. All bolts, nuts washer, and other fasteners shall be Type 316 stainless steel. F. Vertical Shaft: 1. Vertical shafting for the impeller assembly shall be of ample size and design for the service intended. 2. The drive shaft of the mixer shall be made from Type 316 stainless steel. 3. At the top end of the mixer shaft, there shall be a tappet for the connection to the gear hollow shaft. 4. All bolted connections shall utilize Type 316 stainless steel hardware. G. Hyperboloid Mixer Body: 1. Each hyperboloid mixer body shall be manufactured of FRP and be a streamlined stress-free body without any mounted or fitted parts. 2. The transport ribs which accelerate the flow shall be integrated in the mixer body (INVENT - Evolution 7 design). 3. The mixer body shall be coated with a special gel coat to provide a polished surface. 4. The hyperboloid mixer shall have laminated Type 316 stainless steel insert nuts. H. Spare Parts: 1. One set of rubber buffers per installed mixer. 2. All lubricating oils required for the 2 years of operation shall be provided. The products supplied shall be factory prefilled, in accordance with manufacturer's recommendations. 3. Spare parts shall be identical to and interchangeable with similar parts installed. Hyperbolic Mixers Section 46 4142 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 7 of 10 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction 4. Spare parts shall be packed in sturdy containers with clear indelible identification markings and shall be stored in a dry, warm location until transferred to Owner at the conclusion of the Project. 2.3 FACTORY FINISHING A. Unless otherwise shown,paint surface in accordance with System No. 2 Submerged Metal—Domestic Sewage: 1. Surface Preparation: a. SP 5, White Metal Blast Cleaning: Removal of visible oil, grease, dust, dirt, mill scale, rust, coatings, oxides, corrosion products, and other foreign matter by blast cleaning. 2. Primer Material: Epoxy primer. 3. Paint Material: a. High Build Epoxy. b. Minimum of 2 Coats, 16 Minimum MDFT. 4. Use on the following items or areas: a. Galvanized and stainless-steel surfaces requiring painting and the following specific surfaces: Nuts, bolts, anchor bolts, and washers. b. Exposed nonferrous metal. PART 3 EXECUTION 3.1 TESTING A. The hyperbolic mixer manufacturer shall perform the inspection and test of the hyperbolic mixer body diameter, motor rating, and electrical connections for compliance with contract requirements before shipment. Certified copies of all test procedures and results shall be provided to the Engineer prior to shipment. B. The final acceptance of the equipment requires a field test for handling the specified fluid under specified conditions. C. Furnish for each unit, certified performance curves that show efficiency, speed range, brake horsepower, at no extra charge. D. Make available to the Owner without charge, all test records, whether test witnessing is required or not on the Data Sheet. 3.2 INSTALLATION A. Mixer shall be installed on steel bridge support as shown on Drawings and in accordance with Manufacturer's recommended instructions. Hyperbolic Mixers Section 46 4142 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 8 of 10 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction B. Provide Type 316 stainless steel mounting bolts, washers, and nuts and install the equipment at locations indicated on Drawings. C. Install the equipment in accordance with the Manufacturer's instructions and typical installation detail included in this Section. 3.3 FIELD QUALITY CONTROL A. Equipment shall be laser aligned after assembly and anchoring to the support system. Reports shall be submitted per Paragraph Informational Submittals. B. Equipment vibration shall be field measured after laser alignment. Reports shall be submitted per Paragraph Informational Submittals. Vibration measured at any point on the machine above the channel support shall not exceed the following velocity limits: 1. Overall Vibration Limit, in/sec: 0.15. 3.4 START-UP A. Before operating equipment,provide the services of a qualified manufacturer's service representative to inspect, operate, test, and adjust the equipment after installation. B. Performance Test: 1. Prior to start of the performance tests, fill the zones to the maximum water elevation with test water(plant effluent). 2. Run the mixer for 1 hour. Demonstrate each mixer: a. Is soundness (without cracked or otherwise damaged parts). b. Is free of overheating of any parts. C. Is free of all objectionable vibration, in accordance with manufacturer's recommendations. d. Is free of overloading of any parts. 3. Via the Control Station(s), verify mixer functions. 4. Record amperage draw. 5. Continue operating the mixer for 24 hours without overheating, excessive vibration or overloading. C. Submit the manufacturer's representative's signed report describing in detail the inspection, tests and adjustments made, quantitative results and suggestions for precautions to be taken to ensure proper maintenance. The report must verity that the equipment conforms to the requirements of the Contract for the service intended and is ready for permanent operation. Provide copies of this report to be included in the installation, operation and maintenance manuals. Hyperbolic Mixers Section 46 4142 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 9 of 10 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 DOCUMENTS Technical Specifications for Construction D. Equipment will only be accepted after receipt of the manufacturer's representative's report. E. Provide notice in writing at least 48 hours before manufacturer's representative is scheduled to perform these activities. F. Modify or replace equipment or materials failing required tests. G. Perform additional testing required due to changes of materials required by Supplier or as a result of failure of materials or construction to meet specifications. H. Unconditionally guarantee the equipment to meet or exceed the design criteria detailed in this specification. 3.5 MANUFACTURER'S SERVICES A. Manufacturer's Representative: 1. Present at Site or classroom designated by Owner, for minimum person- days listed below, travel time excluded: a. 2 person-days for installation assistance and inspection. b. 2 person-days for performance testing and completion of Manufacturer's Certificate of Proper Installation. C. 2 person-days for facility startup and post-startup training of Owner's personnel. Training shall not commence until an accepted detailed lesson plan for each training activity has been reviewed by Engineer. B. See Section 01 64 00, Manufacturer Services, and Section 01 91 14, Equipment Testing and Facility Startup. END OF SECTION Hyperbolic Mixers Section 46 4142 Oso WRP Process Upgrade and BPC Decommissioning:Aeration Course Bubble Improvements September 2021 City Project No.20084A Page 10 of 10 A., � s MI—S 6uilaa.!6u3 P {ua P-da4 p o m SO ;" M 4 E r<5`�'�� w,ne"".''�'M..'�N" ,,.n,,,.,�..�,,..�..,,� 133HS Fi3A00 m o . 'r 1N3W1bVd30 p �.. � s3iiniins SVX31 S1N3W3AOFJdWI � w Il SIbHO SndN00 3n99f193SFiV00 NOIlVFi3V rJNINOISSIW W0034 Od9 T ° d0 AM �/ (INV 34VdOd1 SS300FJd ddM OSO Q ho ¢z O �« oo=moo O 9�S Q Vaca `000 z5�z` m ~z¢ 3g '3> W F-- .y o�azzz rczz rco rcrcrcrcrcrcooV '^Swww iss000 LLo LLLL_LLLL=�� U (L'LLJ SGG �paa000 55 "w= 55 m� < O G z N 2 `< JLLI 0: m H W co 0 CO a�Z W o o= =��jo Lu z 0 Lu 2 v o Z 2 Qow oUnwPW p 0>W O 0 W W 0 .,m= o 0.- W020-)Gp °did 8°8oZ800 0:6 0: G 7 O W d�.d d V Z 0 0: -1 1-- Q W Zd f k3K, a WLLI W 0'H W_ A a 'dp 0 MI--Z0 W Z a HOa2zoo2z R R p W a W W W Z� JJJf "1bw W0,mWu -M Q LIU�Ox X67 GyZ O W HO�log O pj N m f W o N 60 0 ,,, auooZW�-l � W~ �H U G a��o 6W16ILWO O DN0 H0~ILM0 LU J o Asa H>LLILL,LLI co W CO a vo:0� a W zco Ho:0 0IQQ� H 0200:w00�22 g D Z F 0.W x W d 0 F ' Z Wj a � ZmQOMP 8 s� ow e C) d W Z o m a s m o, My N W m oa 5 z l o o M N M 2 m a o LLJ Lu $' ao WOZ a_ � � � p 0 Y w � UoU0 w � w oN- � o 0 u z W � LLI 00 IL � o a N O "[: e s MI—S 6uilaa.!6u3 P {ua P-d-G p o S31ON-VH3N3r0103f Odd M 1N3W1bVd30 oo vandw s3unlln N /� SVX31 S1N3W3AOFJd WI " w .. � oo s a ��os V Il SIbHO Snd2100 3n99f19 3SFiV00 NOIlVFi3VrJNINOISSIW W0034 0d9 o ° ='ss: "` d0 .1110 �/ (INV 34VFirJdfl SS300FJd dFJM OSO Q S1N3Wf1300 03WNOdNO3 gtz zG 3g m N- W g is oGW wo '� g000 aWN - �o< W " " W Lu O Z0 � cn - 3E� _ - _ _ as rc5 C7 :N ���ap gaWpz Q ga E'" o o W Gpo H �'oo pC.z_G <- J --"o'z= 'wo�G "o W 3 z2_s W3' 3 ou 92 u� o=wz p £`z Wok o W =zWo oG'p^ tuo cn _?iz U ED LU W zGow W zoo s zo Y &3 NG3ap az o C 'o> 0o a8 w�G� g3o C7 aWo §zp -� a So3 _ p 5;1poo £d W pp3 z sc to _ Z a 8= pow ooNp � dg - Z a �a�F go o G � o om x We' Wca �� p m p� o <� Moo w W �� Gpg=W =~o= oo Q o powiW zo H =op p�d�o Yp p z Q W g ���om �� og o a s A. O W v - - F-- oWZJo oda S. oG ? W �pgy� - �� m O oG � _ o Jaopmzs LU 2L CELu 2. p W =ao = ag c, o F?- 5a owo5p 58 5w-- rpw o' SSG a wm�Ws< -wG =ou GpoG :o pa zEa�o mGs W� - - wS� �� uG ooa R 95 '2. UHR o Arco a ooa - 'm o�W� oma- a ow o wGo w W a 3 o M5.2 p`Gz _ �> a p oo WW Goa - z� pk o =_w oU§3 - - m G3� who Z "oma �� �^ - (n Nod. eon - 5 oGa' Glop a -adx w O y" p es ��- o oo o - - w w "= <.2 gG o��3 " �o - p �& =G�w cn � '< G-��w _ s LLo NNo 5s-- F-- 3a z� - _ pA z Z a'�w - UgR GNW H o w S w _ o� p� - - 3 G - `< ? ZO as i a��n KWON =G - 3 �� !.e Lu � � <_�� s 3 - = atom >g Q a� _Wr-- _ - _oG _ - - LU os = � oGm EM. LU w N �Q�o [[ "� w�sw3N�ao =s h�pp� O ow p o ap o ��� < < sp"�� - - oo«0 5� 4�2 &ng LLo d SSS � G�KWSLLG� �p� - p - a�Wo ��� w'o o o< §o 3ocpo w5p� - 3G3 53 Gp<�� _ mop - - Wrz o"w oaf =zooms p& GLLG z'G�- a a 'w`Gp-ado H p8_z mzo '� "gym �6 ?` v -'n om mz �'< aQ'po Gz - GGo "=Ea woo` _ --'TUC - - - _ a GS&a 55• 3p z'� o G� Gj Go - Ga'o G" G� G& zz Ea - oQi--'^ag TG= z G aaa �oGSoG�Sg�- UOW oG ago oxsz ou UQ oo a'zs oo�=p o� =S-n Qao�w "p3p��_ '�G 3S G _ <5� �Gwp �awx p#� Wop� - 66 "[: e e MI—S 6uilaa.!6u3 P {ua P-da4 p Mo 133HS ONz]OzP-lVOldki oo 1N3W1bVd30 v2Rlfld2lv s3unlin N SVX31 S1N3W3AOHdAl M w .. � oo s a ��os V Il SIbHO SndN00 3n99f19 3SHV00 NOI n SSS C)Odd OISSI WW0034 Od9 ° ='ss: "` d0 .1110 �/ (INV 30VFirJdfl SS3OOFJd dFJM OSO Q S1N3Wf1000 03WNOdNOO W 8 ZO "& 0 ED J co Z z n Z c� F J w o K W oz CO ZO `w _ _ mx� U ❑ w z w w 3 m sm m x� � LL s S w ¢mw �o ❑ wN r rc Z J U Z_ I + dao U �o W =xo o z 3 m 3�w �Z sm z + =i opon o nM ❑ 3 rc '%a z s� W'oo5 m hG-HU E aon &3 o d 5= �co<�����w = a - a z o - �g�,tW _ ��:zoo �� •� =ate 44apa 42a o - Wzrcrcrc 3 . - - _ ,s„= s zzz-a � ��� oo 22an11 H. pp - -wa s aaa �a ..esog H. s ® 6(�W m # ® • � U C 4`® ® O W W" J 5 z O a o w > > 0 W CO m W ED §d CO oC7 �' occco=�= Ws x s o �sw �, es es nW= s W 2 zl o' I.. » - o,00 �sw= c .,.,.,...... . .,.,., ......... w.w gGw c=€000 33��3 5�.... _�3& 4-A o 0 o m ?x R T® © 0 ® m ®® x mmm .,.,��o"sa�.,�808U evaaaevEOr�woF ....rs 33300 ��_ '_ e'4K •Q� m UU ❑m w J r 0 t� ED rc w w a m IZ rc v z z r w w a a a z a 3 rc _ ¢ a W w - U a I I - ��J& �� (n �• � rc a E z m = r W W Z ❑ a vw 5.6 F-- Luw W � a m W � N O z s u Q o p W a CE d � � 1 D � � OZ 0 � w Q 06-P w C) C/) s 3�G� � IIII I I LL ' I II� om x X .............. 111111 l II II 0 0 N,�, �} "„ —11—S 6uuaaui6u3 }o 11-1 udap p o s&= y,./..v,,.vnvano. 1N31121Gd30 1FJVWHON39103 OFJd'Nb�d311S-nVFi3h0 M V aal Ida v � 53111�I1n N C7 ? _ w.�� SVX31 S1N3W3hOFJdWI acg9 ''spa "- ��„m��w= N,�R //vIlSRJH� sndao� 3�99f19 3SFJVOO NOIlVFJ3VONINOISSIWW0030 Od9 40 ADO (INV 30VdSdn SS3OOHd dUM OSO Q S1N3Wf1300 03WN0dNO3 F W p 3 3 3 3N� w �o 3� 0 op p o LL m o� 5 �z �N mSw; oawLi .5wN mSW I wwz h ^ mam a w m '2— t5 m ^ m _ q W o I Y v z o w g = eao8 z Gago WG -29 °�e w w o� e� �s o - � o „ o � QIP . ,s� l jI” PI m r IIVIII U Q Z � W 0] ^ II I I I r < m� Q 6s a ter �N s W CO � gLL TfT LL, o wpm x� _ m 0.8915%3 r _ n m yam a Ng I ms I j li I s II � o m } r 1 Q, I s a� �T S - o pg¢ e s MI—S 6uilaa.!6u3 P {—P-d-4 6 d0 O NVd ONION3f1O3S NOIlOf1H1SNOO M d m 1N3W1bVd30 Y oo °_� o y2Rlflaw s3unlin 5 N < n SVX31 S1N3W3AOHdWI LO Il SI8HO Snd2103 3n99f193SHVOO NOIlVH3V:ONINOISSIWWO030 Od9 ° 10 AM (INV(INV30VdOd1 SS3OOHd dHM OSO Q S1N3Wf1000 03WNOdN00 2. i= = on Ga w<oGo a�z�s "..'.> .� 'P d� -X ,F \ \ \ 0 z . z o \ $, ww 0 Z wo tii n � m Q w U) yy n \ a ®Z V n� l. II-- - x I M ¢ �y a LL pg¢ e s MI—S 6uilaa.!6u3 P {—P-d-4 6 d0 Z 0 NVd ONION3f1O3S NOIlOf1H1SNOO M d m 1N3W1bVd30 Y oo °_� o y2Rlflaw s3unlin 5 N < n SVX31 S1N3W3AOHdWI Il SI8HO Snd2103 3n99f193SHVOO NOIlVH3V:ONINOISSIWWO030 Od9 ° 10 AM (INV(INV30VdOdf1 SS3OOHd dHM OSO Q S1N3Wf1000 03WNOdNOO _ - - T 2. imp oop ,� NG A y 'P d� o uJ1l O Lu Zw O lC'"• Nd � Q e"s r O s \ N 5 m ` \ \ \ \\ \x m w 0 4 0 9r 0 0, 0 ?g 4 �} s —S 6uuaaui6u3 Jo 11-1 uda0 E d0 6 O o s&= ps`?&-:a tr+ �, =aavd y,./..v,,.vn,,va no. 1N31121Gd30 Nb�d SNION3f1O3S NOiaoin J1Soo N00 M �s:as5".' m V aal Ida �` o z M N n .��a. �� 53111�I1n N SVX31 S1N3W3hOFJdWI /v IlSRJHJ sndao� 3�99f19 3SFJV00 NOIlVFJ3VONINOISSIWW0030 Od9 ""` 40 ,alp (INV 30VdSdn SS3001dd dUM OSOo Q S1N3Wf130(3 03WNOdNO3 K� gz EHM I p, % � I 0 IS ; ;%�,l%iLU '.%.% 0 0Lu � n� z � t :..� 0 V HN o F Cf) 1 r z h a I, p I /z6 . PR rc I1I " "[: e e MI—S 6uilaa.!6u3 P {—P—d-40 o NVld NOIlI-10W30-lV01NVH03W r) oo a ��ana�� 1N3W1bVd30 NIV911SV3 s M 53111111 N SVX31 S1N3W3AOHdWI _jos Il S18HS SOd210p 3n99f19 3SHVOO NOIlVH3V:ONINOISSIWWO030 Od9 ~ ° �/ o n €_= d0 .11lp 0NV 30VdOd1 SS30Odd ddM OSO Q S1N3Wf1000 03WNOdNOO a �a aw s Nw o a� a oa ow w �J 9 a� w �w o w o e _ w � a 0 w w to o a o = 6Q m o x 0 o <� N o " o d e co www i i W "i co o< z w � a¢ p Y U I LL I en g J F _ pLU LU <� w r o - e -e -- co p a= W s > o w p w o w9 LL 6 <s G G "o [: e e !"—S 6uivaa.!6u3 P {u--P-d-G p a f ' w,ne�„i���„ten ,..>d,,,.,�..�,...oa.,,� NV�d NOW�OW34-lV01NVH03W M ooo ��bnd�� 1N3w1aVd3o _ _ NIv911s9M 53111�11n N �. ' SVX31 S1N3W3AOFJdWI o w Il SIbHS SOd210� 3n99f19 3SHVOO NOIlVH3V:ONINOISSIWWO034 Od9 ~ ° �/ o n €_= 30 AM (INV34V9rJdf1 SS300FJd dFJM OSO Q S1N3Wf100(3 03WNOdNOO - m 0 w o o a a N 0 0 s N I.1 ww >. 22 _ � o 6 Lo s w _ In � N po > ow co oww3 w -. -.. a --- --- --- --� o w a 0 J co f < / g W w _ Y U O Q a F-C, n g J Z e O a O m — W W a� cf) N E _ acLLLL � w 0 LL LL w p �� WWWW � mp a�= a o co a � - w =aa 51 = a ooaaa ,, saoyn3aS 6uuaaui6u3 �o yuauayuodap M ti v NV NOIlI�OW30-lvdniondiS NIVHl 1S3M �' i�2R1f1421�i lN3wldVd3a _ o o ° M s3llnun moo �1 61V / SVX31 S1N3W3AOHdWI 11S1dHJ SOd210i 3n99f19 3SHVOO NOIlVH3V:0NINOISSIWW0030 Od9 C 30 Allo (INV 30VdOd1 SS300Hd dHM OSO S1N3Wf1300 03WN0dNO3 - oQ �r to Go W W. o& o& & 0 II a G� GQ< GJ VpU�UUVU HgPm ol "1111: Z SC�9Z+Z N� 5 - a O ® F J --------------------------------------------9 ON N3131-3 DNI-3---------------------------------------- W C) ® Q F --------------------------------------------------------------------------------- ---------------------- U ® x Z --------------------------------------------9'ON N3131NVI3 7NI391X3- ------------------------------- .......1 F'11 co W I........ ® ------------------------------- G ON N313-3 ONI-3 ------------------------------- ....... I........ :9 ON N3131—--3_________------------------------------- -N1 00'00+0 NV S 8 y saoynaaS 6uuaaui6u3 �o yuauayuodap M ti v c ?'33�!�✓ - 3..,.��..�.3...0..,,0 NV Id N0I1I-10W30-lVFi f110f1FJ1S NIVFil 1SV3 1N3W1dVd30 d 531117I1n SVX31 S1N3W3AOHd WI g 11S1dHJ Snd210i 3n99f193SHV00 N0IlVH3V:0NIN0ISSIWW0030 Od9 C 1 61 d0 Allo (INV 30VdOd1 SS300Hd dHM OSO S1N3Wf1300 03WN0dNO3 - S. LU 2g W J ry rc RE 99 u z Z u z z Z <g < <� o oQ - LU �z a;s p aoNZwb J U Sa zV z` Z. n F u£ J "�ou�a rcNLU (n z o g g g �H Go & v -Z a� o' Q$ W ffH S� S« EZ _ we wa �6� a - a3 <5 <5 _ w nW N$ z-0- 1 0 u3 p opa1 G uG 82 0_ oz ou lnoM A S-1 Q Q Q Q Q Q AfItl3A 4131].0-.Gl I........ -----------------------------------------S ON N3131-3 ONI-3------------------------------------------- .......1 a ® ZO F J O ------------------------- ® Q I F ........ ___ --------------------9'ON M313N10'13 3NI-3 .......1 U Q F ® cf) Z Q r F n u ® W ........ x ------------------------------------------G ON tl313—-AI%3 .......1 _ ________________________________________________________________________________________________ ------------------------------------------9 ON N3I31MM ONIISI%3 oa'Oa+o hb N'g' * "„ s —S 6-!as !6u3 Jo 11-1 ud-O p o M Z d0 L S�IV130(INV NO11O3S .noN?ayer+ „m y���na�� 1N3{14121Gd3O NOIlI�OW30 NIVFi11S3M(INV 1SV3 s M n �p Rk" P wig a.�=r, = Y 11 53111�I1n T X3S1No N `"'Y$ � SV1 3W3hOFJdWI �'' - IlS1aHO sndaoo 3n99f19 3SFJVOO NOIlVFJ3VONINOISSIWW0030 Od9 ol 40 ,alp (INV 30VdSdn SS3O01dd dUM OSO Q S1N3Wf1000(33WNOdNOO z wi 3 C 3�N3os3 any,S'fL c rc r Nil Z cf) W LL ------------------ J LL_ LL Q WNS 0 0 hr [f11N.aa...ns,os° Z Z_ _t. w �a all w W f, � a O z Lu (4 U � a �- a z !i��r`�, � � g i f� W - o� 1 I' w sLLI � I LL P G LU — a I o a � j}y6 LL I a , U a `I a Z aCc a w F t Q �If ----- B Cr, "{ XCf) XCf)X [ . m Q w LL el a � m w Z Z 0Cf) 02 � LU C) U w I Y Cf) i ( t ,. J� .. —+e{�s m { p ' y ` a 3� oo� a N IGo r N,�, �* "„ s —S 6uuaaui6u3 Jo 11-1 udap p o M Z d0 Z S�IV130(INV N01103S N " .noN?ayer+ „m y���na�� 1N3{14121Gd30 OIlI�OW30 NIVFi11S3M(INV 1SV3 s M m �p Rk" P wig a.�=r, = Y 11 53111�I1n M X3S1No N `"'Y$ � SV1 3W3hOFJdWI �'' '- IlS1aHO sndaoo 3n99f19 3SFJVOO NOIlVFJ3VONINOISSIWW0030 Od9 ol 40 ,alp (INV 30VdSdn SS3OOHd dUM OSO Q S1N3wnoo(3 03WNOdNOO x W U Z ' 2Y Z Y W O O YY Q = Cc � a z W o v; > W ~ 1 aN ¢ i ti k� I' K mws � bio I I n NQ 1 o X J rcrc o piaa u� � W �a Q rcJ> �rx✓ � Q Z a - J Q Q Q U_ og �rca wo J w m r � LC)3 O OzF Q W t e@ 1 O U LL z O ��CS•z J J 4 � U O �m �sW�W� N,�, } "„ —11—S 6uuaaui6u3 Jo 11-1 udap p o s&=psi'?&'-�.a`.'� tr+ � 3,.3��,,. 3,..a.no� 1N3{14121Gd30 �OW30 M M vanow 53111�I1n SOlOHd NOIlIN SVXS1N3 W 3hOH d W I slVF3VONINOISSIWW003Od9nao� 3�99f9 3SFVOO NOIllslJv _-- 40 ADO (INV 30VdSdn SS3OOHd dUM OSO Q S1N3Wf1300 03WN0dNO3 r w z d za J 0]w QQ LU f1�Cr _ Z �t I LU Y / ..i. ......... ` 0. / '//// z F O O z i C) /n" y / Ow w LL m m U � ll /� �'i a 9 /// r /f / / iI//// p' % z w z���� //�� z 0 Cc z / I 4 w� z I z F 0 D p3 1 i a Cf) iN f . 1 w _. 31 0 cf) �r WC) gZ r Hill i f/ N,�, } "„ s aas 6uuaaui6u3 }o yuaw{�udap p o s&= ps &'-�.a`.' tr+ � 3,.3��,,. 3,..a.no� 1N3{14121Gd30 OIlI�OW30 M M vanow 53111�I1n SOlOHd NN SVXS1N3 W 3hOH d W I slVF3V ONINOISSIWW0030 Od93fFllslJv _-- 40 ADO (INV 30VdSdn SS3OOHd dUM OSO Q S1N3Wf1300 03WN0dNO3 i" ICV law r y + � r z O 5 l} a J O w ± r w 4 I z w w 3 Uzo 0 6G i/t a z ! F z s �l g a o , 91 /i N 5' m ffCc �I 4� ¢ , Cf)W w w r a z J p (, / 4 f OJ O co Cf) m �j g U A a Ort/��r+ , � w a A} 5 uuiauAaMJt ;yY� /, O O w w O z Z z �S o a iii/ z Cc g Cc w-6 s w ZW / e 1, (D J y , WM1MO J „ �� �pl v J F ' V 1ti 3 m /. ( f z y n s w ?' ` w i yy 2 [C J ( Q 0.}— MM yyyy /) F 7 U J oVl � 4 Cc) w v MMa N,�, �} "„ —11—S 6uuaaui6u3 Jo 11-1 udap O o s&= ps &'-�.a`. tr+ � 3,.3��,,. 3,..a.no� 1N3{14121Gd30 �OW30 M M vanow 53111�I1n SOlOHd NOIlIN SVX31 S1N3 W 3hOH d W co I �� llslJi sndao� 3�99f19 3SFJVOO NOIlVFJ3V ONINOISSIWW0030 Od9 _-- 40 ADO (INV 30VdSdn SS3OOHd dUM OSO Q S1N3Wf1300(33WN0dNO3 W o Gw ✓ 3 s 0 Cf)Q JQ Z W LL Z F� N,�, �} "„ —11—S 6uuaaui6u3 }o 11-1 udap p o ,./..v,, ,,a no. 1N31121Gd30 _ _ 3=io s�IV130 Sf1O3Nb'-n30SI W yvnM V aal Idav µ` N 53111-7I1n SVX31 S1N3W3hOHdWI /v IlSRJH� sndao� 3�99f19 3SFJVOO NOIlVFJ3VONINOISSIWW0030 0d9 40 ADO (INV 30VdSdn SS3OOHd dUM OSO Q S1N3Wf130a a3WN0dNO3 • +5p _� Chow o �4 Kip � G - w _ o J J w� \ S31tltlA 91 wo om �Sw �m n m - O 0 z O z z O w O w pA O o W : , .\s 6-!--!6u3 me!` , -=! _- , \J 3e3s�emeN,,mm ¥Anow :) _ : : s� �e�a, \ s \ sem < ,m/°°//v / o \o } e j x : SIN3moo(3c_eNO3 \ - ( \) \ \ \ 5 dE e \ ƒ \ & � . , = R «• » , Haas 6uuaaur6u3 �o {uaw{uodap O NV-Id HIVd3H S-3NNVHO IN 3mdd3 M �} "�,;!�) - ,•"•>"•" '•'°`••,,`> — — (INV SVMlSVH SS W'b-L SH31d IHV10 r °� �2RInow lrv3wlavd�o o s311nun SVX31 S1N3W3AOHd WI1110 g N 13 oo.�.s a -��os llslaHO Sn d2100 3-199f193SHV00 N0IlVH3V rJNINOISSIW W0034 Od9 30 AM �/ (INV 30VdOd1 SS300Hd dHM OSO S1N3Wf1300 03WN0dNO3 iC NC NC - 08 �2 , bi Zd i£� <y _ G OOOOOOOOOOO (D (D Z Q LL o L C7. Q J W Z '< W H N H II I l-bl SG'9Z+Z Ntl ......... ----------------------------------------------4'ON 43131-1--3._______------------------------------- Z Z Q Q J ® Q LL m I �Q LL Q W u)J ® ¢ g z m„ z v Q -------------------------------Z ON-31-3 ONI-3- ------------------------------- ...... �U (-j m b WZWWLL__________________________�_______________i'ON d3131-3 ONI-3N H I........ ------------------------------------------- 9 ON tl3131tlV13 ONI151X3 -N1 00'00+0 Ntl g 8 saoynaaS 6uuaaui6u3 �o yuauaymdapO NV-Id FiIVd3FJ S-3NNVHO IN 3mdd3 M aep '3mAV 11 IN7 - (INV SVMlSVFi SSW'8-S SFi31d IFJV1O p i�2R1f1d21�i 1N3w1dVd3a = = o o N 531117I1nti U) SVX31 S1N3W3AOHd WI cw�`g 11S121HO Sn d210j 3�99f19 3SFiV00 NOIlVFi3VrJNINOISSIW W0030 Od9 � 30 ADO (INV 30VdOd1 SS3OOdd ddM OSO S1N3Wf1000 03WNOdNOO _ - ot o GC a& o& o& _ Jia _ as �a ^� z�< �� a cw 8� =Wo =s =s =s "o Zo w= a pw pw� pw� � z -z _ =a =aQ =aQ <� zd a a a a s p< W- aGa =S gas a< a OSSO(D (D (D0e0 (2) 0 0 z �a 0 WII z� LU„ N� IL T T I L---LL---- L 92 Z Ntl _ ........ ---------------------------------------- S'ON M3131-3 DNI-3 .......1 z Z ag n aW J <¢ I u .......... _______________________________________ 9'ON-3-3 ONI151%3 - ______________ .......1 co cow J Z z ® S c)O I F o ¢ uJ z uJ n ® Uwe II.......,. --- ------------- G ON-31-3 3NI-3 .......1 r-N I I I I o N vii --------------------------------------- B ON 011NM0 ONIUM __________------------------------------- m m+a Nv 8 saoynaaS 6uuaaui6u3 �o yuauaymdap O y SlIV130'8 SN01103S M aep "'3.vA - '••,•"'•"°"•'•••�•^,�' �-�.�. HIVd3H H31dIHVl0/.HV0 N003S Ol 1N3W1dvd3a M 531117I1n ti SVX31 S1N3W3AOHdWI61 of I1S1dHJ Sndaoj 3n99f193SHVOO NOIlVH3V:ONINOISSIWWO030 Od9 30 ADO (INV 30VdOd1 SS3OOHd dHM OSO S1N3Wf1000 03WNOdNOO ooW- z Sao w�m� - pu$s a - u >;o 014 3dld x2 LJ—L S &iu'9 W a= o Z F LU z LU O 8 F O W oma. O W. - F�� caste F a a � �' LL, - a a II o a sem` o � o a$ �3s a2<a =gatilt a �a a o z `d L V 31901 335 a Z 3=Gm W �<ws SEw3Z W z z J t< W z Z b U J J moo= ZLL "' 2 a� z z eW< J a s�WN LLLL , W N W �w W m yw ul Z f amu Z s;ss O i. "3��_o O mak � wm .9 .9 9 Film 2 Q a < m .z m o s N 0 31901 335 of 5 a ao� G� _ moo$ $u pam z _ F 3 C7 a z LL — Z W o 05 IL 0 o did U JW z F Z_ W J m W U z z � z 3 O = J U W F a Z Q moo= W y" a z LL ha LU w O m &a LL sVA W W Z :_<- Q _ IIII II II' W L SII —mill— z. — m. 11111=i. g 9 Q W mgzF HER �G� — Illi Illi 3 :ffiWG 11,-11i JsaoynaaS buuaaui6u3 �o yuauaymdap O � aP a33,�4 =17 - - "^°"°" •"^°•°"°' Sl V13G NOUVOUICON IIVM M O� 1N3wldvd3a �_ S3unlln �,Y goo SVX31 S1N3W3AOHdWI N IlSINHO Sndaoi 3n99f19 3SFiV00 NOIlVFi3V rJNINOISSIWW0034 Od9 'C-,-) 30 .ITIS (INV 34VdOdn SS3OOdd ddM OSO S1N3Wf1000(33WNOdNOO - - X50 2 Z Q L 0 Lu LL Uw d �s^WH wq U� U)i. N-, M C W w x i w .. ; moo= xW §'o n<A lNM l3NNOH0'151%3 m� t^i 842§ w d Nsox g a.3' s z" 8ELI I ^ ZZNe, saN<p Z wee & ^ psg O W «p" Awa o L J_ Q 1W.13141-1151%3 W kms o o F g W o a Q w« SH C7- Vie- Z o azo OJ 11 0 O. F w§2 oLL � pu w� N x NA Q" r :F J 1 W mid.0,311 H caw n 'z mid 0,31] Q U J � J w F W Oo ^� Z 7 .tlra .fi s .as 6ui.aaui6u3 JO j-1-loda0 3HIaVd3O _ = NVld-ONNVHO SS-M b-L S2131d R1V1O M o� x 1N V I I 53111�I1n �VOINVHO3W yi��na�� N SVX31 S1N3W3nObdW13P8808 " m IlSRIHO Snd8OJ 3S}JVOO NOIlV}EIV:NOISIWW0030 g N " 30 Allo �/ 3d8(INV 3civamn SS33M21d&IM OSO p ggby-� ....... ON NOI61\3y NOI1d.—C ON NOISI— n,b--b,sgo�o� . -964-01Z'H £Z£SL'X1'01NO—- -0 H—N nvMJlaYa lVa1N3J LL6 sgo3e^S1N3Wf1000 03MOdNOO of 2 LU Q L} S. Cl) 22 -- Q So �3 3 LU _ os W __ ?5555" 2 aG'a Z < LLo (n LLaM �e mw my v LU MO139 Z ONtl l—IJI—33S'3NIIH31VW u = �) 4 M O O w w w LL LL 4 Ir 3 ¢ h o _ v J J J w J w - - - z Lo 4 a � a °S 4 M N LU4LU 75 LL a U i z c7 � J — m Q m Q0N Z Z W W LL_ _ LL Q J - U U S m a LL a oz � 3-9---361-333S 3NIPH31- - Wd 84�94�Z1 lZaZlbll6 -BPZObEOtl V LW s ,�.as 6ui.aaui6u3 }o {uaw{.odap NVId S13NNVHO 1N3f11dd3 ���nd�� 1N3W1d Vd30 _ _ (INV SVM/SV21 b-L S2131d R1VlO M x v I I 53111111n �� IVOINVH03W N SVX31 S1N3W3AObdWI 3l88O8 14, IlSRIHO snd8oJ 3S}JVOO N0IlV}J3VN0ISIW1N0030 g N " 30 Allo 3d8(INV 3civamn SS33M Jd&IM OSO p ggby-� ....... ON NOI61\3y NN1dJ—C ON NMI— no,b--b, , . -964-01Z'H £Z£8L'X1'OINO—NS —0 H—N.e —Fav—vIfi S1N3wn300 03WN03NO3 sgo3e^ W <3 — — — W =< W - - _ -- _---_-_ - U� _ - _ - - - oko Z LLow< <,, ,w,w �aLL�< LL�n�ao aww �wz Favww��wv�v a�az LU _ m a 0L Gx 0a � 0w a�w -Z w du'.o-z v a o a pd}104 I — � w LL �lAOl39 ZdNb lS213WR1HlO 33S 3NIdH 1SW a w � W \ a 0 0 W Z Z Lu W w 1 Z Z — J LL LL Z Z Q S�� U U Q ) — W _ Of w 9 N N K W W z LL_ LL z m U 1 U K. Y P 0Z ❑^2b Zm 0= 0= U U w a w a L H W c W w3 I o,s a F LLw LLw o aw �w LLz m m LLz 7p� /T a h p e - 31\08tlb ONtlli 5J3131`Jtl1O 335.3NIlHO1VW - Wd Z4�94�Z1 lZaZlbll6 -BPZObEO V ZW s .as 6ui.aaui6u3 JO {uaw{.odap T� vandv 1N3HIaVd30 0 = s�rol3a OR113wosl b 6 52J3IdRJtf10 M x "". 53111�I1n �� -VOINVH03W N SVX31 S1N3A3IAO JdAl 3P88O8 " m IlSRIHO Snd8OJ 3S}JVOO NOI1V}J3V:NOISIWW0030 g N " 30 Allo �/ 3d8(INV 3civamn SS30M Jd&IM OSO p ggby-� ....... ON NOI61— NOLLd.—C ON NMI— no.j 6u 64-Oua ll osgo�o� 8800-91Z'H £Z£8L'X1'OINOLNtl NS —0 H�aoN—,",waiN3o alfi S1N3Wf1000 03W1O1N00 sgo3e^ -ol LLI Z _-= Y - - Lu s. Z « v LLah< oLLOa Cl) a_��, mwhHms� LU _ m a 0¢ G <� ol JLL _ J a m J J a ) J W W U U K ......... of F F _ W W s) 0 0 O4O4, W N i �i — z) n a a J J Q \ Q W W U U F F W J W 0 — O n � f z o a c� z) - Wd ZbL4Zl lZaZlbll6 - u6pZObEOtlXN EW s .as 6ui.aaui6u3 JO {uaw{.odap yi��na�� n 1N3HIaVd30 NVld-3NNVHO SS-M 8-5 S2131d R1V10 M o� x V I I S3111111n -b'OINHH03W N SVX31 S1N3W3nObdW13P9909 " m IlSRIHO Snd80J 3S}JVOO NOIlV}EIV:NOISIWW0030 g N " 30 Allo �/ Od8(INV 3civamn SS33MJd&IM OSO p ggby—� ....... ON NO181— NOLLd.—C ON N01 I— n,b--b, , . —464—01Z'H £Z£8L'X1'OINO—NS —0 H—N;.eMXadd aG—alfi S1N3wn300 03MOAN03 sgo3e^ -ol wo O 3 _ W 2 `za -- Z °.2 LU So5. LU LU _ oko Lu co _ m a O Go —39 Z ONtl 4—IJI—33S'3NIlH—H ur LL D wLL \\\y n In O O Z z c CC K W W LL 4 LL 0 Q - Q 4 a x = O m J F w r w w J J U U W - _ Z = o G g D N n) < N 0 r � a - SIS SG � � W LL m U f �) m C m GN �� OU w O Lu O a Z Z N N o LU LUK z ¢ - - J J F J m a °o a � 3nOSV b aNv£Sa3131atn0 335'3Nf1HOlvw — Wd 84�L4�Zl lZaZlbll6 — u6VZObEOtlX�N OW s ,�.aS 6ui.aaui6u3 }o {uaw{.odap NVId S13NNVHO 1N3f11dd3 T� 1N3W1d Vd30 _ _ (INV SVM/SV21 8-5 S2131d R1VlO M x Lo ���nd��v I I 53111111n �� IVOINVH03W N SVX31 S1N3W3AObdWl 3l88O8 14, IlSRIHO snd8oJ 3S}JVOO N0IlV}J3VN0ISIW1N0030 g N " 30 Allo 3d8(INV 3civamn SS33MJd&IM OSO p ggby-� ....... ON NOISIA3J NOI1dJ—C ON NMI— no,b--b, , .-- - 011'H £Z£8L'X1'OINOLNI— —0 H—N;. ""_LNEO alfi S1N3Wf1000 C13WUOJNOO sgo3e^ > of LU- - - o - - --- -> --- - CD 22 W - Q So LLI _ _ _ W _ Z LU � 1 � a �w du ?o� - _— w w v > � i w n u a M /I 3AO8tl90NS5 SM31dR1 d1O 33S'3NIdHOltlW 0 9 —— c - - OO f z Z / W K W Z 11 LU Z Z ¢ LL_ 0 < _ F - Q - 0 W U - U Q W / Of 4 lri fr K LL w LL_ t L J m m m ¢m 2 2 Z m h� Z m 0= U a U 7L Wa Wa OC W c W vv e z z a z z m pz pQ — as w � M0d3880NtlL S`J3131MV1033S-3NIlHO1tlN1 �Fti - Wd OZ�L4�Z1 lZaZlbll6 - u6p'y04E0tlX�N SW s .as 6ui.aaui6u3 JO {uaw{.odap 1N3HIaVd30 0 = s�rol3a OR113wosl s a 52J3IdRJtf10 M x "". 531117I1n �� -VOINVH03W N SVX31 S1N3A3IAO JdAl 3P88O8 " m IlSRIHO Snd8OJ 3S}JVOO NOI1V}J3V:NOISIWW0030 g N " 30 Allo �/ 3d8(INV 3civamn SS30M Jd&IM OSO p ggby-� ....... ON NOI61— NOLLd.—C ON NMI— no.j 6u ua oll sgo�o� 8800-964-O 'H £Z£8L'X1'OINOLNtl NS —0 H�aoN—""_�_alfi S1N3Wf1300 03MOdNO3 sgo3e^ of _ - coLU w = 3 - _twl Z zg - -_ Z _-= YLU - - LLJ Lu z JLL _ J a m J J a ) J W W U � U K ......... of FF W — W 0 0 m Qm O W N z S z n a a J J Q \ Q W W U U F F W W OF OF a a � r GO z o a c� z) - Wd 94L4Zl lZaZlbll6 - u6pZObEOtlXN 9W s .as 6ui.aa ui6 u3 }o {ua w{.odap O T� ���nd�� 1N3HIaVd30 _ _ S�IV13O O21VONVIS M x -VOINVHO "". 53111�IJn �� 3W N SVX31 S1N3A3IAO JdWI3P99O9 m IlSINHO Snd8OJ 3S}JVOO NOIIV}EIV:NOISIWW0030 g N " 30 Allo �/ Od8(INV 3civamn SS33MJd&IM OSO p g gby—�.......s ifiaa s NOI1dIyJS34 NOISY\3y NOI1dIyJS34 NOISY\ no,b--b, , . —966—01Z'H £Z£8L'XL'OINOLNI— —0 H—N—"",baL_arfi S1N3Wf1000(33WNOdNOO sgo3e^ �s w - SHE 5H-5 - J a .r 0 J a 0 H�n mz So LLJ co fr 0 m - _ _ Q 0=tt W U)LL LL LL LU ZZ --_ J O 0 m 95 m 0 w w LU m c / 75 oN U= w w� �F FZ �� - alL a-L �w 1H`J13H 31V`J Q ✓ m O � JZ a w ❑ Q O J — W _ F � W Z _ � W J m 0 w W W LU mw N J a ❑ 0 m ❑ P.q CL LLI - IL xo .e-.e Hle3a�3NNVH� Q co IE W - wd se�s4zv �zoziaue — u6VZObEOtlX�N LW s .as 6ui.aa ui6 u3 }o {ua w{.odap O T� ���nd�� 1N3HIaVd30 _ _ S�IV13O O21VONVIS M x "". 53111�I1n �� -VOINVHO3W N SVX31 S1N3A3IAO JdWI3P99O9 rC)j�o w m IlSRIHO Snd8OJ 3S}JVOO NOIlV}EIV:NOISIWW003G g N " 30 Allo �/ Od8(INV 3civamn SS33MJd&IM OSO p g gby-�......ls ifiaa s NOI1dIyJS34 NOISY\3y NOI1dIyJS34 NOISY\ no,b--b, , . -964-01Z'H £Z£8L'XL'OINOLNI— —0 H—N—""_L_/Ifi S1N3Wf1000 03WNOdNOO Sq076^ rn l "s I. I>r r, zn -W'J - XVW Dw www Fg� v maw � a W - 3io LL ms W O __a J ww Mo o\'n - U= Qa � Lu z. �a 'oo mo u oW Z - U o Z aau _ w O zsa -o U ztio°a CD az - Wd LaL 4Zl lZaZlb ll6 - u6VZObEOtlXN tlW DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A 7112/27/2021 E(MM/DD/YYYY) ACCORD® CERTIFICATE OF LIABILITY INSURANCE 'll 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: Sheryl Haas Artex Risk Solutions, Inc. PHONE FAX 2850 Golf Road, 5th Floor A/C No Ext): 630-285-4187 A/C,No:630-285-4199 Rolling Meadows IL 60008 ADDE-MRESS: Sheryl_Haas@artexrisk.com INSURER(S)AFFORDING COVERAGE NAIC# INSURERA: Old Republic Insurance Company 24147 INSURED CSACONS-01 INSURER B:Travelers Property Casualty Co ofAmerica 25674 CSA Construction, Inc. 2314 McAllister Rd INSURERC: Houston TX 77092 INSURERD: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:1094419093 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 Y MWZY 307203 21 4/1/2021 4/1/2022 EACH OCCURRENCE $1,000,000 CLAIMS-MADE OCCUR DAMAGE TO RENTED PREMISES Ea occurrence $100,000 MED EXP(Any one person) $5,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 � PRO- POLICY 1:1 LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ A AUTOMOBILE LIABILITY Y MWTB 307105 21 4/1/2021 4/1/2022 COMBINED SINGLE LIMIT $1,000,000 Ea accident X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident Comp.Ded:$250 $Coll.Ded:$500 B X UMBRELLALIAB X OCCUR ZUP-14P94967-21-NF 4/1/2021 4/1/2022 EACH OCCURRENCE $15,000,000 EXCESS LAB CLAIMS-MADE AGGREGATE $15,000,000 DED X RETENTION$n SIR $10,000 A WORKERS COMPENSATION Y MWC 307104 21 4/1/2021 4/1/2022 X PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVEE.L.EACH ACCIDENT $1,000,000 OFFICE R/M EMBER EXCLUDED? FN] N/A (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,maybe attached if more space is required) RE: City Project No.20084A. City of Corpus Christi is included as additional insured on the General liability and Auto liability policies where required by written contract.A Waiver of Subrogation applies to Additional insured as respect to Workers Compensation policy pursuant to and subject to the policies terms,definitions,conditions and exclusions where 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. City of Corpus Christi 4917 Holly Rd, Bldg 5 AUTHORIZED REPRESENTATIVE Corpus Christi TX 78411 4�� @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location(s)Of Covered Operations All persons or organizations as required by written The locations as specified in the written contracts contract or agreement or agreements Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional exclu- organization(s) shown in the Schedule, but only sions apply: with respect to liability for "bodily injury", "property This insurance does not apply to "bodily injury" or damage" or "personal and advertising injury" "property damage" occurring after: caused, in whole or in part, by: 1. All work, including materials, parts or equip- 1. Your acts or omissions; or ment furnished in connection with such work, 2. The acts or omissions of those acting on your on the project (other than service, maintenance behalf; or repairs) to be performed by or on behalf of in the performance of your ongoing operations for the additional insured(s) at the location of the the additional insured(s) at the location(s) desig- covered operations has been completed; or nated above. 2. That portion of "your work" out of which the injury or damage arises has been put to its in- tended use by any person or organization other than another contractor or subcontractor en- gaged in performing operations for a principal as a part of the same project. CG 20 10 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 MWZY30720321 CSA Construction, Inc. 04/01/2021 -04/01/2022 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location And Description Of Completed Operations All persons or organizations as required by written contract or The locations as specified in the written contracts or agreements agreement Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the "products- completed operations hazard". CG 20 37 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 MWZY 307203 21 CSA Construction, Inc. 04/01/2021 -04/01/2022 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 4-84) POLICY NUMBER: MWC 307104 21 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule WHERE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT DATE OF ISSUE: WC 00 03 13 (Ed.4-84) O 1983 National Council on Compensation Insurance. INSURED COPY DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A Policy Number: MWTB 307105 21 IL 10 (12/06) OLD REPUBLIC INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED/DESIGNATED INSURED AMENDMENT - PRIMARY AND NON-CONTRIBUTORY This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM SCHEDULE Designated Person(s) or Organization(s): All persons or organizations where required by written contract. WHO IS AN INSURED (SECTION II) is amended to include the person(s) or organization(s) shown in the above Schedule, but only with respect to "accidents" arising out of work being performed for such person(s) or organization(s). As respects any person(s) or organization(s) shown in the above Schedule with whom you have agreed in a written contract to provide primary insurance on a non-contributory basis, this insurance will be primary to and non-contributing with any other insurance available to such person(s) or organizations(s). PCA 048 10 13 Page 1 of 1 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A 006113 PERFORMANCE BOND BOND NO. 61BCSIT2218 Contractor as Principal Surety Name: CSA Constructions Inc® Name: Hartford Fire Insurance Company Mailing address(principal place of business): Mailing address(principal place of business): 2314 McAllister Rd. One Hartford Plaza Houston TX 77092 Hartford,CT 06155 Physical address(principal place of business): Owner One Hartford Plaza Name: City of Corpus Christi,Texas Hartford,CT 06155 Mailing address(principal place of business): ..... ...................................�........................................ Surety..�.�..a...� .-.�.... Contracts and Procurement orporation .on and existing 1201 Leopard Street under the laws of the state of: Connecticut 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): __. _...._._m.. Aeration Coarse Bubble Im rovements 860-547-5000 Pro'ect No.200848, Telephone(for notice of claim): 888-266-3488 Local Agent for Surety Name: Stacy Owens 2800 North Loop West,Suite 1100 Award Date of the Contract: Four Million one Hundred Address: Houston,TX 77092 Seven Thousand&No/100 Contract Price: ,4 107 000 Dollars .... __............................m,,,..------ _..__. __ - - Bond Telephone: 713-880-7100 Email f so surety ns@bmbinc com .. j � nod The address of t r. t Date of Bond: � urety 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:1-800-25273439 Performance Bond 00 61 13-1 Aeration Coarse Bubble Improvements Project No.20084B 6/11/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A Surety and Contractor,intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer,agent or representative. The Principal and Surety bind themselves,and their heirs,administrators,executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the some extent as if it were copied at length herein. Venue shall lie exclusively in Nueces ��i+,(Q�tt �e�q,�for any legal a ion t� � .. �m� ... .....- m -..... . ` IStl' - ° Surety Signer - Signature �.._ ., .. . ala ...i fle .. . Name: staff, Owens u�°I . ,,. .,._�., ._ — _ .� .... m._. G $ Title' Presit Title: n Attomea in-Fact � IfthutQ• bid ma il(&csaconstruction.com Email Address: sowens@bmbinc.com (Attach Power of Attorney and piace surety seal below) END OF SECTION Performance Bond 006113-2 Aeration Coarse Bubble Improvements Project No.200848 6/11/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A Direct Inquiries/Claims to: THE HARTFORD BOND, One Hartford P lazaPOWER OF ATTORNEYHartford,Connecticut 06755 .,ons¢ . rirr io .................. cad888-266-3488 �rro or fax:860-757-5635 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: BOWEN MICLETTE & BRITT INS AGY LLC A enc Code: 46-504809, 61-613558, 21-225344 0 Hartford Fire Insurance Company,a corporation duly organized under the laws of the State of Connecticut 0 Hartford Casualty Insurance Company,a corporation duly organized under the laws of the State of Indiana Hartford Accident and Indemnity Company,a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company,a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company,a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois,a corporation duly organized under the laws of the State of Illinois Hartford insurance Company of the Midwest,a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast,a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the"Companies")do hereby make, constitute and appoint, up to the amount of Unlimited : David T. Miclette, Ashley Britt, Alyson Carmichael, Robert C. Davis, Tabitha Dorman, Rita G. Gulizo, Nikole Jeannette, Barry K. McCord, Susan Zapalowski, Lauren O. Moudy, Robert M. Overbey Jr., Lacey Mayfield, Stacey Bosley, Stacy Owens of Fort Smith AR, New Orleans LA and Houston, TX Mary R. Butcher, Gail S. Barr, James J. Drew, Matthew S. Nilles, Lenita W. Wright of Maitland FL, their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies)only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof,on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 23, 2016 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies,the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. � - a.aewncrer.�, ►��T � !, is �a+t'"�a4 rs�rr�iu !!?k � 7979 99 ly74 7979 � lY r f "�Pfrp7x� yr�r, r'�rq� �'� • a„�! �5'-'s '#,4nW a;�i��ar Shelby Wiggins,Assistant Secretary Joelle L.LaPierre,Assistant Vice President STATE Of FLORIDA ss. Lake Mary COUNTY OF SEMINOLE On this 20th day of May,2021,before me personally came Joelle LaPierre,to me known,who being by me duly swom,did depose and say:that (s)he resides in Seminole County,State of Florida; that (s)he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument;that(s)he knows the seals of the said corporations;that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that(s)he signed his/her name thereto by like authority. aq' �'' Jessica Ciccone tjJ ���•` My Commission HH 122280 Expires Jute 20,2025 I,the undersigned,Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is still in full force effective as of _,........................... Signed and sealed in Lake Mary,Florida. na"•• ,i s� � V I �a`,ysnc���� `' I•y�� �#,�;4 tAT9 4a� i�—.�IY74 rl�� �tw T9Y4 • rin i14 k. ' � �Y,, ...�af�� i �+'rxGsaH' �uua�s4.` �� �r riJiwk9a,rw Keith D.Dozois,Assistant Vice President DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A 006116 PAYMENT BOND BOND NO. 61BMT2218 Contractor as Principal Surety Name: 0A C.o..n..s.t.r..u..c.t..i.2ruL.I!lq! Narne: t--lairtfoirdFiireInsurance Comlpany Maiiing address(principal place of business)-. Maiiing address(principal place of business): 2314 McAllister Rd® One Flaffoird Raza LHouston,.V77Q92 Flairtfoird,CT 06155 Physical address(principal place of business): Owner One Flairtford Plaza Name: City of Corpus Christi®Texas Flairtford,CT 06155 Maifing 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: Connecticut Corpus Ch risti,Texas 78401 Bysubmitting 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): Aeration Coarse Bu big 1mgrovements 860-547-5000 Telephone(for notice of claim): 888-266-3488 Local Agent for Surety Name: Stacy Owens Award Date of the Contract®Four Miffion One Flundred Address: 2800 North Loop West,Suite 1100 Flouston,TX 77092 Contract Price: $4 07AQOQ Seven Thousand&Noll 00 Doflars .................................. Bond Ire ephone: 713-880-7100 ErnaH Address: sowens@bmWnc.,com Date of Bond: The address of the,surety company tothich any (Date of Bond cannot be earlier than Award Date notice of claire,should besent may be obtained of Contract) from the Texas Dept. of Insurance by calling the following toll-free number. 1-800-252-3439 .............................................-............ ........... Payment Bond Form 00 61 16-1 Aeration Coarse Bubble Improvements Project No.200846 6/11/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A 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 g ei�' a shall die 1 e provisions of said Chapter to the same extent as if it were copied ` be d ermined in accordance sively in Nueces County, Texas for any legal action. Uhl yin. Venue ante wit mm .._ __ -- ----- ...__.._.._a.. - ��0, •Contractor kncipal,, Surety • S1 .C)- Signature Name: • 7Owens Ti e:S R Title 1` Ldan ....., _ Attome7 m..Fa. . "rnai dEmail Address: . (Attach Power of Atotwoernnse�abmndeplace-surety seal be_low ) I END OF SECTION Payment Bond Form 006116-2 Aeration Coarse Bubble Improvements Project No.20084B 6/11/2021 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A Direct Inqukrk yCIak s to,. "rHE THAI TIF I L:) „ . Dii rys HartfordBONDF,t.•.. ",w,�d •.. H artt'ord,Connecticut 061155 Bard r Il aaorS!, utdu�liw a„w, t¢aueu¢,a'tu a call-888-266-3488 crfbxd 860-767..5835 KNOW ALL,PERSONS lily"F illiE E PII IE E'NT "WHAT. Agency Name. BOW:Fastad MTd.1aE"1"TE & BR.:r.CT :ENS AGY 1,LC A erbc oft: 46-504809, 61.....6s:]..3.".:58, a1....;225;;4:4 E: ,.. F-Itairtford Fire-.Insurance rarnce Company,a corporation duty orgaartazed under the taws of the State ofConnecticut N.. ...•..... Hamir"tfomd CasualtyIlmneuramarce C o mnpaairny, as corporation duly organizedunrndeu'the taws s,of the Staaile of':krnd.iarnaa Hartford Accident and Indemnity Company,a axpsoration duly organized under the law's of the State of Connecticut II fairtfoirdt Underwriters tmnsuiraanoe Company,a corporation duly organized wider gine laws off'the State of C;onnec6cut: II........•m..• Twin City(Fire insurance Company,as corporation duly organized under the laws of the State of Inndffarm .................. Hartford Insurance Company of Illinois,a cor'paonartnorrn duty organized under the laws auk"the State of:ll:ifi-noir ............... Hartford Insurance Cormiip'amay of the Midwest,a ca:»rporatborn maty organized aundkec the laws of the State of:tndiana Hartford Insuraince Company off'the Soauttmeaet,a cd.»:irpnoratkorn duly organized randier fe laws of the State of Florida having their horne orfi " iirn II tamttord, Connecticut, (Ihaeireiinaaafftem colltecfivelly refer-red to as the"Comnlpaarotes")do hereby make, oonstitute:r and alpp6rit., up to tae aarmmount off Ura l.im t:edt. Darrt..d T. tra:k.c::ll.E>tte, Ashley Br.i.'tt, Alyson Carmichael, Rok,)ert C.. Davis, T alra:u.t has Dorman, Rita G. Gu.lizo, :Ni..1d'.o::I..e Jeannette, Barry :K. McCord, 5u,sara. Zapaa.Lo wala:a..., :Laiaren 0.. Mc:z'udy, .Ro.t'nart M. Over:bey Jr. , a:ad'ey May ::e1d:t, Stacey Bd:z,n„:.k.ey, Stacy Owens of Fort Smith AR, taJevw Orleans T.A. and .11oustorn, TX Mary, R. Butcher, Ca::i..].. S. Barr, „,Tames J. Drew, Matthew S. J`il.7..es,, Ld.rr.tt.a W. 4Xx"::A.dgln.t of Ma:a.tlrarndk, F.l., tha;air true and taavwfull Attorney(s)•••in-Fact, each am theur-separate capacity tIl moire than one its rn«armnedt above, to sign its naair°n e as surety(iies) only as delineated above by Z, and to execute, seat and acknowledge any and all bonds,, undertakings, contracts and other written instruments in the tnatuire ll:hera:^off, on Ibehatff of the Companies ki their business of guaaraairnte6i ng the fftdettty of persons,guaranteeing the Ipertonrman of contracts. and eadecutting or guaairaamteeiirng bonds and undertakings irequired or permitted in any actions or pirocoedtrngs allowed by law. Ilin Witness Whereof, and as authorized by a IResoWfion of the (Board of Directors of the Coirmparni'es orn May 23, 20116 tate Comnlpamtes have caused these presents to Ibe siignied by its Assistant dice IFrestderot and its corporate,sealls to be heireto a lfixed,Fully attested by its Assiistrarnt Secretary. l:::'uarther„ pursuant to IResotutton of the(Board of Directors off the Coirripaniies” the Commnpaanues(hereby unarmbtguousty affirm that they are and atwotV be bound by any rrrnechaanicallty appWad signatures appfiied to this IPo»rweir of Attorney. eo- ft "'a wi .v' �mnarcn e���� $a�ubtl" W °mow / �a �I Shelby Wiggins,Assistant Secretary taary toe&Ile II.....t...atlilene,Assistant Vice Piresadeunt 5.t`A°rE OF FLORIDA s5. ILake Mairy C:OLONff"y'OF SEMI'tuFOLE On this 20th day of May,2021,Ibefore me personalty carne Joellie Il...alPier'r'e,to me known,Wilt)belirag by nye dully sworn,disk depose and.say:that. (s)he resides to SermnunoUe County,State at t torida; that (s)he is the Assiisllarrt'Vice 11"resraffemt of the C'ornlpanaes, etre coirporadons described in and wNch executed the above unstrumnf.:Nryt:;that.(s)1he tarnowws the seater of tine said corporaatuorns7 that the seaalls affixed to the said linst.nrmnemt are siuch corporate.seals, that the:--q were so affixed by authontty of the Boards of Directors of said coapporatuons and that(s)he signed tniisdher mane'thereto by We authority. oma= 42.7` '✓ naa��ailcaa fiiwccuaao a, F Yotl�y d;on uantssiaut HH 122280 af'rspkm.a unr gra,2025 t„the a ridkersigned,Asslstant Vooe p uresoderat of the Com'iparnues, ff.)0 t tt::::JlRElBY C'EtRTi fll::Y that the above and foregoing is as true and correct colpy of the(Power of Attorney executed Iby said Companies,wwhntch rias stat"an futt force effective as of.....__........... .......... _. Signed and sealed um Lake Mary, l::1ohdaa. ff 'o-wa�ina�ru eat °� I r 16 Keith D.II:)ozoiis,Assistant Vice IPire'siident DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A �1/)% Maims Inuires Notice Hartford Fire Insurance Company Twirl City Insurance Company Hartford Casualty Insurance Company Hartford Insurance Company of Illinois Hartford.Accident and Indemnity Company Hartford Insurance Company of the Midwest Hartford Underwriters Insurance Company Hartford Insurance Company of the Southwest Please address inquiries regarding Claims for all surety and fidelity products issued by The Hartford' s underwriting companies tot e following: Phone Nu ber° : 888®266-3488 Fax— Claims 860-757-5835 or 860-221-3965 E-mail bond.clai s tvthe artford.com Mailing Address The Hartford BOND, TW4 One Hartford Plaza Hartford, CT 06155 Claims Inquiries Notice 2003 DocuSign Envelope ID: EF945D8E-BC76-4375-8E6F-968F1 FE37A9A IMPORTANT NOTICE To obtain information or make a complaint: You may contact your Agent. You may call The Hartford's Consumer Affairs toR-free telephone number for information or to make a complaint at: 1-800-451-6944 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) ®1 Web: E-mail: PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the (agent) (company) (agent ort company) first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. ./T 75-1